HomeMy WebLinkAbout09-01 RESOLUTIONRESOLUTION NO. 9-01
•
A RESOLUTION APPROVING TASK ORDER NO. 8 TO THE
McCLELLAND CONSULTING ENGINEERING CONTRACT IN
THE AMOUNT OF $138,620, PLUS A 15% CONTINGENCY
AMOUNT OF $20,793 FOR THE ENGINEERING OF THE
AIRFARE PAVEMENT REHABILITATION.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby approves Task Order No. 8 to the McClelland
Consulting Engineering Contract in the amount of $138,620, plus a 15% contingency amount of
$20,793, for the engineering of the airfare pavement rehabilitation; and authorizes the Mayor and
City Clerk to execute said agreement. A copy of the agreement is attached hereto marked Exhibit
"A" and made a part hereof.
a9'
AND APPROVED this
i.
t
ATTEST:
By:
at f 4raEdge g ✓�,
Heather Woodruff, City Clerl£
6th day of February , 2001.
APPROVED:
By: CJ1CiV l-eJ I J .
Charles D. Coody, Mayor
EXHIBIT A
TASK ORDER NO. 8
AIRFIELD PAVEMENT REHABILITATION. REPLACEMENT. AND EXPANSION
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Task Order is written pursuant to the basic agreement entitled CITY OF
FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, executed on March
7, 2000. The referenced basic agreement pertains to proposed improvements to Drake
Field, Fayetteville's Municipal Airport. This Task Order entered into and executed on the
date indicated below the signature block, by and between the City of Fayetteville
(OWNER) and McClelland Consulting Engineers (ENGINEER) sets forth the project
description, project schedule, and engineering fees related to pavement rehabilitation
and improvements, Drake Field.
SECTION I - PROJECT DESCRIPTION
The project is to consist of reviewing and evaluating the current condition of existing
airfield pavements with respect to a pavement study conducted by others in the past;
and to design the needed improvements in order to maintain the pavements in
serviceable condition. In addition, three new areas of pavement are to be designed: the
first will be an aircraft parking apron for general aviation along the eastern side of the
existing eastern general aviation apron; the second will be an aircraft parking apron
area to fill in the area between the existing apron from in front of the hanger formerly
C
J:991991811TO8R.wpd:lm
EXN
-04 5K
JUO,
• •
occupied by Tyson Food's and riorth to the limits of the previous fuel farm drive; and
third will be a new aircraft parking apron north of Taxiway "D" and west of the Avionics
Shop.
Specifically, the project is likely to include:
A. Crack sealing, geotextile fabric, and overlay for Taxiway A, Taxiway C,
Taxiway D (the portion between Taxiway B and the runway), Taxiway E,
Taxiway F, and the south end of Taxiway B.
B. Strengthening, crack sealing, geotextile fabric, and overlay of that portion of
Taxiway D which is east of the runway.
C. Crack sealing, geotextile fabric, leveling course, and overlay for that portion of
Taxiway B which extends from a point 400' north of Taxiway E to a point
which is 200' south of Taxiway C.
D. Rubber removal, crack sealing, and restriping, of the runway.
E Construction of three new apron/taxiway areas: one along the eastern side of
the east side general aviation aircraft parking apron; the second on the
eastern side of the formerly Tyson Hanger to the north limits of the previous
fuel farm drive; and third the new apron north of Taxiway "D" and west of the
Avionics Shop.
Specifically excluded from the project scope: Storm Water Pollution Prevention Plan
(as currently planned, less than a 5 -acre area is to be disturbed).
.1:\99\99184\TO8R.wpd:jm
2
•
•
SECTION II - PROJECT SCHEDULE
From the time the OWNER issues the Notice To Proceed to the ENGINEER, the project
will be executed within the following time periods:
Surveying:
Design Development (65%):
Construction Documents (95%):
Submittal to City (100%):
35 calendar days
90 calendar days
120 calendar days
130 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 for new pavement.
B. Funding applications 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,
geotechnical investigation, surveying, design, bidding, and funding application
services for a total not -to -exceed fee of $70,410 including a total fixed payment
of $8,635.
J:99\99164\TO8R.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 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 not to exceed: $ 53,391.
b) Fixed payment for Surveying and Design phase services. $ 7,909.
c) Engineering contract amount for Surveying and
Design phase services not to exceed: $ 61,300.
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.
J:1991991841TO0R.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. Geotechnical Investigation Phase Services:
For Geotechnical Investigation 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) Geotechnical phase services costs not to exceed:
b) Fixed payment for Geotechnical phase services:
c) Engineering contract amount for Geotechnical
phase services not to exceed:
$ 4,331.
$ 119.
$ 4,450.
. 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 the services to be performed by the ENGINEER and such
modification warrants such adjustment.
J:\97199161\TOaRwpX:jm
5
• •
Appendices B and C cover the classifications of personnel and the salary rates
for all personnel anticipated to be assigned to this project by the ENGINEER.
Final payment for geotechnical phase services shall be made upon the
OWNER's approval and acceptance with the satisfactory completion of the
geotechnical phase of the project.
3. 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 not to exceed:
b) Fixed payment for Bidding phase services:
c) Engineering contract amount for Bidding
phase services not to exceed:
$ 3,183.
$ 477.
$ 3,660.
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.
J:199%99164\TO8R.wpd:jn
6
•
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 Bidding phase services shall be made upon the OWNER's
approval and acceptance with the satisfactory completion of the Bidding phase
of the project.
4. Funding Application Services:
For Funding Application phase services, 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. Funding application phase services costs not to exceed:
b. Fixed payment for air spacing phase services:
c Engineering Contract amount for air spacing
phase services not to exceed:
$ 870.
$ 130.
$ 1000.
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 and such modification warrants such adjustment.
J:199%99164VMSR.vixtjm
•
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 Funding Application phase services shall be made upon the
OWNER's approval and acceptance of the funding application phase
documents.
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 $68,210, including a total fixed
payment of $8,348.
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 not to exceed: $ 54,235.
b) Fixed payment for Construction Administration
J19%991&4 TO6R.wpd:jm
and Inspection phase services: $ 8,135.
8
• •
c) Engineenng contract amount for Construction
Administration and Inspection phase services
not to exceed:
$ 62,370.
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 providing an average of 8 hrs/day of on site inspection
during an assumed construction period of 120 calendar days). 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 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 building
corners, a baseline, and a benchmark for vertical control. This construction
staking is to be performed by the ENGINEER one time only, with additional
J:W9 991H1TO9R.wpd:jm
9
• •
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:
a) Construction Staking costs not to exceed:
b) Fixed payment for Construction Staking:
c) Engineering contract amount for Construction
$ 1,235.
$ 185.
Staking services not to exceed: $ 1,420.
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.
J:19919918<1TO8R.wpd:jm
10
• •
3. Construction Materials Testing Phase Services:
For construction materials testing 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) Materials testing phase services costs not to exceed:
b) Fixed payment for materials testing phase services.
c) Engineering contract amount for materials testing
phase services not to exceed:
$ 4,392
$ 28.
$ 4,420.
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
the services to be performed by the ENGINEER and such modification warrants such
adjustment.
Appendices B and D cover the classifications of personnel and the salary rates for all
personnel anticipated to be assigned to this project by the ENGINEER.
Final payment for materials testing phase services shall be made upon the OWNER's
approval and acceptance with the satisfactory completion of the materials testing phase
of the project.
Ji99%99181\TO8R.wpd:im
u
• •
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:
Mayor
Date: zl t-4 O 1
Attest: 0,d- Alone
FOR McCLELLAND CONSULTING ENGINEERS, INC.:
By: G.,.ssl.
P
Vic re dent
Date:
2 -4-OC)
J:199199161\TO8R.wpd:lm
Attes
12
NAME OF FILE:
41)
CROSS REFERENCE:
Date
Contents of File Initials
aj,
-
1-6-ol
S4 7Zt9w //n 9. D//,
t i4' /4/ l /�.� dif/A
A. e /�/ A
.:
6%0/%CD DAil-iez de c,. i
.lair.
/nibs' Le&k �2 f �•D�/
1461-01
-.7:: r�rr�zi k.e f%%l�,a�
/id
/Sin'
1-34/
yv�xn .=oma 2w', S 5174127 zte
/4-0 /
7� ./.Yh,9
°'
al
/ti,
-6-o/
,it S -69;-o-- i�h
�l
.214.01
io2iw 7 �/i,Ii
9
N+
8
b
5
V
S
U
i
W
N
S
8
b0
NCV
IJ
N+
O
8
0
V
8
N
Y
Y
N+
O
b
m
1
m
m
a
W
N
m
V
m
y
1
W
N+
7
i
m
� .
O
Eo
FINAL REVISIONS TO CONTR. DOC.
REVIEW MEETING WITH OWNER
REVISIONS TO CONTRACT DOC.
IN-HOUSE "OA' REVIEWS
I DETAILED COST ESTIMATE
T
WI
m
SPECIFICATIONS
PREPARE CONSTR. MATERIALS TESTING PLAN
TMJ SHOULDER REGRADING PLAN
j TAXIWAY/RUNWAY STRIPING PUN 1
r PAVEMENT REPAIR DETAILS
1 PAVEMENT REPLACEMENT PLAN 1
PAVING STRENGTHENING PLAN
S
y
1 CRACK SEALING PLAN (Taxiways 6 RunTaY)
UTILITY PLAN FOR APRONS
1 DRAINAGE PLAN FOR APRONS
GRADING PLAN FOR APRONS
COVER
CONSTRUCTION DOCUMENTS
A
F
0
2
o
g
Z
0
P1
m
A
IN-HOUSE 'OA' REVIEWS
PRELIMINARY COST ESTIMATE
CALCULATE QUANTITIES FOR BID SCHEDULE 1
OUTLINE SPECIFICATIONS
TMJ SHOULDER REGRADING PLAN
TAXIWAY/RUNWAY STRIPING PLAN
PAVEMENT REPAIR DETAILS
PAVEMENT REPLACEMENT PLAN
PAVING STRENGTHENING PLAN_ _—_ _ 1
OVERLAY PLANS __-
CRACK SEALING PLAN (Taxiways & Runway)
UTILITY PLAN FOR APRONS
DRAINAGE PLAN FOR APRONS
GRADING PLAN FOR APRONS
0
O
A
DESIGN DEVELOPMENT
!DESIGN PREFERRED PAVEMENT SECTIONS 1
!DETERMINE DESIRED STRENGTH BY SEGMENT _ - I
VERIFY DESIGN AIRCRAFTMMEEL LOADINGS _--
PRELIMINARY LAYOUT OF AIRCRAFT APRONS
IDENTIFY SEGMENTS FOR LEVELING COURSE
SELECT APPROPRIATE TECHNIOUE PER SEGMENT
CONSIDER ALTERNATIVES FOR PAVEMENT REPAIR
MAP PAVEMENT DEFECTS
(FIELD INVESTIGATION OF Tmelr SECTION
(FIELD RECON. FOR ADJACENT SURFACE DRAINAGE I
FIELD RECONNAISSANCE OF PAVEMENT DEFICIENCIE
SURVEYING FOR AIRCRAFT APRONS I
PREPARE CONTRACT FORM
CONTRACT NEGOTIATIONS
SCOPING MEETINGS _
[REVIEW/EVALUATE PAVEMENT REPORT
0
A
g
m
z
0
o
m
m
m
z
TASK DESCRIPTION
1
y
N
W+
N+
a
S
8
PROJECT
DIRECTOR
i
N
a
N
m+
W
m
N++
N
N+++
N
N
N
W
m
N
N
N+
N
a
N
N
N
N
W
W
W+
a
s+
a
N
N
m
N
a++
a
m
N
o
EN
S
PROJECT
MGRJENGR.
431
a
a
m
a
m
m
S
a
N
m
8
m
m
a
m
0
m
m
a
W
a
N
0
m
a
m
m
m
m
m
O
m
N
y
8
m
N
N
m
a
a
m
N
a
N
y
N
a
s
PROJECT
ENGINEER
S
a
N
N
N
a
m
8
ENGINEERING
TECHNICIAN
"d
N+
+
a
+9m
8
mg
A o
S
a
a
mita'
•••
a
a
a
a
a
m
N
m
Y
a
a.
8
CADD
OPER. 2
is
N
N
•P0
a
m
8
8
a
a
m
•�
m
N
8
CADD
OPER. 3
m
m
8
LICENSED
SURVEYOR
M
M
8
SURVEY
CREW
p
a.
0
N
tp+
N
a
NNN
N
8
8
CLERK
TYPIST
O
4.
8
INSPECTOR
(ENGR. TECH.)
S
a
a
satom
N
x11
D
m
m
s
SUB.CONS.
FEE
9604 119616
1
.ad 01.76 133.763
Exp.nso 1660
T...a r.... 441101
EHE
a
1-
tt
m
�Ov
DIRECT
EXPENSE
=Nmtz-.aaaaliaN'
aaEegniaaaaa$ga
EXTENDED
TOTAL
£
2
)
0
cn
0
co
0
co
§
co
0
§
0
0
NOLLdItl3S30 NSVL
■
§§
rir|
|
mk
8
|0
2
(0
10
8
M§
m
10
|
0
mg
|
cC
.0
;
22
;
-4)
i
OW
00
0rn
;
!
§
8
I
$
ISr.0
!2
zk
of
NOLLVOIIddtl ONIONNJ
NOLL4I210530 HSYL
■
s
§§
|
(k
01§
8
|M
§
0
|
8
§k
■
§§
|
cC
§k
■
8
/(
8
22
rrt
20
00
0
$
(
222
01 •
!66
|!£!�E
m)
■
/k
!;§■|§rrn
NOLLANIOS30 NSW
I
8
§k
|
k'
no
0
kk
8
|k
zm
20
;
an
Mg
8
%§
8
§§
8
)k
2.28
co
D§
;
§(
8
our
k)
!
§
m)
/k
2!!=£„ ;,;e
,r.0
§2
>0
NOLLdNIOS3Q JSYl
§§
8
sho
ta
2§
8
a§
�k
8§
|
0
§
8
0
_0
8
,R
0m
8
$
k)
8
Ey
zz
))
|
§
5
§)
kk
Loss,.
■■§2§!;
|k
4.
•
4
•
IET
i
1
0
0
0
z
c
n
0
z
z
N
z
z
0
E
r
m
APPENDIX B
•
Salary Ranges
Drake Field, Fayetteville Municipal Airport
CATEGORY
Principal Engineer / Project Director
Project Manager
Project Engineer
Registered Surveyor
Computer Technician
Engineering Technician
Senior Engineering Technician
Survey Crew (2 man)
Clerical Support
CADD Draftsman 1
CADD Draftsman 2
CADD Draftsman 3
Soils Lab Supervisor
Soils Technician II
Soils Technician I
J:\99\99I64J:\99\99164\Appendix B Salary Rates TO8R.doc
HOURLY RATE
RANGE
$40 to $45
$25 to $33
$18 to $26
$14 to $18
$17 to $21
$12 to $18
$15 to $20
$18 to $23
$9 to $14
$15 to $20
$10 to $16
$8 to $12
$12 to $15
$8 to $12
$6 to $8
• •
APPENDIX "C"
TASK ORDER NO. 8
GEOTECHNICAL INVESTIGATION
AIRFIELD PAVEMENT REHABILITATION, REPLACEMENT, AND EXPANSION
DRAKE FIELD, FAYETTEVILLE MUNICIPAL. AIRPORT
December 1, 2000
Item No. Iltem
Description / ASTM Designation 1 Quantity I Units
I Unit
Price I Extended I
1 Equipment Mobilization and Demobilization ($2.10/mi each way
2 Boring Layout
Boring Setup Charges
3 Soil Drilling and Sampling, ASTM D-1586 & ASTM D-1587
Soil Drilling in Apron Area (8 Borings - 8 feet max. )
4 Soil and Rock Laboratory Testing
ASTM D-2216 Moisture Content Determination
ASTM 0-4318, t.iquid and Plastic Limit of Soils
ASTM D-422 Gradation Analysis of Soils (6 Sieves )
ASTM D-2166, Dry Unit Weight of Soil Specimens
ASTM D-698, Standard Proctor Test
ASTM 0-1883, Califomia Bearing Ratio
ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING
1 LS
1 HR
8EA
64 LF
40 EA
8 EA
8EA
12 EA
3EA
3EA
$100.00 $100.00
Subtotal
$100.00
$60.00 $60.00
$35.00 $280.00
Subtotal
$340.00
$8.50 $544.00
Subtotal
$12.00
$55.00
$50.00
$12.00
$110.00
$250.00
$544.00
$480.00
$440.00
$400.00
$144.00
$330.00
$750.00
Subtotal $2,544.00
53,528.00
QUOTE Not to exceed $3,534.00
SUBMITTED BY:
R. WAYNE JONES, P.E.
Vice President
J:1991991641geotechfeeT08.wb3wj
• •
APPENDIX "D"
TASK ORDER NO. 8
CONSTRUCTION MATERIALS TESTING
AIRFIELD PAVEMENT REHABILITATION, REPLACEMENT, AND EXPANSION
DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT
ITEM
NO.
DESCRIPTION
QUANTITY
UNIT
PRICE
EXTENDED
1
SOILS TESTING
48
HR
$30.00
$1,440.00
2
BASE
TESTING
24
HR
$30.00
$720.00
3
CONCRETE
TESTING
0
HR
$30.00
$0.00
4
ASPHALT
CORING
20
HR
$60.00
$1,200.00
5
ASPHALT
TESTING
20
EA
$19.65
$393.00
6
REPORT PREPARATION
15
HR
$30.00
$450.00
TOTAL
$4,203.00
J:\ 99\ 99164NATLSFEEST08.wb3
I'
TASK ORDER NO. 8
AIRFIELD PAVEMENT REHABILITATION. REPLACEMENT. AND EXPANSION
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Task Order is written pursuant to the basic agreement entitled CITY OF
FAYETTEVILLE, AGREEMENT.FOR ENGINEERING SERVICES, executed on March
7, 2000. The referenced basic agreement pertains to proposed improvements to Drake
Field, Fayetteville's Municipal Airport. This Task Order entered into and executed on the
date indicated below the signature block, by and between the City of Fayetteville
(OWNER) and McClelland Consulting Engineers (ENGINEER) sets forth the project
description, project schedule, and engineering fees related to pavement rehabilitation
and improvements, Drake Field.
SECTION I - PROJECT DESCRIPTION
The project is to consist of reviewing and evaluating the current condition of existing
airfield pavements with respect to a pavement study conducted by others in the past;
and to design the needed improvements in order to maintain the pavements in
serviceable condition. In addition, three new areas of pavement are to be designed: the
first will be an aircraft parking apron for general aviation along the eastern side of the
existing eastern general aviation apron; the second will be an aircraft parking apron
area to fill in the area between the existing apron from in front of the hanger formerly
J:W9S9164 T0eaww:i n
r
occupied by Tyson Food's and north to the limits of the previous fuel farm drive; and
third will be a new aircraft parking apron north of Taxiway "D" and west of the Avionics
Shop.
Specifically, the project is likely to include:
A. Crack sealing, geotextile fabric, and overlay for Taxiway A, Taxiway C,
Taxiway D (the portion between Taxiway B and the runway), Taxiway E,
Taxiway F, and the south end of Taxiway B.
B. Strengthening, crack sealing, geotextile fabric, and overlay of that portion of
Taxiway D which is east of the runway.
C. Crack sealing, geotextile fabric, leveling course, and overlay for that portion of
Taxiway B which extends from a point 400' north of Taxiway E to a point
which is 200' south of Taxiway C.
D. Rubber removal, crack sealing, and restriping, of the runway.
E. Construction of three new apron/taxiway areas: one along the eastern side of
the east side general aviation aircraft parking apron; the second on the
eastern side of the formerly Tyson Hanger to the north limits of the previous
fuel farm drive; and third the new apron north of Taxiway "D" and west of the
Avionics Shop.
Specifically excluded from the project scope: Storm Water Pollution Prevention Plan
(as currently planned, less than a 5 -acre area is to be disturbed).
2
J:99'S9164 TOea.weim
SECTION II - PROJECT SCHEDULE
From the time the OWNER issues the Notice To Proceed to the ENGINEER, the project
will be executed within the following time periods:
Surveying: 35 calendar days
Design Development (65%): 90 calendar days
Construction Documents (95%): 120 calendar days
Submittal to City (100%): 130 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 for new pavement.
B. Funding applications 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,
geotechnical investigation, surveying, design, bidding, and funding application
services for a total not -to -exceed fee of $70,410 including a total fixed payment
of $8,635.
tW 9S91611TOeR,wpa:I^
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 not to exceed: $ 53,391.
b) Fixed payment for Surveying and Design phase services: $ 7,909.
c) Engineering contract amount for Surveying and
Design phase services not to exceed: $ 61,300.
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.
4
J:194.99160TO6twptjm
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. Geotechnical Investigation Phase Services:
For Geotechnical Investigation 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) Geotechnical phase services costs not to exceed: $ 4,331.
b) Fixed payment for Geotechnical phase services: $ 119.
c) Engineering contract amount for Geotechnical
phase services not to exceed:
$ 4,450.
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 the services to be performed by the ENGINEER and such
modification warrants such adjustment.
F:
Appendices B and C cover the classifications of personnel and the salary rates
for all personnel anticipated to be assigned to this project by the ENGINEER.
Final payment for geotechnical phase services shall be made upon the
OWNER's approval and acceptance with the satisfactory completion of the
geotechnical phase of the project.
3. 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 not to exceed: $ 3,183.
b) Fixed payment for Bidding phase services: $ 477.
c) Engineering contract amount for Bidding
phase services not to exceed: $ 3,660.
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.
0
JAM"A"ToakwPd.jm
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 Bidding phase services shall be made upon the OWNER's
approval and acceptance with the satisfactory completion of the Bidding phase
of the project.
4. Funding Application Services:
For Funding Application phase services, 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. Funding application phase services costs not to exceed: $ 870.
b. Fixed payment for air spacing phase services: $ 130.
c. Engineering Contract amount for air spacing
phase services not to exceed:
$ 1000.
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 and such modification warrants such adjustment.
7
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 Funding Application phase services shall be made upon the
OWNER's approval and acceptance of the funding application phase
documents.
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 $68,210, including a total fixed
payment of $8,348.
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 not to exceed: $ 54,235.
b) Fixed payment for Construction Administration
and Inspection phase services:
$ 8,135.
c) Engineering contract amount for Construction
Administration and Inspection phase services
not to exceed:
$ 62,370.
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 providing an average of 8 hrs/day of on -site inspection
during an assumed construction period of 120 calendar days). 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 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 building
corners, a baseline, and a benchmark for vertical control. This construction
staking is to be performed by the ENGINEER one time only, with additional
n
J:%99199I&4 TO6R.rptjm
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:
a) Construction Staking costs not to exceed: $ 1,235.
b) Fixed payment for Construction Staking: $ 185.
c) Engineering contract amount for Construction
Staking services not to exceed:
$ 1,420.
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.
10
J:'U9'99161\T08Rwp4Jm
3. Construction Materials Testing Phase Services:
For construction materials testing 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) Materials testing phase services costs not to exceed: $ 4,392.
b) Fixed payment for materials testing phase services: $ 28.
c) Engineering contract amount for materials testing
phase services not to exceed:
$ 4,420.
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
the services to be performed by the ENGINEER and such modification warrants such
adjustment.
Appendices B and D cover the classifications of personnel and the salary rates for all
personnel anticipated to be assigned to this project by the ENGINEER.
Final payment for materials testing phase services shall be made upon the OWNER's
approval and acceptance with the satisfactory completion of the materials testing phase
of the project.
nczz.r. a1.1 e.,
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:
Mayor
Date:
Attest:
FOR McCLELLAND CONSULTING ENGINEERS, INC.:
By:
Date: / h ' -T)
Attest. e-
12
(�� ••�� yyy1J y1Jy�J y•J y1Jy y1�
a N+ O b L V U t Y N+ S b V m 01 Y V N+ p 10 O Y m N Y •.1 + O b P V P U V N r O b m V O G 1 V N+ 2
< m
TAA2m'1OA~~»IQ<pyOnO�1P0InOs-1-i»><O Oy SJOl nfl mmym mmmmr O mmmCD (w]C
m :
m amyOL T>T>2�1;1111;Inmo zDamc c4i;R;II;OnPx zAzz�}3P-O'p≥p-aa z
9zim0 nmo<m2mzwsw nn c� <mm S bm�₹mm-m 0
m-₹ T O Z w< we
ISmw n ynr�-Iy s T> mT pmdDmv� '1sTF mT "1 SmwmT 3mOOnp<i<O
fp 10 -1dp o9nm •>�1� Tr> ym mpc!Pm T mTOG1< m ZZT zm�>
mZ m m z Z Z T 2 z ti>< O p m m m Z€ z z
2 z O y l w DS T T T T T
m000 Smmw JA_Z nwOO�T fo1 AO mP z yw0O T ol"%?!Z7DA0yo p2y0
ti 1S9 w w 9 A T p r
m m D y m m Z -1 T o ti
O M mny O;m pAA llcIII 85TH=nyO m 2222B om cc NS�T ti AnSW9mu
OZZ>5 .ATT 2 >> ti_ 2 bD>T TT m2�ti G>�x
J1 y�_Jm otm c yyOgpmmz p2 to >ti 00y JpYp TS TOO
Op y 1O__TZ n Z D T 2 T D <a TRIO T T Z Z
T A2 r�Z1O
ZZn ZZD IO ww O A ; T
D nnyTT .N=w pA nay~T ZT zr>�TO iw m
2 mA o Z Z
m P O m wmr Zm> wPm2 m y
N 5A w 5A fl<^ OT� MT w T z
Z 5 Ill
G 5mI[Jtomr � � y
0 mmmlmmD 20DX
m
~ T Dm 3
no iF"
2.
rDD
y N Yr p2 - b n`l
8
P OpA
Y N N m r y m N++ N N+++ N N N V m N N N r S N N N Y V Y+ at rA N N m N a r r a G N
zm
py Z
V mSN m' m P a m' m Y N m w m m m O'''O y " N m' N N N r n- pLP a
P O O m m N G u N M 12mm O a
O N
m N
yD m p m T
z ,,r 0
S -no mm A
u N N a ? 2 1zi1 P171
8zn <C(
N=pT^>om'm
T a Nr J�O Som"'I 2p
8 p i—Am
Ss r m
zmOOD
+ _ m y g O m a m N W m> Z S e y
$ w °o i m
p rm m
N SatOa SAD \ m O N
8Po iT> O
Y Oz
Z
m � —
-in, m
c
m a T> S
8 m z
p0 0
Z
wOb
u u Y P p
wow
w N r N a NNN N eys
m _
zZ
w n w
m
$n0
2 P
L
M
S a Ca �≥
-o
m
YI T m
O m0
mp
O• 111 .m
• T O M L �+ �1 JXJX�EY®rr u ' ' 12
u zp
--=a.- mr
w y y a �1
+ V Y r 11101
V 8 Y TS V P wyp Y 1N r V S My� Y +• 4rign
wy yy� III p i a P S1 Y Y J V O O O S L P+ L O Y J N pa-. v V 0
C
APPENDIX B.
Salary Ranges
Drake Field, Fayetteville Municipal Airport
CATEGORY
Principal Engineer / Project Director
Project Manager
Project Engineer
Registered Surveyor
Computer Technician
Engineering Technician
Senior Engineering Technician
Survey Crew (2 man)
Clerical Support
CADD Draftsman 1
CADD Draftsman 2
CADD Draftsman 3
Soils Lab Supervisor
Soils Technician II
Soils Technician I
HOURLY RATE
RANGE
$40 to $45
$25 to $33
$18 to $26
$14 to $18
$17 to $21
$12 to $18
$15 to $20
$18 to $23
$9 to $14
$15 to $20
$10 to $16
$8 to $12
$12 to $15
$8 to $12
$6 to $8
1:\99\991641:\99\99l64\Appendix B Salary Rates TOSR.doc .
APPENDIX "C"
TASK ORDER NO. 8
GEOTECHNICAL INVESTIGATION
AIRFIELD PAVEMENT REHABILITATION, REPLACEMENT, AND EXPANSION
DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT
December 1, 2000
Item No. Item Description / ASTM Designation I Quantity Units 1 Unit Price Extended
1
Equipment Mobilization and Demobilization ($2.10/mi each way
1
LS
$100.00
$100.00
Subtotal
$100.00
2
Boring Layout
1
HR
$60.00
$60.00
Boring Setup Charges
8
EA
$35.00
$280.00
Subtotal
$340.00
3
Soil Drilling and Sampling, ASTM D-1 586 & ASTM D-1587
Soil Drilling in Apron Area (8 Borings - 8 feet max.)
64
LF
$8.50
$544.00
Subtotal
$544.00
4
Soil and Rock Laboratory Testing
ASTM D-2216, Moisture Content Determination
40
EA
$12.00
$480.00
ASTM D-4318, Liquid and Plastic Limit of Soils
8
EA
$55.00
$440.00
ASTM D-422, Gradation Analysis of Soils (6 Sieves)
8
EA
$50.00
$400.00
ASTM D-2166, Dry Unit Weight of Soil Specimens
12
EA
$12.00
$144.00
ASTM D-698, Standard Proctor Test
3
EA
$110.00
$330.00
•ASTM D-1883, California Bearing Ratio
3
EA
$250.00
$750.00
Subtotal
$2,544.00
ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING $3,528.00
QUOTE Not to exceed $3,534.00
SUBMITTED BY:
R. WAYNE JONES, P.E.
Vice President
J:%99199164%geotecnfeeTO6.wb3wl
APPENDIX "D"
TASK ORDER NO. 8
CONSTRUCTION MATERIALS TESTING
AIRFIELD PAVEMENT REHABILITATION, REPLACEMENT, AND EXPANSION
DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT
ITEM NO.
DESCRIPTION
QUANTITY
UNIT
PRICEEX
DED
1
SOILS TESTING
48
HR
$30.00.00
2
BASE TESTING
24
HR
$30.00.00
3
CONCRETE TESTING
0
HR
$30.00.00
4
ASPHALT CORING
20
HR
$60.00M05
ASPHALT TESTING
20
EA
$19.63.00
6
REPORT PREPARATION
15 '
HR
$30.00
$450.00
TOTAL
$4,203.00
y..
J:199\991641MTLSFEESTO8.wb3
-.
_ _ :
) k\\\ k
'MOE k
§\` §
\
-I •
|| || || ||
;| ;| !| ;.
. . 1121
|§ $ 1m;
8z-8\."}.�'- ■§ -
:
- • -
| ■ ||•
§;
§
( 8( 87 . ' |( , >
§§Xm 2
� k -.In.}
f |!® 2
s - km s a 90 I
rm |■ 8? |■ 9 / m
- : m
o ;) |§ |) /
° - - --
• _ _, _ _,
- @ . 8 . @
! N k§ k§ gzx Z2
\ §
| §! !§ !0 ® |( (
. ps® ! .9! M2 2. , ?� § 9 !
■|� |' °f.!! °|.I z|!
• b! __ § Eq , ■ h ! , ( z&-. =
- .-- ;_ ° '.-
|«!;_ CA
|E■;_ , |2l;��Zr
|||| kI ! k;|■| § k!k§ � 0' - k
cc
0 C
0
zo 8
ci
z
§ Dir
|| •.
■) ■)
f
- •|
| ■
,
.o �§ O
XPIT PIT
§�>
` 5;■ ;
a `8o§§2
;m� x
kk '°r
\§'2`
0 0 ;
820 |! 2
(Sc
m
)
f
~
-
- -
IT
- -
ZZ ax
zfl
OC }
• f§ -§
OX 9 ; fl |f ■
• ! at
|
--
§■e§� - C ■O. a §
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DAN COODY, MAYOR
4500 S. School Ave., Ste. A
Fayetteville, AR 72701
Telephone: 501-575-8301
Fax: 501-575-8304
e-mail: alittle@ci.fayetteville.ar.us
Economic Development Department
Alett S. Little, Director
TO: CITY COUNCIL
THRU: DAN COODY, MAYOR
FROM: ALETT LITTLE, ECONOMIC DEVELOPMENT DIRECTOR
DATE: JANUARY 19, 2001
SUBJECT: TASK ORDER #8 / McCLELLAND ENGINEERING CONTRACT
FOOM 51►C131►Iot*3I►`[We]onI:7y1D111177_AyDllAInQ1r:lpl:0;1Illrry0W0
Action Requested: Request approval of Task Order #8 to the McClelland Consulting Engineers
contract for the engineering of the Airfield Pavement Rehabilitation in the amount of 138,620.00 with
a 15% contingency of $20,793.00 for a total not to exceed project cost of $159.413.00. The
engineering items for Task Order #8 include expanding existing ramps and rehabilitation of taxiways
and work on the runway as recommended by the Drake Field Pavement Management Program (an
FAA required program for the airport) and as recommended by our engineering consulting firm. The
overall objective for Task Order #8 is to maintain existing surfaces to FAA standards which will
extend the life of the ramps, taxiways, and runway to FAA standards, and also expand some existing
ramps to allow further aviation development and growth at Drake Field.
This project and the engineering is eligible for an FAA Airport Improvement Project (AIP) grant of
90% funding. As with most AIP grants, 5% funding is anticipated from the State of Arkansas
Aeronautics Commission. The City (Airport funds) will be responsible for the remaining 5% funding.
StafRecommendation: Staff recommends approval of this Task Order to the McClelland contract
for engineering services. The Airport Board recommended approval of Task Order #8 to the
engineering contract at their January 4`" meeting. This project is a necessary maintenance item for
the airfield and should put the pavement in good order for the next several years.
AL/lp
Attachments: Copy of Contract
FAYETTEVfLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
i If
To: Brenda Moss, Financial Coordinator
Thru: Jim Beavers, City Engineer
ARORT 7�9
From: Sid Norbash, Staff Engineer
Date: January 3, 2001
Re: kEngineer's. Review of. rrask. Order_ No. 8: for_ the AIP-Ptoject
For.,Airfield Pavement: Rehabilitation.
Per your request I have reviewed the documents for the above
referenced Task Order.
The scope of the project was reviewed, and the proposed basis for
payments to the Engineer was examined.
It is our finding that the documents appear to be in order, and the
fees to be reasonable.
If you have any questions please advise.
SN/sn
E
0
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DAN COODY, MAYOR
Economic Development Department
Alett S. Little, Director
TO: Airport Board
FROM: Alett Little, Airport Manager
DATE: January 2, 2001
SUBJECT: Airfield Pavement Rehabilitation
4500 S. School Ave., Ste. A
Fayetteville, AR 72701
Telephone: 501-575-8301
Fax: 501-575-8304
e-mail: alittle@ci.fayetteville.ar.us
Task Order #8 with McClelland Engineers is for engineering services for Airfield Pavement
Rehabilitation, Replacement, and Expansion in the amount of $138,620.00 with a 15%
contingency of $20,793.00 for a total not to exceed project cost of $159,413.00. The project has
been recommended by our project manager at the FAA as an advisable use of AIP funds. The
scope of the project is to review and evaluate the current condition of existing airfield pavement
including the pavement study by Garver conducted in the past. Additionally, three new areas of
pavement are to be designed:
1. Apron to the east of the existing T -Hangars
2. Aircraft parking apron between Bell Aire and north to the old fire station
3. Aircraft parking apron north of Taxiway "D" and west of the Wings Air
The project will address crack sealing, geotextile fabric, and overlay for all Taxiways. Also the
project will consist of rubber removal, crack sealing, and restriping of the runway.
Action Requested: Resolution recommending that the City Council approve Task Order #8 with
McClelland Engineers for Airfield Pavement Rehabilitation.
Staff Recommendation: Approval of the resolution as stated above.
STAFF REVIEW FORM
_ CX AGENDA REQUEST Task Order #8
X CONTRACT REVIEW Pavement Rehabilitation
_ GRANT REVIEW McClelland Engineering Contract
For the Fayetteville City Council meeting of February 6, 2001
FROM:
Alett Little Airport
Name Division
Economic Development
Department
ACTION REQUIRED: Request approval of Task Order #8 to the McClelland Consulting Engineers contract in the amount
of $138,620.00 with a 15% contingency of $20,793.00 for a total (not to exceed) of $159,413.00 for the engineering of the
Airfield Pavement Rehabilitation. Task Order #8 is eligible for FAA AIP (grant) funding of 90%. Staff will apply for 5%
funding from the State of Arkansas Aeronautics Commission, and pay the remaining 5% from Airport funds.
COST TO CITY:
$ i 1.413.co
Cost of this Request
5550-3960-7820-28
Account Number
00029
Project Number
It I
562.000.00
Category/Project Budget
$ 0.00
Funds used to date
$ 562,000.00
Remaining Balance
Budgeted Item
Administrative Services Dir. Date
SE RE EW: mpf
`�o/ 1)a 1/fl/fl,
Date Internal Audito Date
//Z z/i
City Attorney J U Date
ULU ►la3Ib►
Purchasing Officer Date
ADA Coordinator Date
Grants Coordinator Date
Pavement Main. & Rehab.
Category/Project Name
Capital Improvement
Program Name
Airport
Fund
Budget Adjustment Attached
GRANTING AGENCY
STAFF RECOMMENDATION: The Staff recommends approval of this project. The Airport Board at their
January 41° meeting recommended approval and submission of Task Order #8 to the City Council for approval
l�'�"'v- `- Cross Reference
Irtiuent Director Date New Item: Yes No
Prev. Ord/Res#:
inistrativ ervices Director Date
Orig Cont. Date:
Orig Cont #:
Mayor Date
S74
STAFF REVIEW FORM Page 2
Description: Meeting Date: February 6, 2001
Task Order #8 to McClelland Engineers contract for Airfield Pavement Rehabilitation
Comments:
Budget Manager
Reference
Comments:
Accounting Manager
Reference
Comments:
City Attorney
Reference
Comments:
Purchasing Officer
Reference
Comments:
Internal Auditor
Reference
Comments
ADA Coordinator
Reference
Comments:
Grants Coordinator
Reference
Comments:
FAYETTEVILLE
THE CITY OF FAYETTEVIIIE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Alett Little, Economic Development Coordinator
From: Heather Woodruff, City Clerk
Date: February 14, 2001
Attached is a copy of the resolution approving Task Order No. 8 to the McClelland Consulting
Engineering contract. I am also returning two originals to you. The original will be microfilmed
and filed with the City Clerk.
cc: Nancy Smith, Internal Audit
STAFF REVIEW FORM -
AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council Meeting of:
FROM:
MICROFILMED
FINANCIAL OBLIGATION '
//!e el..e // W / f/er M. 8'
Amendment to Task Order #8
McClelland Consult. Engineers
NA &.-5. 9-0%
Ray M. Boudreaux Airport Aviation & Economic Development
Name Division Department
ACTION REQUIRED: Staff approval and signature of the Mayor for Amendment #1 to Task Order #8 with
McClelland Consulting Engineers in the amount of $58.20.
COST TO CITY:
$58.20
Cost of this request
$ 529,025.00 Pavement Maint. & Rehabilitation
Category/Project Budget Program Category / Project Name
5550.3960.7820.29 5 502,214.00 Capital
Account Number
Funds Used to Date
00029.1 $ 26,811.00
Project. Number Remaining Balance
BUDGET REVIEW: X Budgeted Item
Budget Manager Date
REVIEW:
Accounting Manager Date
City Att ney Dat
STAFF RECOMMENDATION: Staff recomends approval
Divisn Head ate
Dep/�tmentt Director Dat
Finance & Internal Services Dir. Date
Date
//ybat
Program / Project Category Name
Airport
Fund Name
Budget Adjustment Attached
I ernal Au `tor Date
1kki04
Purchasing Manager Date
Received in Mayor's Office
Date�JQ //
1 j/
Cross Reference:
Previous Ord/Res#: 9-01
Orig. Contract Date: 2/6/2001
Orig. Contract Number: 747-Tsk Ordr #8
New Item:
• •
Staff Review Form - Page 2
Description McClelland Eng. Amend Task Ord #8
Comments:
Budget Manager
Accounting Manager
City Attorney
Purchasing Manager
ADA Coordinator
Internal Auditor
Grants Coordinator
Meeting Date NA
Reference Comments:
FAYETTEdILLE
•
THE CITY OF FAYETTEVILLE, ARKANSAS
DAN COODY, MAYOR
4500 School Ave., Suite F
Fayetteville, AR 72701
479.718.7642
AVIATION AND ECONOMIC DEVELOPMENT
RAY M. BOUDREAUX, DIRECTOR
TO: Dan Coody, Mayor
Staff Review Committe
FROM: Ray M. Boudreau Director
DATE: January 7, 2004
SUBJECT: Amendment #1, McClelland Consulting Engineers, AIP 29
Recommendation: Airport Staff recommends approval of amendment #1 in the
amount of $58.20.
Background: The amendment to Engineering services is in conjunction with the
Airfield Pavement Maintenance and Taxiway Widening project. Initiated in FY 2000,
the project had several changes including relocation and expansion of the taxiway
widening, reduction of fill quantities, additional overlay of ramp area and existing grassy
areas, drainage modifications, painting and re -striping, and other related
taxiway/runway work.
Discussion: The purpose of this amendment is to adjust the "not -to -exceed"
engineering amounts required due to additional time the engineer spent on design
tasks and construction oversight necessitated by the additional paving work performed
at the end of the project. Particularly, the paving of the grassy area between the
terminal ramp and the North ramp adjacent to the Air Museum.
This work was performed at the recommendation of our FAA project manager as an
appropriate and beneficial way to use the FAA grant funding which was remaining in
AIP #29. The FAA funds 90% of AIP grants for airport construction projects.
The actual amount of the contract increase from the original amount specified in the
Task Order #8.is $58.20. The Amendment will allow McClelland Consulting Engineers
to recoup the additional costs of their services on this project.
Budget Considerations: There is no budget effect. Sufficient funding remains in the
project budget, and a Task Order #8 specific 15% contingency originally approved by
the City Council remains unused.
RECEIVED
JAN 0 9 2004
C% y CLERK'S 07SCE
CITY OF FAYETTEVILLE
FAYETTEVILLE MUNICIPAL AIRPORT
McCLELLAN CONSULTING ENGINEERS
AMMENDMENT #1 TO TASK ORDER
#8
COMPARISON OF LINE ITEMS
ORIGINAL
SUBMITTED
NET
DESCRIPTION CONTRACT
AMENDMNT
DIFFERENCE
Title I Services
Survey & Design 61300.00
64870.00
3570.00
Geotechnical 4450.00
911.20
(3538.80)
Bidding Phase 3660.00
3645.00
(15.00)
Funding Application 1000.00
967.00
(33.00)
Total Title I Services 70410.00
70393.20
(16.80)
Title II Services
Constr Admin 62370.00
65515.00
3145.00
Constr Staking 1420.00
0.00
(1420.00)
Materials Testing 4420.00
2770.00
(1650.00)
Total Title II Services 68210.00
68285.00
75.00
TOTAL ALL 138620.00
138678.20
58.20
McCLELLAND Po. Box 1229
MCEn ONSULTING Fayetteville, Arkansas 72702-1229
479-443-2377
DESIGNED TO SERVE I ENGINEERS, INC.
FAX 479-443-9241
December 30, 2003
Mr. Ray Boudreaux
Airport Manager,
Fayetteville Municipal Airport
4500 S. School Suite F
Fayetteville, AR 72701
Re: Amendment to Task Order No. 8
Airfield Pavement Rehabilitation
Dear Mr. Boudreaux:
In response to our conversations, please find three (3) copies of Amendment I to Task
Order No. 8 for the above referenced project.
Please advise if you need further information regarding this Amendment, please contact
us.
Sincerely,
ENGINEERS, INC.
Enclosure: Amendment 1 to Task Order No. 8 (3 copies)
J:\2000\002105\correspondence\boudreaux-1230.wpd:ch
• •
AMENDMENT NO. 1
TO
TASK ORDER NO. 8
ENGINEERING SERVICES
AIRFIELD PAVEMENT REHABILITION, REPLACEMENT AND EXPANSION
STATE OF ARKANSAS
COUNTY OF WASHINGTON
The Task Order No. 8 executed on February 14, 2001 ,for basic agreement entitled
CITY OF FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, executed
on March 7, 2000 is hereby amended. The referenced task order and basic agreement
pertains to proposed improvements to Drake Field. This Amendment entered into and
executed on the date indicated beneath the signature blocks, by and between the City
of Fayetteville (hereinafter "City of Fayetteville") and McClelland Consulting Engineers,
Inc. (hereinafter "McClelland") changes the Description of the Project, and the Fees and
Payments due to the requested increase in scope of services at Drake Field. This
action is taken to allow the Engineer to undertake design of additional apron areas and
construction administration for apron areas, beyond the original scope of Task Order
No. 8.
The following sections are hereby amended as follows:
SECTION II- DESCRIPTION OF THE PROJECT
The scope of the Airfield Pavement Rehabilitation project was increased by the Airport
Department to include additional apron areas on the west side of Taxiway "B".
J:\2000\002105\Amendl to TO-8.doc
Therefore the scope of Design and Construction Observation Services were increased
due to the construction of the additional apron areas in the project.
SECTION IV - FEES AND PAYMENTS
The following fees to be paid to the Engineer as compensation for his services are
to be adjusted to the revised values stated below for the increased and/or decrease in
scope of services:
Title I Services
1 Surveying and Design Phase Services
2 Geotechnical Investigation Phase Services:
3. Bidding Phase Services
4. Funding Application Services:
Title II Services
1. Construction Administration & Inspection
2. Construction Staking Services:
hourly rates,
Not to Exceed $ 64,870.00.
hourly rates,
Not to Exceed $ 911.20
hourly rates,
Not to Exceed $ 3,645.00.
hourly rates,
Not to Exceed $ 967.00.
hourly rates,
Not to Exceed $ 65,515.00.
hourly rates,
Not to Exceed $ 0.00.
3.Construction Materials
Testing
Phase
Services Hourly
rates &
unit
prices,
Not
to
Exceed
$
2,770.00.
IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly
executed as of the date and year first herein written.
J:\2000\002105\Amend1 to TO-8.doc
FOR THE CITY OF FAYETTEVILLE:
By: % Attest:
Mayor
Date:
FOR McCLELLAND CONSULTING ENGINEERS, INC.:
B Attest:
President
Date:
0
J:\2000\002105\Amendl to TO-8.doc
FAYETTEV&LE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Ray Boudreaux
Aviation and Economical Development
From: Clarice Buffalohead-Pearman �IyQ
City Clerk Division v�
Date: January 26, 2004
Re: Amendment No. 1, Task Order No. 8
Attached is are two
executed originals
of the amendment with McClelland
Consulting
Engineers.
This agreement will
be recorded in the
city clerk's office and microfilmed.
If anything else is needed please let the clerk's office know.
/cbp
attachment(s)
cc: Nancy Smith, Internal Auditor