Loading...
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