HomeMy WebLinkAbout66-00 RESOLUTIONRESOLUTION NO. 66-00
•
MICROFILMED
A RESOLUTION APPROVING AMENDMENT NO. 1 TO TASK
ORDER NO. 2 TO THE AGREEMENT WITH McCLELLAND
CONSULTING ENGINEERS, INC., IN AN AMOUNT NOT TO
EXCEED $7,935, TO PROVIDE FOR THE DESIGN AND
OVERSEEING CONSTRUCTION OF A SECOND T -HANGAR
UNIT AT DRAKE FIELD.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby approves Amendment No. 1 to Task Order No.
2 of the agreement with McClelland Consulting Engineers, Inc., in an amount not to exceed $7,935,
to provide for the design and overseeing construction of a second T -hangar unit at Drake Field. A
copy of the amendment is attached hereto marked Exhibit "A" and made a part hereof.
,'`AND APPROVED this 16th day of May , 2000.
�'fl1 !.
a v 7 nit
ATTEST:
By:
Heather Woodruff, City Cretk
APPROVED.
��
By:
Ffed Hanna, Mayor
NAME OF FILE:
•
,.,4 -DD •
CROSS REFERENCE:
4 -
Date
Contents of File
Initials
C/ri/IRl7
.4 11 (
i%%.
3;?6vG
.l / K -‘1, 4'% Ai. 2
3 -4 -Do
/ • n 7:%iyr� ,) 221/7/z vdn
e�-,� /� i /,
co
;4
3-2/-00
i�
-61L-,dif(/rn
4-24-60
/,l
/2.,e
i. i-,
e'e
ih-� �n •%may, . C S., iz/
'7-/19-dO
4(711/ f`l��.G1D-GrJ-•014. ,-�a
• •
EXHIBIT A
AMENDMENT NO. 1 . EX//
TO Am&vo
TASK ORDER NO. 2r T
ADDITIONAL T -HANGAR UNIT EXPANSIONS
STATE OF ARKANSAS
COUNTY OF WASHINGTON
Task Order No. 2 to the basic agreement entitled CITY OF FAYETTEVILLE,
AGREEMENT FOR ENGINEERING SERVICES, is hereby amended. The referenced
basic agreement pertains to proposed improvements to Drake Field, Fayetteville's
Municipal Airport. This Amendment entered into and executed this /!i day of
/?9Ay , 2000, by and between the City of Fayetteville (OWNER) and McClelland
Consulting Engineers (ENGINEER) amends the project description to include a second
row of T -hangars and the engineering fees related to the change in scope of services.
SECTION 1 - PROJECT DESCRIPTION
Another row of T -hangars is to be added to the west side of the proposed arrangement
of T -hangars on the east -side general aviation apron. The second row of hangars
covered by this amendment is to be similar to the hangars called out in Task Order
No. 2 except that there is no need for modification of one of the bays to accommodate
special structural/layout/electrical requirements.
A. The second row of hangars is to include:
J: 20X40021 51 \to#2R E V -2-8-00. wpd:l m
m
x
1
w
•
•
1. A metal building 60 feet wide and 200 feet long, approximately.
2. Reinforced concrete foundations.
3. Interior electrical lighting, receptacles, and motorized overhead doors.
4. Electncai grounding system.
5 Exterior, building -mounted electrical lighting.
B. Specifically excluded from the amended project scope:
1. Detailed subsurface storm drainage designs.
2. Storm Water Pollution Prevention Plan (less than a 5 -acre area is to be
disturbed).
3. Large Scale Development Plan (will be addressed by City Staff).
4. Detailed sidewalk designs.
5. Formal wetlands determination.
6. Easement preparation (all work is anticipated to take place on Drake Field
property).
7. Geotechnical investigation (we will rely on previously -collected subsurface
data).
8. Funding application work (however, the ENGINEER will provide the technical
data, cost estimates, etc., needed by the OWNER for this purpose).
SECTION II — PROJECT SCHEDULE
The project schedule is not amended. From the time the OWNER issues the Notice To
Proceed to the ENGINEER, the project will be completed as follows:
J:12000\0021511tof12REV.24.W.wpd:lm
2
1
•
TASK
Surveying
Preliminary Design (35%)
Design Development (65%)
Final Design (95%)
Submittal to FAA/City (100%)
•
TIME AFTER N.T.P.
5 calendar days
10 calendar days
20 calendar days
28 calendar days
30 calendar days
SECTION III — SCOPE OF SERVICES
The ENGINEER shall provide those services listed in the basic agreement which are
applicable to this specific Task Order. Specifically included are:
A. Construction staking of building corners.
B. Air spacing submittals to FAA.
SECTION IV — FEES AND PAYMENTS
A. Title I Services (Engineering Planning and Design Services Preceding
Construction). The ENGINEER shall provide, as hereafter enumerated
individually, surveying and design, and bidding for an additional total not -to -
exceed fee of $4,994 including a total fixed payment of $580. This additional fee
is based upon the condition that both T -hangars are incorporated into the same
design and construction project.
J:120001002151 totaRE V-2A-00.wpd:im
3
•
• •
1. Surveying and Design Phase.Services:
For, and in consideration of, the services to be rendered by the ENGINEER,
the OWNER shall pay the ENGINEER an additional amount on the basis of
actual salary costs for work -time directly connected with work chargeable to
the project, plus payroll additives and general overhead costs of 178% of
direct labor costs, plus direct reimbursable expenses associated with the
project, plus a fixed payment which are payable as follows:
a) Surveying and Design phase services costs: $4,414.00
b) Fixed payment for Surveying and Design phase services: $ 580.00
c) Engineering contract amount for Surveying and
Design phase services: $4,994.00
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto. Adjustment of the upper limit may be made should the
ENGINEER establish and the OWNER agree that there has been or is to be a
significant change in scope, complexity or character of the services to be
performed; or if the OWNER decides to shorten the duration of work from the
time period specified in the Agreement for completion of work and such
modification warrants such adjustment.
Appendix "B" covers the classification of personnel and the salary rate for all
personnel anticipated to be assigned to this project by the ENGINEER.
Ji2000`002151 \ton2REV.2-8-00.wpd:lm
4
• •
Final payment for the Surveying and Design phase services shall be made upon
the OWNER's approval and acceptance with the satisfactory completion of the
Surveying and Design phase services.
2. Bidding Phase Services:
For Bidding phase services rendered by the ENGINEER, there will be no
additional fee provided that both hangars are bid under the same project.
B. Title II Services (Construction Phase Services):
The ENGINEER shall provide, as hereafter enumerated individually,
construction phase services for an additional total not -to -exceed cost of
$2,941.00, including a total fixed payment of $363.00. This fee is based upon
the condition that both hangars are designed and constructed under the same
project.
1. Construction Administration and Inspection Phase Services:
For Construction Administration and Inspection phase services rendered by
the ENGINEER, the OWNER shall pay the ENGINEER an additional amount
on the basis of salary costs for work -time directly connected with the project,
plus payroll additives and general overhead costs of 178% of direct labor
costs (plus direct reimbursable expenses associated with the project), plus a
fixed payment which are as follows:
a) Construction Administration and Inspection
phase services costs $2,186.00
J: 2000\0021511tok2REV.2.8-00.wpd:jm
5
• •
b) Fixed payment for Construction Administration
and inspection phase services
c) Engineering contract amount for Construction
Administration and Inspection phase services
$ 327.00
$2,513.00
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto (the Construction Inspection portion of the fee has been
based upon provided an average of 8 hrs/day of resident inspection during an
assumed construction period of 120 calendar days). Adjustment of the upper
limit of the ENGINEER's fees may be made should the ENGINEER establish and
the OWNER agree that there has been or is to be a significant change in effort,
scope, complexity or character of the services to be performed and such
modification warrants such adjustment. Appendix "B" covers the classification of
personnel and the salary rate for all personnel anticipated to be assigned to this
project by the ENGINEER Final payment for Construction Administration and
Inspection phase services shall be made upon the OWNER's approval and
acceptance with the satisfactory completion of the Construction phase of the
project.
2. Construction Staking Services:
For Construction Staking services, the ENGINEER shall establish the four
building corners of each hangar. This construction staking is to be performed by
the ENGINEER one time only, with additional staking to be the responsibility of
the Contractor. For this work, the OWNER shall pay the ENGINEER an
additional amount on the basis of actual salary cost for work -time directly
J:\2OOOW02151 to#2REV-2-8-0O.wpd:lm
6
r •
connected with construction staking, plus payroll additives and general overhead
costs of 178% of direct labor costs, plus direct reimbursable expenses, plus a
fixed payment payable as follows:
a) Construction Staking costs $ 144.00
b) Fixed payment for Construction Staking $ 21.00
c) Engineering contract amount for Construction
Staking services $ 165.00
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached. Adjustment of the upper limit of the ENGINEER's fee may be made
should the ENGINEER establish and the OWNER agree that there has been or
is to be a significant change in effort, scope, complexity or character of the
services to be performed and such modification warrants such adjustment.
Appendix "B" covers the classification of personnel and the salary rate for all
personnel anticipated to be assigned to this project by the ENGINEER.
Final payment for Construction Staking service shall be made upon the OWNER's
approval and acceptance of the satisfactory completion of the Construction Staking
phase of the project.
3. Construction Materials Testing Phase Services:
For the Construction Materials testing phase services associated with construction
of the project, the OWNER shall pay the ENGINEER an additional amount on the
J:1nnAT002151\m#2REV.2-e-0O.Wptl:jm
7
• •
basis of hourly rates and unit prices set forth in Appendix 'E" a fee of $263. The
basis of this fee is contained in Appendices "A" and "F", attached hereto.
A. Construction Materials Testing
B. Fixed Payment for Construction Materials Testing
C Engineering Contract amount for
Material Testing
$248.00
$ 15.00
$263.00
SECTION V — BASIC AGREEMENT IN EFFECT:
Except as amended specifically herein, the basic AGREEMENT FOR ENGINEERING
SERVICES and Task Order No. 2 shall remain in full force as originally approved and
executed.
IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly
executed as of the date and year first herein written.
FOR THE CITY OF FAYETTEVILLE:
By: 711/444
Mayor
Date: dfi70
Attest: 4.1
FOR McCLELLAND CONSULTING ENGINEERS, INC.:
Date: �7►"F/ V"
J:12000t0021511to#2REV-2800.wpd:jm
Attest:
8
DIRECT
EXPENSE
105%
Dirac Labor Cost 51,390
Overread @ 1.78 12,474
Direct Expenses $550
Subtotal, Costs $4,414
Fixed Payment 1580
Not -to -exceed $4,994
DIRECT
LABOR
Int
Dos
1 523
I os I
os 1
50
0t
Ls
INSPECTOR 1
CLERK
TYPIST f
15 REVIEW MEETING WITH OWNER 1 2
16 DES. DEVEL.: COVER
17 DES. DEVEL.: TYPICAL SECTION 1.5 6 1
18 DES. DEVEL.: PLAN & PROFILES 2
19 DES. DEVEL.: CROSS-SECTIONS
20 DES. DEVEL.: DETAIL SHEETS 2 0.5 4 8
21 DES. DEVEL.: DRAINAGE DESIGN
22 DES. DEVEL.: FENCE RELOCATES
23 DES. DEVEL.: LIGHTING 1
24 EROSION CONTROL FACTORS
25 OUTLINE SPECIFICATIONS 1.5
26 UPDATE COST ESTIMATE
27 IN-HOUSE REVIEWS 1 2
28 REVIEW MEETING WITH OWNER 1
29 DET. DES.: PAVEMENT SECTION
30 DET. DES.: PLAN & PROFILES
31 DET. DES.: CROSS-SECTIONS
32 DET. DES.: DETAILS
33 DET. DES.: DRAINAGE STRUCTURE
34 DET. DES.: FENCES
35 DET. DES.: EROSION CONTROL
36 DET. DES: LIGHTING 1
37 SPECIFICATIONS 1
38 DRAWINGS 4 2 8 8
39 IN-HOUSE REVIEWS 1 0.5
40 DETAILED COST ESTIMATE
41 REVIEW MEETING WITH OWNER
42 REVISIONS TO PLANS & SPECS 1 0.5 1 2
43 RE-EVALUATE COSTS•
44 SUBMITTALS TOF.A-A.
45 FINAL REVISIONS TO P & S
Subtotals 5 20.5 4 8.5 25 19 0 2 0
SURVEY
CREW
520.00
ICENSED
SURVEYORI.
512.76
OPER. 1 I.
OPER. 2I.
B
OPER. 1
ENGINEERING'.
TECHNICIAN 1
PROJECT
MGRJENGR. j
0.5
PROJECT
DIRECTOR
I1••••
TASK DESCRIPTION
L1 SURVEYING AND DESIGN
1 SCOPING MEETING
2 CONTRACT NEGOTIATIONS
4TRACT FORM
4 SCHEDULING & BUDGETING
5 IDENTIFY PROJ. COMPONENTS
8 DEVELOP DESIGN CRITERIA
7 TRAFFIC PROJECTION
9 COORD. WITH UTILRY MARKERS
10 PRLIM
EINARY LAYOUT
11 PRELIMINARY PROFILING
12 IPRELIMINARY DRAINAGE STUDY 1
13 R.O.W. IMPLICATIONS
14 PRELIMINARY COST ESTIMATE
3 PREPARE CO
LINE
E
( 105%
Direct Labor Cost $0
Overhead @ 1.78 10
Direct Expenses $0
Subtotal, Costs 10
Fixed Payment 10
Not -to -exceed $0
DIRECT
LABOR
INSPECTOR 1
to
t.
N
CLERK
H
O
N_
Vi
SURVEY
CREW
O
O
M
LICENSED
SURVEYOR
$12.75 _
CADD
OPER. 3
$8.00
Q0
Q
IOPER. 2I
n
n'w
0
0
In
N
;ENGINEERING
TECHNICIAN 1
0
0
0
M
I-
o
V
w•1
a
z
0.
IMGRJENGR.
V
P.
4.
PROJECT
I DIRECTOR
m
3m
d
2
a
I. INVESTIGATION
O
E
0 0
40
Ill
n
Yry�
Q
f
U
W
w
w
Z
N
J
2
2
0
2
2
Q
X
wo
H a
N 2z
0 = K
2 c- F
a w Q w
w_100
G J 2 w
%5C.
Q co k ~ a
• Q J
2• 0u -2f
w ~ O r
M
a w F w
CLI z LL o N
Z Y Q U
EwO2O
ZO J
O QQ
� aQ
a ceo
CJiz
wo
w 0
O
1-
0
w
0
a
DIRECT
EXPENSE
105%
r
4.
N-
Direct Labor Cost $784
Overhead @ 1.78 $1,395
Direct Expenses 97
Subtotal, Costs 92,186
Fixed Payment $327
Not -to -exceed $2,513
DIRECT
LABOR
$78
SA
rr
a«
INSPECTOR
N
N
N
O
N
N
N
CLERK I
I-
O1
O
F.
N
N
ID
N
w
CREW
O
O
O:
O
0
NN
LICENSED
SURVEYOR
DIV-
N
0
N
CADD
OPER. 3
O
Mo
CADD
OPER. 2
,.0I
0
CADD
OPER. 1
N
V.
o
N
;ENGINEERING
2
$18.03
0
2
x
w
.-
I -
1 PROJECT
[MGRJENGR.
523.34
as
PROJECT
DIRECTOR
CO
m
I
o
a
CONSTR. ADMIN. AND INSPECTION
CONSTR. ADMINISTRATION
CONSTR. INSPECTION
•••
M
0
S
V)
N
N
N
O 6
z z
P Z
w
00
Q w
w• l"Z
z
LLQOO
X2 -o
ZOZ<
moza
aiaz
Q z z 2
• w
z ▪ -J
_Ow
H LL
O w
D Y
¢ q
0
• •
0
0
120.00
008
��0,
150.00
0
w
Z
w
��
W0
v
0
000000
0
0
0
0
t
Z
ZZCe
2x2
HR
EA
HR
QUANTITY1
oovoor
-,NO. DESCRIPTION
LS TESTING
0
Z
L=0
'ASPHALT TESTING
[REPORT PREPARATION
TOTAL
0
z
(CONCRETE TES'
Z
T CORI
F -
w
w
Q
BASE l
HdSVI
O
w
fEM
rN
m
mt
tow
r
• •
TASK ORDER NO. 2
ADDITIONAL T -HANGAR UNIT EXPANSIONS
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Task Order is written pursuant to the basic agreement entitled CITY OF
FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, of the same date
entered hereon. The referenced basic agreement pertains to proposed improvements
to Drake Field, Fayetteville's Municipal Airport. This Task Order entered into and
executed this ,,20 day of/77 --ci/ , 2000, by and between the City of Fayetteville
(OWNER) and McClelland Consulting Engineers (ENGINEER) sets forth project
description, project schedule, and engineering fees related to the additional T-hahgar
Unit Expansions, Drake Field.
SECTION 1 - PROJECT DESCRIPTION
Another row of T -hangars is to be added to the existing arrangement of T -hangars on
the east -side general aviation apron. The T -hangars are to be constructed on the
existing asphalt apron which has been constructed to drain away from the building, and
are to be built of pre-engineered metal components, designed to meet the City's codes
and ordinances, with review being provided to the OWNER prior to releasing the
project to bidders.
A. The project is to include:
J:12000\O01151 \t W 2RE V-1d-0O.wpd:im
1
-Co
TASK
yo•
• •
•
1. A metal building 60 feet wide and 200 feet long, approximately. Said building
will include one "special unit design".
2. Reinforced concrete foundations.
3. Interior electrical lighting, receptacles, and motorized overhead doors.
4. Electrical grounding system.
5. Exterior, building -mounted electrical lighting.
B. Specifically excluded from the project scope:
1. Detailed subsurface storm drainage designs.
2. Storm Water Pollution Prevention Plan (less than a 5 -acre area is to be
disturbed).
3. Large Scale Development Plan (will be addressed by City Staff).
4. Detailed sidewalk designs.
5. Formal wetlands determination.
6. Easement preparation (all work is anticipated to take place on Drake Field
property).
7. Geotechnical investigation (we will rely on previously -collected subsurface
data).
8. Funding application work (however, the ENGINEER will provide the technical
data, cost estimates, etc., needed by the OWNER for this purpose).
J:12 0 0 010 02 1 51 \b#2REV.2d-0Owpd:jm
2
•
•
SECTION II — PROJECT SCHEDULE
From the time the OWNER issues the Notice To Proceed to the ENGINEER, the project
will be completed as follows:
TASK
Surveying
Preliminary Design (35%)
Design Development (65%)
Final Design (95%)
Submittal to FAA/City (100%)
TIME AFTER N.T.P.
5 calendar days
10 calendar days
20 calendar days
28 calendar days
30 calendar days
SECTION III — SCOPE OF SERVICES
The ENGINEER shall provide those services listed in the basic agreement which are
applicable to this specific Task Order. Specifically included are:
A. Construction staking of building corners.
B. Air spacing submittals to FAA.
SECTION IV — FEES AND PAYMENTS
A. Title I Services (Engineering Planning and Design Services Preceding
Construction). The ENGINEER shall provide, as hereafter enumerated
individually, surveying and design, and bidding for a total not -to -exceed fee of
$9.921.00 including a total fixed payment of $1.188.00.
J:1N00002151\t0 2REV.2.800.wpd:1m
3
•
• •
•
1. Surveying and Design Phase Services:
For, and in consideration of, the services to be rendered by the ENGINEER,
the OWNER shall pay the ENGINEER on the basis of actual salary costs for
work -time directly connected with work chargeable to the project, plus payroll
additives and general overhead costs of 178% of direct labor costs, plus
direct reimbursable expenses associated with the project, plus a fixed
payment which are payable as follows:
a) Surveying and Design phase services costs: $ 8,277.00
b) Fixed payment for Surveying and Design phase services: $ 1,127.00
c) Engineering contract amount for Surveying and
Design phase services: $ 9,404.00
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto. Adjustment of the upper limit may be made should the
ENGINEER establish and the OWNER agree that there has been or is to be a
significant change in scope, complexity or character of the services to be
performed; or if the OWNER decides to shorten the duration of work from the
time period specified in the Agreement for completion of work and such
modification warrants such adjustment.
Appendix "B" covers the classification of personnel and the salary rate for all
personnel anticipated to be assigned to this project by the ENGINEER.
J120O b021511W%2REV.2.8-0O.wpd:jm
4
• •
Final payment for the Surveying and Design phase services shall be made upon
the OWNER's approval and acceptance with the satisfactory completion of the
Surveying and Design phase services.
2. Bidding Phase Services:
For Bidding phase services rendered by the ENGINEER, the OWNER shall pay
the ENGINEER on the basis of salary costs for work -time directly connected with
the project, plus payroll additives and general overhead costs of 178% of direct
labor costs (plus direct reimbursable expenses associated with the project), plus
a fixed payment, which are as follows:
a) Bidding phase services costs:
b) Fixed payment for Bidding phase services:
c) Engineering contract amount for Bidding
phase services:
$ 456.00
$ 61.00
$ 517.00
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto. The fee has been based upon bidding the project one time
under a single contract section. Adjustment of the upper limit may be made
should the ENGINEER establish and the OWNER agree that there has been or
is to be a significant change in the services to be performed by the ENGINEER
and such modification warrants such adjustment.
Appendix "B" covers the classification of personnel and the salary rate for all
personnel anticipated to be assigned to this project by the ENGINEER.
J:12000002151\ma2REV-2-13M00.wpd:jm
5
•
• •
Final payment for Bidding phase services shall be made upon the OWNER's
approval and acceptance with the satisfactory completion of the Bidding phase
of the project.
B. Title II Services (Construction Phase Services):
The ENGINEER shall provide, as hereafter enumerated individually,
construction phase services for a total not -to -exceed cost of $7,127, including a
total fixed payment of $874.
1. Construction Administration and Inspection Phase Services:
For Construction Administration and Inspection phase services rendered by
the ENGINEER, the OWNER shall pay the ENGINEER on the basis of salary
costs for work -time directly connected with the project, plus payroll additives
and general overhead costs of 178% of direct labor costs (plus direct
reimbursable expenses associated with the project), plus a fixed payment
which are as follows:
a) Construction Administration and Inspection
phase services costs $5,729
b) Fixed payment for Construction Administration
and inspection phase services $ 818
c) Engineering contract amount for Construction
Administration and Inspection phase services $6,547
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto (the Construction Inspection portion of the fee has been
based upon provided an average of 8 hrs/day of resident inspection during an
J:120000002151 LLoa2 R E V .2$Q1.wpd:j m
6
I i
assumed construction period of 90 calendar days). Adjustment of the -upper limit
of the ENGINEER's fees may be made should the ENGINEER establish and the
OWNER agree that there has been or is to be a significant change in effort,
scope, complexity or character of the services to be performed and such
modification warrants such adjustment. Appendix "B" covers the classification of
personnel and the salary rate for all personnel anticipated to be assigned to this
project by the ENGINEER. Final payment for Construction Administration and
Inspection phase services shall be made upon the OWNER's approval and
acceptance with the satisfactory completion of the Construction phase of the
project.
2. Construction Staking Services:
For Construction Staking services, the ENGINEER shall establish roadway
centerline rough grade staking with offset staking on one side at 100 -ft. stations
along tangents and 50 -ft. stations along curves, and perform drainage structures
staking. This construction staking is to be performed by the ENGINEER one time
only, with additional staking to be the responsibility of the Contractor. For this
work, the OWNER shall pay the ENGINEER on the basis of actual salary cost
for work -time directly connected with construction staking, plus payroll additives
and general overhead costs of 178% of direct labor costs, plus direct
reimbursable expenses, plus a fixed payment payable as follows:
J: 120W\OO21514o#2REV.2d-0O.wpd:jm 7
a) Construction Staking costs $276
b) Fixed payment for Construction Staking $ 41
c) Engineering contract amount for Construction
Staking services $317
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached. Adjustment of the upper limit of the ENGINEER's fee may be made
should the ENGINEER establish and the OWNER agree that there has been or
is to be a significant change in effort, scope, complexity or character of the
services to be performed and such modification warrants such adjustment.
Appendix "B" covers the classification of personnel and the salary rate for all
personnel anticipated to be assigned to this project by the ENGINEER.
Final payment for Construction Staking service shall be made upon the OWNER's
approval and acceptance of the satisfactory completion of the Construction Staking
phase of the project.
8
J:X20WXM2151\to REV -2-8-0U. djm
3. Construction Materials Testing Phase Services:
For the Construction Materials testing phase services associated with construction
of the project, the OWNER shall pay the ENGINEER on the basis of hourly rates
and unit prices set forth in Appendix "E" a fee of $263. The basis of this fee is
contained in Appendices "A" and "F", attached hereto.
A. Construction MT'Ls Testing $248
B. Fixed payment for construction MT'Ls Testing $ 15
C. Engineering Contract amount for
Material Testing $263
9
J1200a1002151topZREV3JS W.wpE:jm
SECTION V - BASIC AGREEMENT IN EFFECT:
Except as amended specifically herein, the basic AGREEMENT FOR ENGINEERING
SERVICES shall remain in full force as originally approved and executed.
IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly
executed as of the date and year first herein written.
FOR THE CITY OF FAYETTEVILLE:
By: t GG
r
Mayor
Date:
FOR McCLELLAND CONSULTING ENGINEERS, INC.:
By:
President
'
j
Date: �'/ t4f0c
Attest: .
10
J: 12000W02151ro\K2REV-28.G .wPd:lm
z
0
as
a
z O
❑ F
J � �
J_Zr
a�FLL
ZLLZW
d O O
°ALL❑�
ZN
coo
a
UJ
W
I-
C)
on
0
a:
a
h W3C
N
(7
N
a
a
N
Nwl
�nAnQp
W Z O
N
N
N
N
N
N
N
N
�MNMM
O
N
N
O
O
.•1
11pp
O
O
O
O
O
O
N
O
O
N
O
O
O
O
O+
O �•1
O
O
O
01
f1
O
O
O
N
N
N
f�
m
N
N
N
O
M
O t0
N
OJ
O
M
N
N !1
m 1H
0
0• a
0
0 l3j
O
Q
Q
N
N
M
N
N
N
N
N
M
F
N
1�
N
M
N
N
N
M
N
N
N
h
N
M
N
NN
C.
N
M
N�NN
a
Nt�
•m m
MMM
N
NM
N
at,',
N
N
NN
N
N
C u
m R
o
V
mmu'i oaS
O
b00
O
WU
N
z
K
N
N
in
a
in
W
a
a
N
c
N
O
O
O
Q
u�
N
rc
&0)
W.
U�
J
�N
C.
N
ID
-
N
U0
O
ON
4
w
•
N
N
m
m
r
y
U0
p�
Q
N
in
N
N
Q
N
o
N
C
Q
W
a
a
0
Ud
0
U
W
U
-
W
2
'
Zr
U
w
W
W
Uzn
p
N
0
9
r
Q
Q
m
�-
r
-
nn
a
OW
O
O
'-
a0
w
wfrco
p
N
N
W
6
a
a
Wp
N
Z
N
z
W
w
Z
S
J
W
N
U)o�
-0
!
!�
0
wz
w
2
H
3W
N
ZO
Z
O
Z
Z
w
W
O
W
O
U
W
O
O
V
Z
W
O
W
LL
O
b
Z
O
f
W
O
I -S
NKWSW
W
H
2
IA
0Seb
p—
Hu'
≤UOo5Ot
�O
W
W
CZ>
¢
~J¢V1
�LL?zr3
W
C
a¢mJ
Jd
f/�U'
¢
C
It¢i�
C�dp'
2
LLN
W
W
U
N�
CwN¢d
zL<0
C
W
W
U
NJZw1-J
¢—UJ3
W
JȢwc-
IAp41ZZ
N3
4l
000�"'QQ00
1-J
pp<<Ow
Z
¢—USOUy
ab
WpgpLL
N
w
w_r-
z�
O��z02z
Sv�F-
__
_O
FCi-
W
W
Z
�c�w0
Jao¢U?O>g¢w
JQ'JJJJJJpR
J
p
p
w
O_
... .. ..
¢
W
J>GLL3
Z%%%
f
i�uu>11
wJ
W>u>u
11
WWW
>>
> >
> >
u>1Z
W
H
OU
�a¢oFJLL��if�3fw❑op00000yJQowopoopopp�3oa
KJLLOUO>
ac
W
W
W
lupZ
W
w
V1;
ww
W
W
W
W
W
WZ�n
LL
2OJ�
m
Z
�i1
'?��a3
a
Z
a
w
W
LL
ppj
J
mx�O
J
J
J
w�
wwwwwwwwaDa��u
ruwwww
riiw
riia
4¢swS
S
Ziw�?�
upmuwaj
N
U6N�OHUNdadK1K00000000W00=K0000OOOONO�OKKCvlLL
N CI
A
Q
Q Q
Q Q
W
Z
_
N
17
d
N
N
N
N
N
N
N l7
l•1
l7
A
CI
Cl
1.1
Q
J
x
o
Z
W
a
0
L
m
C)
0
I,,
0
r C)
Z1
P �
0Ov
mZ5
0gm
m 0 p
OZD
m m
m=
3 m
0C
ZZ
Cl)
O
Z
y
I
APPENDIX B
CITY OF FAYETTEVILLE
DRAKE FIELD, TASK ORDER NO. 2
SALARY RANGES
LOWER UPPER
END END
Principal Engineer
$34.00
$45.00
Project Manager
22.00
35.00
Project Engineer
19.00
25.00
Design Engineer
13.50
19.00
Project Surveyor
13.00
22.00
Surveyor
10.00
15.00
Survey Crew (2 men)
18.00
22.00
Survey Crew (3 men)
25.00
30.00
CADD Technician
9.00
13.00
Clerical
7.00
11.00
Senior Engr. Tech.
16.50
19.50
Engineering Tech.
12.00
20.00
CADD Operator 1
15.00
20.00
CADD Operator 2
10.00
15.00
CADD Operator 3
6.50
10.00
Inspector
12.00
19.50
J:\99\991641saIary.skd
APPENDIX C
GEOTECHNICAL INVESTIGATION FEE SCHEDULE
HOURLY
CATEGORY
RATE
Mobilization of $1.40/mile ( each way )" ( from Fayetteville, Ark. )
$ 75.00 minimum
Soil Drilling including Sampling
10.00 per foot
Rock Drilling (Rotary Bit) *
12.00 per foot
Rock Coring (Diamond Bit) "'
30.00 per foot
Boring Setup Charge
25.00 per each
Standby Time (Rig and Crew On -Site), if required
80.00 per hour
Layout of Boring
60.00 per hour
Crew Travel Time
60.00 per hour
Per Diem (per night)
60.00 per man
Atterberg Limits
45.00 each
Moisture Content
8.00 each
Unit Weight Test (Soil Sample)
8.00 each
Unconfined Compression Test
40.00 each
Gradation Tests Dry Sieve
6.00 each
Wet Sieve
25.00 each
California Bearing Ratio (CBR) with Std Proctor
250.00 each
with Mod Proctor
275.00 each
In -situ Permeability
125.00 each
In -situ Permeability (Flexwall)
200.00 each
Remolded Sample
50.00 each
Triaxial Test (Single Stage)
120.00 each
Triaxial Test (Multi -Stage)
150.00 each
Remolded Sample
50.00 each
Draftsman
40.00 per hour
Senior Draftsman
55.00 per hour
Clerical
31.00 per hour
Design Engineer
55.00 per hour
Project Engineer (Soils Engr.)
65.00 per hour
Project Manager (Senior. Soils Engr.)
95.00 per hour
Principal Engineer
100.00 per hour
Senior Engineering Technician
55.00 per hour
Engineering Technician
40.00 per hour
Soils Technician
30.00 per hour
Two Flagmen
50.00 per hour
Mileage
0 .32 per mile
Backhoe Rental (4 hour minimum)
50.00 per hour
Dozer Rental (4 hour minimum)
65.00 per hour
Rock Bits
275.00 each
Diamond Bits
460.00 each
The Client is responsible for providing access to the site. The Client
is responsible for all costs for site
mobilization through unstable soil when a dozer is required to move
the drill rig around the site. The Client is
responsible for all costs involving clearing and access path to each boring
location. The Client is responsible for
---drill-bit-costs while drillinginto-and/orthrough-a-chert-a-very-hard
limestone formation, —or other -very hard
formation, whenever new or slightly used drill bits are worn out during
the drill operations.
Hourly Rates subject to adjustment annually, on/about July 1st.
m
''
'
l0
DD
V
O)
VI
A
W
N
A
W
N
O
z
O
mQm>m1Dj0000>0
��;il�
F0m
�zmOz�X-jazzom
mxz�-mm�rcn
O;lmry
m0
m
m
-�
mm�DmmcnrvmippvCz—jzz
m
ulz�SZr
rzmz�mcn
O
D
m
O
s0mpmmm
D
X
m
Cl)
N
m
D
nz0
z
v
O
ozm
r
z
Co
z
O
OmC�i>
Ill
A
c
N
N
O
N
N
A
A
A
N
N
A
o
z
m
X71
m
�T1
(T�
T�D�;ow
�T1
Z
.Z=7,Z1,Z=1DDDDD
N
C
W
W
C01
-
A
CCO
�4
fA
A
64
OI
N)0014
soril0w0(Am00
n000
00000000000000
00000000000000
m
X
63
{{ppZ
63
44
4O
p
A
OOOO)OONOO000m
O
O
00000000000000
m
0
09000000000000
a
G)
vm
Mm
mn
T z
rn
yr
D D
-4O
m a G>
≤mD
mzz
;NO
z=m
D Z z
>v
Z1 m
m
Dm
vN
90
-Ix
OO
zc
Nr
m
m
z
v
X
d
APPENDIX E
CONSTRUCTION MATERIALS LABORATORY
FEE SCHEDULE
GENERAL:
Laboratory Field Technician'
$ 30.00 per hour
AHTD-Qualified Technician
36.00 per hour
Engineering Technician
40.00 per hour
Senior Engineering Technician
55.00 per hour
Lab Supervisor
45.00 per hour
Con
Lab Supervisor rvisor
45.00 per hour
Field Engineer
50.00 per hour
Project Engineer
72.00 per hour
Project Manager
95.00 per hour
Principal Engineer
100.00 per hour
Lab Report Preparation
30.00 per hour
SOILS:
AHTD-Qualfied Field Technician
36.00 per hour
Soils Field Technician (1 -hour minimum)
30.00 per hour
In -Place Compaction Test -Nuclear Gauge ASTM D 2922
Sample Pickup
Liquid Limit, Plastic Limit, Plasticity Index ( 3 point) ASTM D 4318
45.00 each
Sieve Analysis -Washed No. 200 (Wet) ASTM D 1140
35.00 per sieve
Sieve Analysis -Dry ASTM D 422
7.00 per sieve
Hydrometer Analysis ASTM D 422
65.00 each
Specific Gravity ASTM D 854
40.00 each
Soils Classification, Unified or AASHTO ASTM D 2487 or AASHTO M 145
100.00 each
Laboratory Maximum Compaction Test ASTM D 698 or AASHTO T 99
120.00 each
Laboratory Maximum Compaction Test ASTM D 1557 or AASHTO T 180
135.00 each
Potential Volume Change -Swell Pressure
100.00 each
California Bearing Ratio-CBR ASTM D 1883 (3 point) (Proctor curve additional)
150.00 each
Shrinkage ASTM D 427
50.00 each
Soil Bearing Capacity (Engineering Tech., 2 -hour minimum)
40.00 per hour
Non-ASTM Procedures Available On Request
CONCRETE:
Concrete Mix Design
Price on Request
Review Concrete Mix Design (Lab Supervisor)
45.00 per hour
Confirm Concrete Mix Design
Price on Request
Concrete Field Technician * (1 -hour minimum): [For any of the following 6 items:]
30.00 per hour
• Unit Weight and Yield of Freshly Mixed Concrete ASTM C 138
• Concrete Cylinder or Beam Molding ASTM C 31
• Concrete Cylinder or Beam Pickup
• Concrete Slump Test ASTM C 143
• Concrete Air Content Test ASTM C 231 or C 173
• Cement Mortar or Group Sampling
—AHTD=Qualified Concrete Technician: —[For arty of the -foregoing -6 items:] --
-- 36:00 per -hour
Compressive Strength of Concrete Test Cylinders ASTM C 39 (pad cap)
8.00 each
Compressive Strength of Concrete Test Cylinders ASTM C 39 (sulfur capped)
12.00 each
Spare Cylinders Specimens Processed but not Tested
8.00 each
Schmidt Hammer Testing (Engineering Tech, 2 -hour minimum)
40.00 per hour
AC? Grade I Concrete Field Testing Technician
J vwmaaxmiwnSnSTs.w ,: Page I of 2
APPENDIX E
CONSTRUCTION MATERIALS LABORATORY
FEE SCHEDULE
CONCRETE
(Continued):
Flexural Strength of Concrete Beams ASTM C 78 or C 293
20.00 each
Spare Beam Specimens Processed but not Tested
20.00 each
Compressive Strength of Grout Cubes
15.00 each
Compressive Strength of Cement Mortar Cubes
10.00 each
Concrete Coring (3" or 4"):
Core Machine & Lab Technician
60.00 per hour
Additional Lab Technician, as required
30.00 per hour
Compressive Strength of Concrete Cores (3" or 4")
30.00 each
Other Core Sizes
Price on Request
Aggregate Sieve Analysis:
Dry Sieve ASTM C 136
7.00 each
Wet Sieve ASTM C 117
35.00 each
Fineness Modules
15.00 each
Decantation
20.00 each
Deleterious Materials
45.00 each
Specific Gravity and Absorption of Aggregate ASTM C 127 & C 128
75.00 each
Dry Rodded Unit Weight of Aggregate ASTM C 29
50.00 each
Sodium or Magnesium Sulfate Soundness (5 cycles) ASTM C 88
250.00 each
Additional Cycles
40.00 each
ASPHALT:
Asphalt Mix Design
Price on Request
Review Asphalt Mix Design (Lab Supervisor)
45.00 per hour
Asphalt Field Technician
In -Place Compaction Test -Nuclear Gauge (Lab Technician)
30.00 per hour
Sample Pickup
30.00 per hour
Marshall Test including Stability, Flow, Laboratory Density, Percent Air Voids,
Percent Voids in Mineral Aggregate (3 specimens per test)
175.00 each
Extraction including percent Bitumen and Aggregate Gradation
125.00 each
Laboratory Density of Cored Plugs including Depth Measurement
20.00 each
Asphalt Coring (3" or 4"):
Core Machine & Lab Technician .
60.00 per hour
Additional Lab Technician, if required
30.00 per hour
Sample Pickup
FIREPROOFING:
Unit Weight, Bonding Strength, Thickness and Sampling
(actual time required for Lab Technicians)
30.00 per hourrech.
Report Preparation (Lab Supervisor)
45.00 per hour
STRUCTURAL STEEL:
Bolt Torque Testing: Lab Technician(s)
30.00 per hour
Field Engineer
50.00 per hour
- Pneumati¢Torque Wrench-Calibrafion-(twice-perday) —
50:00 -each
Visual Weld Inspection Field Engineer
50.00 per hour
Services not Listed are Available on Request
J.2O9OWO2 ¶5 1Wn51ESTS.w .)n
Page 2 012
m
llc�
AW N-+
z
p
x>>oai(n
mtn<OODO
vvvzm=
rr v�mcmii o
0 O X m� Z 0 0
O O = 0
A O
r DG)OZ �<n
O O z .4mc
z
zr5M
0zU
-43m
a>Z
c oxm0
lolol-t6 o 0 Z 0 D X
zmanT
Cl) J —I
z rn
_m2222 c 0
C)
p
9Pi9i9iw OU
000000 C)
000000
000000 m
X
C 000000 0 oo
m
0
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
-e
TO: FRED HANNA, MAYOR
FROM: DALE FREDERICK, AIRPORT MANAGEP1 3
DATE: MARCH 16, 2000
SUBJECT: TASK ORDER #2 WITH MCCLELLAND CONSULTING ENGINEERS TO
DESIGN AND OVERSEE THE CONSTRUCTION OF AN EIGHT BAY
T -HANGAR
The Airport staff requests review and approval of Task Order #2 to the contract with McClelland
Consulting Engineers, Inc. for engineering services for the Capital Improvement Program projects at the
Airport. Task Order #2 is for an amount not -to -exceed $17,048.00 and will cover the cost for the scope
of the design and oversight of the construction of an eight bay T -Hangar.
The Airport Board has highly recommended the construction of this facility and has given their approval
to move forward. The Task Order has been reviewed by the City of Fayetteville's Engineering Department
who found that the contract "appears to be a fair and reasonable contract for the design, bidding,
construction services and material/testing" for the T -Hangar. With the completion of this unit, the total
T -Hangars available for single and double engine aircraft will be a total of 65.
Attachments: 3 Original Task Orders #2
Copy of the Approved Agreement for Engineering Services with McClelland
Purchasing Officer
• • £c5
7.451 oeT('Z
STAFF REVIEW FORM Gf/uGD #Z
___AGENDA REQUEST
X CONTRACT REVIEW rig.
GRANT REVIEW
For the Fayetteville City Council meeting of N/A
FROM:
Dale Frederick Airport
Name Division
General GMT.
Department
ACTION REQUIRED: Request review and approval of Task Order #2 to the contract with McClelland Consulting Engineers,
Inc. for engineering services for the Capital Improvement Program projects at the Airport. Task Order #2 is for an amount not -to -
exceed 817,048.00 and will cover the cost for the scope of the design and oversight of the construction of an eight bay T -Hangar. The
Airport Board highly recommends the construction of this facility and has given their approval to move forward.
COST TO CITY:
Cost of this Request
5550-3960-5314-00
Account Number
't5 4 -I
Project Number
122
Category/Project Budget
$ 84.715,00
Funds used to date
$ 38,220.00
Remaining Balance
Profession Services
Category/Project Name
Fixed Assets
Program Name
Airport
Fund
BUD ET REVIEW: �}i Budgeted Item _ Budget Adjustment
a
Budget Coordinator Administrative Services Director
tEVIEW:
3-2o .€b
Date
Date
Date
STAFF RECOMMENDATION:
GRANTING AGENCY:
ADA Coordinator
Internal Auditor
Staff recommends approval
e a ector jlate 154sir tiv rvices Director Date
May r Date
Cross Reference
Date
Date
New Item: Yes No
Prev Ord/Res#_ 25-OO
Orig Cont. Date: -7- ZOC d
e o,°I
STAFF REVIEW FORM
Description: Meeting Date: N/A
APPROVAL OF TASK ORDER# 2 TO THE CONTRACT WITH MCCLELLAND CONSULTING
ENGINEERS, INC. FOR DESIGN AND OVERSIGHT OF THE CONSTRUCTION OF AN EIGHT
BAY T -HANGAR.
Comments:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Reference
Comments:
Reference
Comments:
Reference
Comments:
Reference
Comments:
Reference
Comments:
Reference
Comments:
n
FAYETTEVILLE
AIRPORT DEPARTMENT
THE CITY OF FAYETTEVILLE, ARKANSAS
TO: Fayetteville City Council
THRU: Fred Hanna, Mayor
FROM: Dale Frederick, Airport Manager .b F .6 rv\
DATE: April 24, 2000
SUBJECT: APPROVAL OF A RESOLUTION FOR AN AMENDMENT TO TASK
ORDER NO. 2 TO THE AGREEMENT WITH MCCLELLAND
CONSULTING ENGINEERS FOR AN EIGHT BAY T -HANGAR UNIT
Airport staff requests the approval of a resolution for an amendment to Task Order No. 2 to the
Agreement with McClelland Consulting Engineers, Inc. in an amount not to exceed $7,935.00. This
amendment provides for the design and construction oversight for a second T -Hangar unit during
the next construction phase of growth and development for general aviation at the Airport. Upon
the approval of this amendment, an alternative bid would be requested for two eight bay T -Hangars
units (original Task Order No. 2 was for one unit). The alterative bid would provide information
to evaluate if the cost savings would be economically sound to build two units concurrently.
The original Task Order No. 2 was for the amount of $17,048.00 for the engineering and oversight
of one T -Hangar unit (see attached). Staff approved the original Task Order No. 2, and the Mayor
signed the document on March 21, 2000. The amendment would result in an accumulated total of
$24,983.00 for the engineering of this project. The total cost of this project will exceed $20,000.00,
therefore requiring City Council approval.
Attachments: Contract Review Form
Copy of the original Task Order #2
3 Original Copies of Amendment No.l to Task Order No.2
4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701
PHONE 501-718-7640 Ext.5 • FAX 501-718-7646
r
0 RECEIVED
Purchasing Officer
STAFF REVIEW FORM
XX AGENDA REQUEST
XX CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of May 16. 2000
FROM:
Dale Frederick Airport
Name Division
APR28 8 2000
CITY OF FAYETTt V I LLE
MAYOWS OF€JCO,E
General GMT.
Department
ACTION REQUIRED: Request the approval of a resolution for an amendment to Task Order No. 2 to the Agreement with McClelland
Consulting Engineers, Inc. for an amount not to exceed $7,935.00. The amendment provides for the design and construction oversight
for a second T -Hangar unit during the next construction phase of growth for general aviation at the Airport. Upon the approval of this
amendment, an alternative bid will be requested for two eight -bay T -Hangar units (Task Order #2 is to engineer, oversee construction,
and bid one eight -bay unit). The alterative bid would provide information to evaluate if the cost savings would be economically sound
to build two units concurrently. The amendment would result in an accumulated total of $24,983.00 for the engineering of this project
which exceeds the $20,000.00 limit allowed for the Mayor's signature, therefore requiring City Council approval.
COST TO CITY
S 7.935.00
Cost of this Request
5550-3960-5314.00
Account Number
98056
Project Number
VIEW:
Budget Coordmator
--------------------------- -------------
-------------------------------- ----------------
Category/Project Budget
$ 103,851.00
Funds used to date
S 305.427.00
Remaining Balance
Budgeted Item
Administrative Services Director
Professional Services
Category/Project Name
Capital
Program Name
Airport
Fund
Budget Adjustment Attached
tEVIEW:
ate
Date
GRANTING AGENCY:
STAFF RECOMMENDATION: Airport staff recommends approval.
Division Head 6'
Dat
ate
Date
Cross Reference
New Item: Yes
Pre. Ord/Res#: 25-00
Orig Cont. Date: 3-7-2000
Contract# 747
on
STAFF REVIEW FORM
Description: Meeting Date: MAY 16. 2000
Page 2
Approval of a Resolution for an amendment to Task Order No. 2 to the Agreement with McClelland
Consulting Engineers for engineering services for an eight bay T -Hangar unit.
Comments:
Budget Coordinator Reference Comments:
Accounting Manager Reference Comments:
City Attorney Reference Comments:
Purchasing Officer Reference Comments:
ADA Coordinator Reference Comments:
Internal Auditor Reference Comments:
FAYETTEVI!LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDE
To: Dale Frederick, Airport Manager
From: Heather Woodruff, City Clerk
Date: May 22, 2000
Attached is a copy of the resolution approving amendment to the agreement with McClelland
Consulting Engineers. I am also returning two originals for you to distribute. The original will
be microfilmed and filed with the City Clerk.
cc: Yolanda Fields, Community Development
r
0 I
RESOLUTION NO. 66-00
A RESOLUTION APPROVING AMENDMENT NO. I TO TASK
ORDER NO. 2 TO THE AGREEMENT WITH McCLELLAND
CONSULTING ENGINEERS, INC., IN AN AMOUNT NOT TO
EXCEED $7,935, TO PROVIDE FOR THE DESIGN AND
OVERSEEING CONSTRUCTION OF A SECOND T -HANGAR
UNIT AT DRAKE FIELD.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby approves Amendment No. 1 to Task Order No.
2 of the agreement with McClelland Consulting Engineers, Inc., in an amount not to exceed $7,935,
to provide for the design and overseeing construction of a second T -hangar unit at Drake Field. A
copy of the amendment is attached hereto marked Exhibit "A" and made a part hereof.
-�•`�►ND APPROVED this 16's day of May , 2000.
I 0 . I APPROVEI. D•
By:
, �) ed Hanna, Mayor
ATTES'T:
By:
Heather Woodruff, City C