Loading...
HomeMy WebLinkAbout97-06 RESOLUTION1 RESOLUTION NO. 97-06 A RESOLUTION APPROVING A THREE-YEAR CONTRACT WITH McCLELLAND CONSULTING ENGINEERS, INC. FOR AIRPORT ENGINEERING SERVICES. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a three-year contract with McClelland Consulting Engineers, Inc. for airport engineering services. A copy of the contract, marked Exhibit "A" is attached hereto, and made a part hereof. PASSED and APPROVED this 6th day of June 2006. APPROVED: By: DAN COODY, Mayor ATTEST: .� .--\scVVYp,e.c; -V, v a • : FAYETTEVILLE: E %IPA i ! /CANSp•••J�.g y� �%oNpNN By: SONDRA SMITH, City Clerk tc CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES STATE OF ARKANSAS COUNTY OF WASHINGTON This Agreement entered into and executed this 6th day of June , 2006, by and between the City of Fayetteville acting by and through its Mayor hereinafter called the CITY OF FAYETTEVILLE and McClelland Consulting Engineers, Inc. with offices in Fayetteville, Arkansas, hereinafter called MCE, is intended to endure for a minimum period of one year from the time of its formal execution, extendable by contract amendment to not more than three years. WITNESSETH: Whereas, the CITY OF FAYETTEVILLE is planning to effect improvements to Drake Field, Fayetteville's municipal airport; and Whereas the CITY OF FAYETTEVILLE'S forces are fully employed on other urgent work that prevents their early assignment to the aforementioned work; and Whereas MCE'S staff is adequate and well qualified and it has been determined that its current work load will permit completion of the plans for the various projects on schedule; Now therefore, it is considered to be in the best public interest for the CITY OF FAYETTEVILLE to obtain assistance of MCE'S organization in connection with said engineering services. In consideration of the faithful performance of each party of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows: W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 1 SECTION I - EMPLOYMENT OF ENGINEER The CITY OF FAYETTEVILLE agrees to employ MCE to perform, and MCE agrees to perform, professional engineering services in connection with the projects set forth in the Sections to follow; and the CITY OF FAYETTEVILLE agrees to pay and MCE agrees to accept, as specified in the Sections to follow as full and final compensation for work accomplished in the specified time. SECTION II - DESCRIPTION OF THE PROJECTS The services provided by MCE are anticipated to include but not necessarily be limited to studies, investigations, reports, funding applications, design services, preparation of construction drawings and specifications, bidding services, and engineering services during construction related to: • Additional T -Hangar Unit Expansion(s). • 60x60 Small Corporate Hangars. • East Side Corporate Apron. • East Side Parallel Taxiway Extension. • 1000 Ft. Runway 16 Overrun. • 1000 Ft. Runway 34 Overrun. • Individual Corporate Industrial Hangars. • GA Parking Aprons Industrial Hangars. • Large Corporate Hangar(s). • Terminal Building Rehabilitation. • Extension of Lancaster Drive • Maintenance and Rehabilitation of Pavements. • Airfield Marking. These services, when requested by the CITY OF FAYETTEVILLE, will be described in specific Task Orders to this AGREEMENT FOR ENGINEERING SERVICES. W:\DRAKE FIELD \ CONTRACTS \2006-2008\2006-ENGAGR.doc 2 Additional services a may be included as determined by the CITY OF FAYETTEVILLE by executing Amendments to this BASIC AGREEMENT or by specific Task Orders. Such additional services may include: other projects identified by the Master Plan update, completing air spacing forms; topographic surveys; developing city -required drainage plans; formulating Large Scale Development Plans; performing utility searches, when applicable; and other similar tasks which are outside the basic scope of services. SECTION III — INFORMATION & SERVICES The CITY OF FAYETTEVILLE will furnish any specifications, standards and other information that may relate to the project including GPS survey data. Aerial mapping data will be provided, free of charge to MCE on magnetic media. SECTION IV - SERVICES TO BE FURNISHED BY THE ENGINEER MCE will provide the preliminary study, design, construction administration, and construction inspection services necessary to complete the following tasks under this Contract. A. Develop a schedule for each project upon the receipt of the notice to prepare a Task Order for each project. B. Attend preliminary conferences alone or with CITY OF FAYETTEVILLE representative, local officials, State and Federal agencies, utility companies and others regarding the proposed project, its general design, functions and impact. W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 3 C. Provide surveying, mapping, and related services as required to prepare Right- of-Way/Easement documents for the CITY OF FAYETTEVILLE'S" use in acquisition activities. D. Provide all field survey data from field work for designing the project and this shall be tied to the "CITY OF FAYETTEVILLE S" GPS control network. E Obtain, interpret and evaluate geotechnical data for pavement design and embankment stability. F. Conduct preliminary design and prepare preliminary construction limits, required right of way, ownership map, perform all needed stability analyses, design of detours where needed, and preparation of maintenance of traffic plans detailing needed signing and striping during construction, as well as for permanent application after the completion of street construction. G. Conduct final designs to prepare construction plans and specifications including final construction details and quantities, special provisions, cost estimates, make final field inspection with CITY OF FAYETTEVILLE, make any needed plan changes as a result of the final field inspection and all other work required to advertise and receive bids. H. Furnish plans to all utility companies affected by the project and shall conduct a coordination meeting among all affected utility companies to enable them to develop utility agreements regarding any necessary utility relocations. I. Prepare Contract Documents (Plans, Specifications, and Estimates). These documents shall be in accordance with sound engineering principles. MCE shall coordinate closely with the FAA's Airports Development Office to provide copies of the Plans and Specifications and cost estimates for review as required by the W:\DRAKE FIELD \ CONTRACTS 12006-2008\2006-ENGAGR.doc 4 FAA. When projects are FAA -funded, detailed Specifications shall be developed using FAA "Standards for Specifying Construction for Airports" AC 150/5370-10, or other appropriate standards approved for use by the FAA. MCE will obtain a specimen copy of the General Provisions and applicable prevailing wage rates from the FAA and the Arkansas Department of Labor for incorporation into the Specifications for the proposed project. J. Assist the CITY OF FAYETTEVILLE in advertising, answering bid questions, receiving of bids on the various phases of work, evaluating bids received, recommending award of bids, and award of construction contracts. K. Establish benchmarks for elevation control and locate horizontal work to Fayetteville's GPS Control System and provide construction reference points for alignment of the project components. L. Provide construction administration during the construction process including attending pre -construction conferences, visiting the site at least once per month, reviewing Shop Drawings and samples, assisting with Change Orders, prepanng monthly Contractor Pay Estimates, and preparing final "Record Drawings". M. Provide construction inspection on either a full time or an as -needed basis during construction as required by each Task Order. The street and parking projects will be designed and constructed to meet local standards in accordance with the CITY OF FAYETTEVILLEuS adopted criteria. These designs shall be based on Standard Specifications for Highway Construction Edition 1996 of the AHTD and latest special provisions and City of Fayetteville Specifications except that metric units will not be used. The design concept with regard to street alignment, pavement section, W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 5 geometrics, detours, right-of-way, and utility relocation shall be submitted by MCE and approved by the CITY OF FAYETTEVILLE prior to beginning design work. SECTION V - COORDINATION WITH OWNER As each Task Order is developed and approved the scope of engineering services and fees will be finalized. MCE shall hold conferences throughout the design of the project with representatives of the CITY OF FAYETTEVILLE to the end that the design, as perfected, shall have full benefit of the CITY OF FAYETTEVILLEDS knowledge and be consistent with the current policies and construction practices of the CITY OF FAYETTEVILLE. The CITY OF FAYETTEVILLE reserves the right to accept or reject any or all plans, but this stipulation will not relieve MCE of responsibility for the design of the project. SECTION VI - OFFICE LOCATION FOR REVIEW OF WORK Review of the work as it progresses under this Agreement shall be made at the CITY OF FAYETTEVILLE'S office. SECTION VII - PRELIMINARY SUBMISSION MCE shall submit three (3) sets of preliminary plans for each submittal at 35%, 65%, and 95%, and meet with the CITY OF FAYETTEVILLE'S staff following each submittal. W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 6 SECTION VIII - FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of all design calculations. B. The originals of all drawings, specifications and contract documents. All design drawings on magnetic media shall be submitted on disks compatible with AutoCAD Release 2005 software. C. The estimated cost of construction and a detailed estimate of time in calendar days required for completion of the contract. D. Three (3) copies of the final plans for CITY OF FAYETTEVILLE'S use. SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND "CONSTRUCTION" PHASES During the "Bidding" phase of the project, MCE shall provide all engineering and administrative services needed to obtain bids for the construction project, evaluate the bids, and consult with and advise the CITY OF FAYETTEVILLE as to the acceptability of the best bidder. During the "Construction" phase of work, MCE shall provide administrative and engineering services including resident construction inspection services to determine whether the Contractor has met the requirements of the design plans and Specifications. MCE shall review the Contractor's progress payment requests based on the actual quantities of contract items completed and accepted, and shall make a recommendation to the CITY OF FAYETTEVILLE regarding payment. W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 7 SECTION X - SUBCONTRACTING Prior to entering into fee negotiations, the CITY OF FAYETTEVILLE shall approve selection of all sub -consultants to MCE The CITY OF FAYETTEVILLE reserves the right to reject without prejudice at his discretion MCE'S selection of firms for any subcontracted tasks. SECTION XI - TIME OF BEGINNING AND COMPLETION MCE shall begin work under each separate Task Order within ten (10) days of notice to proceed and shall complete the plans for the construction contract within the time stipulated in each respective Task Order. The stipulated completion time in each Task Order shall be predicated upon the fact that the CITY OF FAYETTEVILLE will promptly provide all pertinent requested information in its possession, and will conduct reviews/approvals of interim work in an expeditious manner (5 working days per submittal). SECTION XII - FEES AND PAYMENTS A. Engineering Planning and Design Services Preceding Construction: MCE shall provide, as enumerated individually in each respective Task Order, application for funding, engineering study, surveying, geotechnical investigation, design, bidding, and easement preparation services for a specifically stated fee amounts. W:\DRAKE FIELD \CONTRACTS\2006-2008\2006-ENGAGR.doc 8 Each Task Order shall also list fee amount for the individual tasks for the Design Phase Services work scope Identified therein. The basis of this fee and justification for the fee shall be contained in an Appendix attached to each Task Order. Adjustment of the fee may be made should MCE establish and the CITY OF FAYETTEVILLE 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 CITY OF FAYETTEVILLE 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. Additionally, each Task Order shall contain an Appendix, which covers the classification and salary rate for all personnel anticipated to be assigned to this project by MCE Payment to MCE by the CITY OF FAYETTEVILLE for Design Phase Services shall be made within 30 days after the date of billing. The amount due will be for services rendered during the previous month. Final payment for Design Phase Services shall be made upon the CITY OF FAYETTEVILLE S approval and acceptance with the satisfactory completion of the "Design" phase of the project. W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 9 B. Construction Phase Services: MCE shall provide, as enumerated individually in each respective Task Order, construction administration, construction staking, construction inspection, and construction materials testing for a specifically stated fee amounts. Each Task Order shall also list fee amount for the individual tasks for the Construction Phase Services work scope identified therein. The basis of this fee and justification for the fee shall be contained in an Appendix attached to each Task Order. Adjustment of the fee may be made should MCE establish and the CITY OF FAYETTEVILLE 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 CITY OF FAYETTEVILLE 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. Additionally, each Task Order shall contain an Appendix which covers the classification and salary rate for all personnel anticipated to be assigned to this project by "MCE". Payment to MCE by the CITY OF FAYETTEVILLE for Construction Phase Services shall be made within 30 days after the date of billing. The amount due will be for services rendered during the previous month. Final payment for Construction Phase Services shall be made upon the CITY OF W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 10 FAYETTEVILLE S approval and acceptance with the satisfactory completion of the "Construction" phase of the project. SECTION XIII - CHANGES The CITY OF FAYETTEVILLE may at any time, by written order, make changes within the general scope of the contract in the work and services to be performed. If any such change causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable increase or decrease shall be made in the upper limit contract amount, including fee or time of required performance, or both, and the contract shall be modified in writing accordingly. Any claim by MCE for adjustment under this clause must be asserted with thirty (30) days from the date of receipt by MCE of the notification of change; provided, however, that the CITY OF FAYETTEVILLE, if it decides that the facts justify such action, may receive and act upon any such claim asserted at any time prior to the date of final payment under this contract. Failure to agree to any adjustment shall be cause for a dispute concerning a question of fact within the meaning of the clause of this contract entitled SECTION XVI - MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions. However, nothing in this clause shall excuse MCE from proceeding with the contract as changed. SECTION XIV - OWNERSHIP OF DOCUMENTS All documents, including original drawings, disks of CADD drawings and cross sections, estimates, specifications, field notes, and data are and shall remain the property of the CITY OF FAYETTEVILLE. MCE may retain reproduced copies of drawings and copies of W:\DRAKE FIELD \ CONTRACTS \2006-2008\2006-ENGAGR.doc 11 other documents. The CITY OF FAYETTEVILLE shall not be restricted in the subsequent use of the design, design documents or ideas incorporated in the work. However, MCE shall bear no responsibility for such reuse of the design unless specifically agreed to it writing. SECTION XV - POSTPONEMENT OR CANCELLATION OF THE CONTRACT It is understood that the CITY OF FAYETTEVILLE will have the right to suspend or cancel the work at any time. A. Postponement - Should the CITY OF FAYETTEVILLE, for any reason whatsoever, decide to postpone the work at any time, the CITY OF FAYETTEVILLE will notify MCE, who will immediately suspend work. Should the CITY OF FAYETTEVILLE decide during such suspension not to resume the work, or should such suspension not be terminated within a year, the work shall be canceled as hereinafter provided. B. Cancellation - Should the CITY OF FAYETTEVILLE, for any reason whatsoever, decide to cancel or to terminate the use of MCE'S service, the CITY OF FAYETTEVILLE will give written notice thereof to MCE, who will immediately terminate the work. If the CITY OF FAYETTEVILLE so elects, MCE may be instructed to bring a reasonable stage of completion to those items whose value would otherwise be lost. MCE shall turn over all data, charts, survey notes, figures, drawings and other records or information collected or produced hereunder whether partial or complete. Upon such termination of MCE'S services, MCE shall be paid a proportional amount of the total fee, less prior partial payments, based on the ratio of work done to the total amount of work to W:\DRAKE FIELD \CONTRACTS\2006-2008\2006-ENGAGR.doc 12 be performed. SECTION XVI - MISCELLANEOUS PROVISIONS A. Dispute Resolution - Any dispute concerning a question of fact in connection with the work and having a financial value of $10,000, or less, shall be referred for determination to the Mayor of the City of Fayetteville whose decisions in the matter shall be final and conclusive. Disputes resulting from claims greater than $10,000 shall be subject to mediation. B. Responsibility for Claims and Liability - MCE shall save harmless the CITY OF FAYETTEVILLE from all claim and liability due to MCE's activities, or those of MCE'S sub -consultants, agents, or employees during the time this contract is in force. C. General Compliance with Laws - MCE shall comply with all Federal, State and local laws and ordinances applicable to the work. MCE shall be a Professional Engineer, licensed in the State of Arkansas. D Engineer's Endorsement - MCE shall endorse and recommend all plans, Specifications, estimates and engineering data furnished by it. All design shall be checked in accordance with accepted engineering practices. All plan quantities shall be checked and verified. E That, the Airport Director or his designated representative will direct and coordinate MCE's efforts and will be the source of instructions to MCE and shall have the authority to interpret the CITY OF FAYETTEVILLE's policy as J:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 13 necessary to maintain MCE's work schedule and to administer the BASIC AGREEMENT F. That, the CITY OF FAYETTEVILLE shall make available to MCE all technical data in the CITY OF FAYETTEVILLE's possession, including maps, surveys, borings, and other information required by MCE and relating to his work. G. That, the estimates of cost for the Projects provided for herein are to be prepared by MCE through exercise of his experience and judgment in applying presently available cost data, but it is recognized that MCE has no control over cost of labor and materials conditions, so he cannot warrant that the project construction costs will not vary from his cost estimates. H. That, MCE's direct expenses are defined as the costs incurred on or directly for the Project, other than the Salary and General Overhead Costs. Such direct expenses shall be computed on the basis of actual purchase price for items obtained from commercial sources plus a 5% mark-up. Direct expenses shall include, but not be limited to, necessary transportation costs, including mileage at MCE s current rate per mile when MCE's own automobiles are used, meals and lodging, laboratory tests, and reproduction charges. That, in Geotechnical investigation work and in determining subsurface conditions for the Project, the characteristics may vary greatly between successive test point and sample intervals. MCE will perform this work in accordance with generally accepted soils engineering practices and makes no other warranties, expressed or implied, that conditions actually encountered in the field may not vary from those found during the investigation work. W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 14 J. That, the CITY OF FAYETTEVILLE, shall pay for all costs of publishing advertisements for bids and for obtaining permits and licenses that may be required by local, State, or Federal authorities and shall secure the necessary land, easements and rights-of-way as described by MCE K. That, in the event of any legal or other controversy requiring the services of MCE in providing expert testimony in connection with the Project, except suits or claims by third parties against the CITY OF FAYETTEVILLE arising out of errors or omissions of MCE the CITY OF FAYETTEVILLE shall pay MCE for services rendered in regard to such legal or other controversy, on a basis to be negotiated. L. That, visits to the construction site and observations made by MCE as part of his services shall not relieve the construction Contractor(s) of his obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, and shall not relieve the construction contractor(s) of his full responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. M. That, MCE, when called for in specific Task Orders, shall provide an on-site Resident Inspector and will make reasonable efforts to guard the CITY OF FAYETTEVILLE against defects and deficiencies in the work of the contractor(s) and to help determine if the construction contract has been fulfilled. The Resident Inspector's day-to-day observation will not, however, cause MCE to be responsible for those duties and responsibilities which belong to the construction W:\DRAKE FIELDICONTRACTS\2006-2008\2006-ENGAGR.doc 15 contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing the construction work in accordance with the Contract Documents. The Resident Inspector shall have the authority to reject both unsatisfactory workmanship and materials. His primary duties are as follows: 1. Check construction activities to determine compliance with the Plans and Specifications. Inform the Contractor and CITY OF FAYETTEVILLE of any work that is in noncompliance. 2. Check that all testing required by the Specifications is performed. 3. Visit the testing laboratory to determine if it has the equipment and qualified personnel necessary to conduct the tests required by the Specifications. 4. Review test reports and certificates for conformance with the Specifications. 5. Maintain a file of test reports and certifications. 6. Inform the Contractor of deficiencies in order that corrections can be made and retesting performed prior to covering any substandard work with additional material. 7. Document quantities of materials used on the project by actual measurements and computations in a field notebook or computer printouts retained in a folder. 8. Maintain a diary, which should contain daily entries made and signed by the Resident Observer. Each entry should include the following, plus any additional pertinent data: W:\DRAKE FIELD \CONTRACTS\2006-2008\2006-ENGAGR.doc 16 (A) Date and weather conditions. (B) Names of important visitors. (C) Construction work in progress and location. (D) Size of Contractor's work force and equipment in use. (E) The substance of important conversations with the Contractor concerning conduct, progress, changes, test results, interpretations of Specifications or other details. 9. Submittal of FAA Form 5370-1, Construction Progress and Inspection Report, or equivalent form to the appropriate FAA field office. The frequency of submittal shall be established at the Pre -Construction Conference. N. It is further agreed that the CITY OF FAYETTEVILLE, the Federal Aviation Administration, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records of MCE which are directly pertinent to the work hereunder, for the purpose of making audit, examination excerpts and/or transcriptions. Records under this Section shall be maintained and made available during performance on FAA grant work under this AGREEMENT and until three years from date of final FAA grant payment for the project. In addition, those records which relate to any "dispute" appear under an FAA grant agreement, or litigation, or the settlement of claims arising out of such performance, or costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 17 O. In accordance with Executive Order 11246, entitled "Equal Employment Opportunity", as amended by Executive Order 11375, and as supplemented in Department of Labor Regulations, MCE agrees that he will not discriminate against any employee or applicant for employment because of race, religion, age, color, sex, or national origin. P. In executing this AGREEMENT MCE acknowledges that he has visited the site of the work, that he is familiar with the conditions and characteristics of the site, and that he fully understands the nature, extent and character of the project and the time limitations placed thereupon. He further states that he has discussed the proposed work with the representatives of the CITY OF FAYETTEVILLE. Q. MCE hereby assures that he has and will comply with the Title VI and DBE requirements set forth in Appendix 1, hereinafter. R. MCE hereby states that he has performed planning and design engineering on previous through his laboratory facilities, he has previously performed pertinent work on other airport projects, as well as other projects of a similar nature, and that he has the staff and capabilities to perform the work described herein, in a professional and timely manner. S. Exhibit Al CERTIFICATION OF MCE, is attached to, and made a part of this AGREEMENT FOR ENGINEERING SERVICES, per requirement of the FAA. W:\DRAKE FIELD \CONTRACTS\2006-2008\2006-ENGAGR.doc 18 T. MCE will provide the Federal Aviation Administration with three (3) copies of the updated Airport Layout Drawing at the conclusion of each AIP project. U. MCE will perform the duties of the "consultant" set forth in the CONSTRUCTION MATERIALS QUALITY CONTROL PROGRAM, attached hereafter as Exhibit B. SECTION XVII - SUCCESSORS AND ASSIGNS The CITY OF FAYETTEVILLE and MCE each binds itself and its partners, successors, executors, administrators, and assigns to the other party of this Agreement, except as above, neither the CITY OF FAYETTEVILLE nor MCE shall assign, sublet or transfer its interest in this Agreement without written consent of the other. Nothing herein shall be construed as creating any possible personal liability on the part of any officer or agent of any public body which may be party hereto. SECTION XVIII - COVENANT AGAINST CONTINGENT FEES MCE warrants that it has not employed or retained by company or person, other than a bonafide employee working solely for MCE, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bonafide employee working solely for MCE any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the CITY OF FAYETTEVILLE shall have the right to annul this contract without liability. W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 19 1 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: Date: ATTEST FOR McCLELLAND CONSULTING ENGINEERS, INC. By: ATTEST: President Date: S3 O W:\DRAKE FIELD\CONTRACTS\2006-2008\2006-ENGAGR.doc 20 APPENDIX A Hourly Rates for Personnel Drake Field, Fayetteville Municipal Airport CATEGORY BILLABLE HOURLY RATE RANGE Principal Engineer $ 140.00 Sr. Project Manager $ 130.00 Project Manager $ 120.00 Project Engineer II $ 100.00 Project Engineer I Design Engineer $ 80.00 Landscape Architect $ 82.00 Engineering Technician III $ 75.00 Engineering Technician II $ 60.00 Engineering Technician I $ 45.00 Construction Observer III $ 75.00 Construction Observer II $ 50.00 Construction Observer I $ 40.00 Chief Draftsman $ 65.00 Draftsman II $ 50.00 Draftsman 1 $ 45.00 Computer Technician $ 66.00 Survey Technician $ 70.00 Registered Land Surveyor $ 85.00 2 -Man or Robotic Survey $ 130.00 Party Chief $ 60.00 Soils Lab Supervisor $ 52.00 Soils Lab Technician II $ 40:00 Soils Lab Technician 1 $ 35.00 Water Lab Supervisor $ 50.00 Water Lab Technician $ 35.00 Clerk/Typist Mileage * Subject to Annual Adjustment Mid -Year. $ 45.00 $ 0.40 W:\DRAKE FIELD\CONTRACTS\2006-2008\SALARY-SKD-2006.DOC � In EXHIBIT A TO BASIC AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES DATED June 6, 2006 CERTIFICATION OF ENGINEER I hereby certify that I am President and a duly authorized representative of the firm of McClelland Consulting Engineers, Inc. whose street address is 1810 North College Avenue, Fayetteville, Arkansas, and that neither I nor the above firm hereby represented has: a. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this contract. b. agreed, as an express or implied condition for obtaining this contract, to employ or retain the service of any firm or person in connection with carrying out the contract, or c. paid or agreed to pay any firm, organization, or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract. I acknowledge that this certificate is to be furnished to the Federal Aviation Administration of the United States Department of Transportation, in connection with this contract involving participation of Airport Improvement Program (AIP) funds and is subject to applicable state and federal laws, both criminal and civil. 51a o(� ►,,1% ( ate) President W:kDRAKE FIELD\CONTRACTS\2006-2008\EX-A-2006.DOC:jm - EXHIBIT B TO BASIC AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES DATED June 6 , 2006 CONSTRUCTION MATERIALS QUALITY CONTROL PROGRAM The Consultant shall prepare a "Construction Materials Quality Control Plan" to be submitted to the Federal Aviation Administration (FAA) for approval at the time of final Plans and Specifications submittal. At a minimum, the Plan shall list all materials to be tested during construction, the appropriate time for testing, the ASTM test designation, name by which the test is commonly referred, the frequency of testing required, the method of sampling, and the acceptance criteria or tolerances permitted for each type of test. The Plan will be reviewed by the FAA project manager and must be approved along with the final Plans and Specifications for construction. 2. The Consultant shall prepare a "Construction Materials Quality Control Summary" to be submitted monthly to the FAA. At a minimum., the Summary shall include a list of all tests performed showing the date, location, pass or fail, results of retests, and whether or not the test is eligible or ineligible under the A.I.P. program. The Summary will include a certification that all testing was completed in accordance with the "Construction Materials Quality Control Plan". 3. The Consultant shall prepare a summary of materials not passing and the penalty called for by the Specifications. This summary shall be submitted to the FAA monthly and will indicate when and to what extent penalties are imposed. The penalties assessed will be itemized in the following pay request to the FAA. W?DRAKE FIELDICONTRACTS2006-20081EX-B-2006.DOC:rn APPENDIX 1 - CONTRACTOR CONTRACTUAL REQUIREMENTS performance of this contract, the contractor, for assignees and successors in interest (hereinafter as the "contractor") agrees as follows: Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a oart of this contract. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor of the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to - (a) withholding of payments to the contractor under the contract until the contractor complies, and/or (b) cancellation, termination, or suspension of the contract, in whole or in part. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract,- including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. DISADVANTAGED BUSINESS ENTERPRISE (DBE) ASSURANCES 1. Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. 2. DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. CEmcaELLAND CONSULTING DESIGNED TO -SERVE ENGINEERS, INC. May 10, 2006 Mr. Ray Boudreaux Airport Manager, Fayetteville Municipal Airport 4500 S. School Suite F Fayetteville, AR 72701 : - P.O. Box 1229 Fayetteville, Arkansas 72702-1229 • 479-443-2377 FAX 479-443-9247 RECEIVED MAY 1 1 2006 AIRPORT Re: Basic Agreement 2006 Fayetteville Municipal Airport Dear Mr. Boudreaux: TI In response to your request and our selection as the Airport Engineer for the next three years, please find three (3) copies of our -Basic Agreement for 2006. Please advise if you need further information -regarding this Amendment. Sincerely, i c LA D C SUL ING ENGINEERS, INC. l.Wayne e .E. ce Presi Enclosure: Basic Agreement 2006 (3 copies) J:\DRAKE-FIELD\CONTRACTS\2006-2008\boudreaux-0510- Engr Agr.wpd City of Fayetteville Staff Review Form City Council Agenda Items Contracts 4,20& 19 -May City Council Meeting Date Ray M. Boudreaux Aviation & Economic Development General Government Submitted By Division Department Action Required: Approve a Contract for Engineering Consultant services with McClelland Consulting Engineers, Inc., PO Box 1229, le, AR, 72702-1229, Wayne Jones P.E., Vice President, 479-443-2377 office, 479-443-9241 fax, mcclelland-engrs.com. $0.00 Cost of this request 5550.3940.5314.00 Account Number NA Project Number Budgeted Item 2X $ 76,235.00 Category/Project Budget $ 32,400.00 Funds Used to Date $ 43,835.00 Remaining Balance Budget Adjustment Attached LJ Sery / Chrgs Program Category / Project Name Airport Capital Exp Program / Project Category Name General Fund / Airport Fund Name Previous Ordinance or Resolution # 500 Da a Original Contract Date: Original Contract Number: City Attorney Received in it Clerk' Office Fi anc and Internal Service Director Date Received in Mayor's Office Mayor Date City Council Meeting of: June 6, 2006 Agenda Item Number: CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor and City Council THRU: Staff/Contract Review FROM: Ray M. Boudreaux, Director, Aviation and co omit Development DATE: May 9, 2006 SUBJECT: Approve three year contract for Airport Engineering Services with McClelland Consulting Engineers. RECOMMENDATION: Approve and accept three year contract for Airport Engineering' Services with McClelland Consulting Engineers. Signature of the Mayor. BACKGROUND: The FAA requires that airports have an assigned engineering consultant that has-been selected through the City selection process and that has experience in design, planning, bidding, construction management and thorough knowledge of the Federal Aviation Regulations that pertain to design criteria and grant programs administered by the FAA. McClelland Consulting Engineers of Fayetteville has been the consulting engineering company for Fayetteville Municipal Airport for more than 20 years with only one period of three years where another company was the consultant. Engineers with McClelland, mostly Mr. Wayne Jones, have designed most of the improvements made to the airport since it was originally constructed. Their abundance of knowledge, vast experience, and willingness to respond to the airport makes MCE the best choice. A City committee formed through the Purchasing Department selected MCE to continue the service with the airport. The Airport Board will consider the selection at their meeting May 10, 2006. BUDGET IMPACT: This item has no money attached. Projects are assigned to the engineer through Task Orders. Attachments: Staff Contract Review Form Engineering Contract Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director RESOLUTION NO. A RESOLUTION APPROVING A THREE-YEAR CONTRACT WITH McCLELLAND CONSULTING ENGINEERS, INC. FOR AIRPORT ENGINEERING SERVICES. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a three-year contract with McClelland Consulting Engineers, Inc. for airport engineering services. A copy of the contract, marked Exhibit "A" is attached hereto, and made a Hart hereof. AT By: From: Clarice Pearman To: Boudreaux, Ray Subject: Res. 97-06 Ray, Attached is a copy of the above resolution passed by City Council regarding a contract w/McClelland. I will forward to you two of three originals via interoffice mail. Have a good day. . Thanks. Clarice CC: Audit Ray M. Boudreaux Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts NA City Council Meeting Date Aviation & Economic Development Division /rlc Cl�llo�n A� �n��necrs Ta General Government Department Action Required: Action Required: Approve Task Order #2 with McClelland Consulting Engineers, Inc. Contact: Wayne Jones, P.E., PO Box 1229, Fayetteville AR 72702-1229, 479-443-2377, Fax 479-443-9241, in the amount of $10,950 for design and oversight of re -paint Airfield markings. Approve a Budget Adjustment. $ 10,950.00 Cost of this request 5550.3960.5314.00 Account Number 06021 1 Project Number Budgeted Item EJ 9,650.00 Airfield Re -striping Budget Program Category / Project Name Avi/ED Imp Funds Used to Date Program / Project Category Name $ 9,650.00 Airport Remaining Balance Fund Name Budget Adjustment Attached np Previous Ordinance or Resolution # 97-06, 100-07 66 Date Original Contract Date: 06/06/06 r Original Contract Number: 917 City Attorne ate Received in City Cler s Office a _.LL Finance and Internal Service Director Date 4Received in Mayor's Office ENTERS /� 2u Mayor with a grant e Staff Review Memorandum TO: Dan Coody, Mayor THRU: Staff Review Committee FROM: Ray M. Boudreaux, Director DATE: August 17, 2007 SUBJECT: McClelland Consulting Engineers Task Order #2 Recommendation: Airport Staff recommends approval of Task Order #2 with McClelland Consulting Engineers, Inc. for design and oversight of an Airfield Re -striping project. Background: In 2006, the airport's FAA Certification Inspector recommended that the airfield's Taxiway and Runway markings should be re -painted at some time in the near future. The 2006 recommendation did not constitute a compliance discrepancy of the airport's Part 139 certificate. The airport administration anticipated receiving FAA funding for the project from the unused or "fallout" funds from the FAA's 2006 funding round. These funds did not become available and the project was postponed. The 2007 Certification Inspection deemed that the airfield markings in several locations on the airfield are now no longer in compliance with FAA regulations and must be re -painted. Discussion: The FAA Inspector's report lists the airfield markings as out of compliance and stipulates a specific time frame to correct the deficiency. FAA regulations are federal law and the City of Fayetteville could potentially risk legal consequences for non-compliance, including fines. However, this is not likely since the project to correct the deficiency will be underway with the approval of this Task Order. Budget Considerations: The project currently has a budget of $9650. A Budget Adjustment is attached which will move unused budget from another airport account for the difference in the Task Order amount ($1300). The project will be funded by a 90/10% grant from the AR Dept of Aeronautics. The estimated total cost of the project is $90,500, of which $9050 will be airport funds. RB/jn Attachments: Task Order #2 [2 originals] Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director MCECONSULTINGMcCLELLAND 1810 N College Bo 1229. P.O. Box 1229 Fayetteville, Arkansas 72703/72702-1229 PHONE: 479-443-2377 fO ES IC NED ITO!S ERVE< ENGINEERS, INC. FAX: 479-443-9241 August 14, 2007 Mr. Ray Boudreaux Airport Manager, Fayetteville Municipal Airport 4500 S. School Suite F Fayetteville, AR 72701 Re: Task Order No 2 Airfield Striping Fayetteville Municipal Airport Dear Mr. Boudreaux: 1 In response to your request, please find three (3) copies of Task Airfield Pavement Re -Striping. Please advise if you need further information regarding this Task Order. Sincerely, Mc �jLLAND 9'OtISULTING ENGINEERS, INC. Way J s, P.E. Vice Pr�iddrtt Enclosure: Task Order No 2 (3 copies) W:\DRAKE FIELD\CONTRACTS\2006-2006\BOUDREAUX-0614-TO 2.DOC: .0.. 5'150• + 950• + 4'850• + 10'950• M TASK ORDER NO. 2 AIRFIELD PAVEMENT RE -STRIPING PLAN 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 June 6, 2006, as amended. 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 and McClelland Consulting Engineers (MCE), sets forth the project description, project schedule, and engineering fees related to the preparation of an Airfield Pavement Re -Stripping at Drake Field. SECTION I - PROJECT DESCRIPTION The overall project is to consist of the re -striping of the Airfield Pavement including, Aprons, Runway and Taxiways. The services to be performed include: Detailed Plans and Specifications, Bidding Services and Construction Administration/Inspection Services. SECTION II - PROJECT SCHEDULE From the time the City of Fayetteville issues the Notice To Proceed (NIP), McClelland Consulting Engineers, Inc. will endeavor to execute the project within the following time periods: W:\DRAKE FIELD\CONTRACTS\2006-2008\Task Order 2.doc Task Completion After NIP A. Prepare Airfield Pavement Striping Plan and Specifications 15 calendar days SECTION III - SCOPE OF SERVICES McClelland Consulting Engineers, Inc. shall, generally, provide those services listed in the basic agreement which are applicable to this specific Task Order. Specifically, the project is likely to include: A. Prepare the Airfield Striping Plan, specifications, and Bid Documents. B. Prepare Bidding Document and recommendations for award of construction contract. C. Construction Administration and Inspection. D. Providing three sets of "Record Drawings". SECTION IV - FEES AND PAYMENTS The following fees are to be paid to McClelland Consulting Engineers, Inc. as compensation for his services: A. Detailed Airfield Striping Plans and Specifications B. Bidding Service C. Construction, Administration & Inspection lump sum of $ 5,150.00 lump sum of $ 950.00 hourly rates estimated to be $4,850.00 Appendix A presents hourly rates for personnel anticipated to be assigned to this project by McClelland Consulting Engineers, Inc. W:\DRAKE FIELD\CONTRACTS\2006-2008\Task Order 2.doc 2 SECTON 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: ;FAYETTEVILLE; By: Date s •unuuu Attest: FOR McCLELLAND CONSULTING ENGINEERS, INC.: By: _ Attest: President Date: l&^//' O7 W:\DRAKE FIELD\CONTRACTS\2006-2008\Task Order 2.doc hL APPENDIX A Hourly Rates for Personnel Drake Field, Fayetteville Municipal Airport CATEGORY BILLABLE HOURLY RATE RANGE Principal Engineer $ 147.00 Sr. Project Manager $ 137.00 Project Manager $ 126.00 Project Engineer II $ 105.00 Project Engineer I Design Engineer $ 84.00 Landscape Architect $ 86.00 Engineering Technician III $ 79.00 Engineering Technician II $ 63.00 Engineering Technician I $ 48.00 Construction Observer III $ 79.00 Construction Observer II $ 58.00 Construction Observer I $ 42.00 Chief Draftsman $ 68.00 Draftsman II $ 53.00 Draftsman I $ 48.00 Computer Technician $ 74.00 Survey Technician $ 74.00 Registered Land Surveyor $ 90.00 2 -Man or Robotic Survey $ 137.00 Party Chief $ 63.00 Soils Lab Supervisor $ 55.00 Soils Lab Technician II $ 42.00 Soils Lab Technician I $ 37.00 Clerk/Typist $ 48.00 Mileage $ 0.42 Subject to Annual Adjustment Mid -Year. W:\DRAKE FIELD\CONTRACTS\2006-2008\APPENDIX A TO 2.DOC City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: General Government Date Requested Adjustment Number Division: Aviation & Economic Development 2007 Program: Airport Capital Expenditures 817/2007 Project or Item Added/Increased: Project or Item Deleted/Reduced: $1300 in the Professional Services account $1300 from the AVGAS account Justification of this Increase: Will provide for design and project oversight of the airfield re -striping project. Justification of this Decrease: Sufficient budget remains in the AVGAS account for 2007 anticipated expenses. Increase Expense Budget (Decrease Revenue Budget) Account Name Account Number Amount Project Number Professional services 5550 3960 5314 00 1,300 06021 1 Decrease Expense Budget (Increase Revenue Budget) Account Name Account Number Amount Project Number AVGAS 5550 3940 5213 03 1,300 9/11107 ��J Budget Office Use Only U j Type: A B C D E at Date Posted to General Ledger Initial Date Date Posted to Project Accounting d -2z _ 0 Initial Date Financ Intem crvices hector Date Entered in Category Log _ Initial Date lam. Mayor Date From: Clarice Pearman To: Boudreaux, Ray Date: 8.22.07 4:45 PM Subject: McClelland Attachments: 08.22.07 McClelland Consulting Engineers TO2.pdf CC: Audit; Fell, Barbara Ray: Attached is a copy of the McClelland Consulting Engineers task order #2. I am forwarding to two of the three task orders via interoffice mail. I will also forward to Budget & Research the budget adjustment. Please let me know if there is anything else needed for this item. Have a good evening. Thanks. Clarice City of Fayetteville Staff Review Form City Council Agenda Items or Contracts NA City Council Meeting Date Ray M. Boudreaux Aviation & Economic Development General Government Submitted By Division Department Action Required: Action Required: Approve a proposal from McClelland Consulting Engineers; Inc. Contact: Wayne Jones, P.E., PO Box 1229, Fayetteville AR 72702-1229, 479-443-2377, Fax 479-443-9241, in the amount of $5600 to develop plans & specs, and oversee bidding and construction associated with an HVAC control system and modification plan. Approve a Budget Adjustment. Signature of the Mayor. $ 5,600.00 Cost of this request 5550.3960.5314.00 Account Number -"1,,,,' Project Number Budgeted Item LJ City Attorney Terminal HVAC Budget Program Category / Project Name Airport Capital Exp Funds Used to Date Program / Project Category Name Remaining Balance Budget Adjustment Attached Date (B31�g Dte �_ a. Finance and Internal Service Director Date Mayor Airport Fund Name Previous Ordinance or Resolution # 97-06 100-07 136-08 Original Contract Date: 06/06/06 Original Contract Number: Received in City Cler ' ffic p 9-D Received in Mayor's Office cei 04 � grant funding. City Council Meeting of: N/A Agenda Item Number: CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor THRU: Staff/Contract Review Committee FROM: Ray M. Boudreaux, Director, Aviation an con mic Development DATE: September 26, 2008 SUBJECT: Approval and signature of the Mayor for a proposal with McClelland Consulting Engineers to design HVAC improvements and prepare bidding documents at a NTE amount of $5,600.00. RECOMMENDATION: Approve project to conduct a thorough evaluation of the Drake Field Terminal HVAC system to include proposed repairs and to prepare documents to be used to bid the project to effect the repair. Total not to exceed amount for the project is $5,600.00. The Airport Board approved the project at their October 8th, 2008 meeting. BACKGROUND: The Fayetteville Executive Airport, Drake Field Terminal Building was designed for airline use with hundreds of people processing through the building to get tickets, baggage, and load for and unload from many destinations. Over the years, since the airlines relocated to XNA, numerous modifications have been made to the building in order to create leasable space and generate revenue for the Airport. The effort has been successful and today the terminal building generates $92,500 in revenue annually. Due to the reconfigured interior, and a deteriorated operating system, the HVAC system no longer functions acceptably. DISCUSSION: Currently, airport staff operates the boilers and chiller manually; we turn on the system when we need heat or air and turn it off when there is no longer a need. Aside from the inherent energy inefficiency, this operating technique does not meet our tenant's expectations of reasonable comfort level for their personnel and particularly their customers. The situation generates ongoing and increasingly insistent complaints from tenants and guests. The problem was postponed for as long as possible because of budget concerns and other revenue -generating development priorities. However, the Airport's further neglect of the problem threatens to alienate our tenants and potentially put future rent revenues at risk. This project will design the modifications needed and prepare bidding documents so that we can get the project done. Airport administration will inquire about available grant funds for a portion of the project. BUDGET IMPACT: We estimate the total project to cost in the neighborhood of $81,000. A portion of the project cost may be paid for with grant funds from the Arkansas Department of Aeronautics. Attachments: Staff Review Form Contract with McClelland Consulting Engineers Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director Engineering Elements, PLLC 2820E Millennium Dh ve, Suite 2 Faymevlle, M'wnsas 71703 Phme(479)695-1333 Fa:(479)251-07I4 Mr. Wayne Jones McClelland Consulting Engineers, Inc. 1810 N. College Ave. Fayetteville, AR 72702 September 23, 2008 r E.CEIVED T, SEP 2 5 2008 Re: Drake Field Terminal Building — HVAC Controls A{kvuRT Fayetteville, Arkansas Mr. Jones, I am pleased to propose mechanical and electrical engineering services to you for the above referenced project. This proposal is based on the preliminary information we received from your office and from our preliminary conversation. It is my understanding that this project will consist of a new HVAC automation system as well as load calculations, verification of existing system performance, and mechanical drawings of the current and proposed systems. Our services will include standard basic engineering services consisting of preliminary design and design development, contract documents, bidding assistance, submittal review and construction observation. This level of services will pertain to the following systems as our part of the work. HVAC systems upgrade for all parts of the building as follows: a. Load calculations to verify that existing systems are properly sized. b. Verification of existing system operation. Provide recommendations for improvement of system operation. c. Specify revised supply/return airflows to match load calculations and existing conditions. d. New building automation control system for all HVAC system components. e. Ductwork modifications as required. f. Modification of electrical and plumbing systems affected by recommended HVAC work. The fee for the described services is proposed as a Fixed Fee of Four Thousand Six Hundred Dollars ($4,600) plus any reimbursable expenses attributed to the project. Additional services that you may request will be provided on an hourly basis, utilizing the following hourly rates: Project Engineer $90 Design Engineer $75 Administration $40 If this proposal is acceptable please sign in the space provided and return a copy for my files. If you have any questions or need additional information, please contact me. S incer L, L(g, e Wayne Jones Engineering Elem LLC McClelland Consulting Engineers, Inc MCEMCCL EL LA ND CONSULTING 1810 N. College Avenue P.O. Box 1229 INC.Fayetteville, Arkansas 72703 / 72702-1229 ENGINEERS, CPHONE: 479-443-2377 m rsres[n pro .s cx vrrFAX: 479-443-9241 September 25, 2008 Mr. Ray Boudreaux Airport Director Fayetteville Executive Airport 4500 S. School, Suite F Fayetteville, AR 72703 RE: HVAC System for Terminal Building Fayetteville, Arkansas Dear Mr. Boudreaux: P FCC:",w.,eF"�T ry4 It av Gii SEP 2 5 2008 A PORT We are pleased to present a Proposal for the Engineering Services for HVAC control system and load calculations for the Terminal Building per your requirements per email from Mr. James Mr. Nicholson. We will use a subconsultant, Engineering Elements, PLLC, for this work. We have attached the Scope of Work defined in Engineering Element's proposal Project Administration Fee $ 500.00 HVAC Engineering Fee $ 4,600.00 Reimbursement Cost (Estimated to be) $ 500.00 We appreciate the opportunity to provide this Proposal to you and look forward to working with you on this project. We are ready to proceed with the work, upon your written notice of acceptance. If there are any questions regarding this proposal, please contact us. Sincerely, ENGINEERS, INC. Enclosure: Engineering Elements, PLLC Proposal McClella Consulting Engineers, Inc., is authorized to proceed in accordance with this Letter of Prop a), consistEyr6u of one page. if 7<( W:\DRAKE FIELD\CCNTRACTS\2006-2008\Terminal HVAC Renovation .doc Engineering Elements, PLLC "4J 2820EMlksmi=DHYe,Suite 2 FayWm11e,Aii<aws72703 Fhaie(479)695-1333 F=(479)251-0714 September 23, 2008 Mr. Wayne Jones McClelland Consulting Engineers, Inc. 1810 N. College Ave. Fayetteville, AR 72702 Re: Drake Field Terminal Building — HVAC Controls Fayetteville, Arkansas Mr. Jones, I am pleased to propose mechanical and electrical engineering services to you for the above referenced project. This proposal is based on the preliminary information we received from your office and from our preliminary conversation. It is my understanding that this project will consist of a new HVAC automation system as well as load calculations, verification of existing system performance, and mechanical drawings of the current and proposed systems. Our services will include standard basic engineering services consisting of preliminary design and design development, contract documents, bidding assistance, submittal review and construction observation. This level of services will pertain to the following systems as our part of the work. HVAC systems upgrade for all parts of the building as follows: a. Load calculations to verify that existing systems are properly sized. b. Verification of existing system operation. Provide recommendations for improvement of system operation. c. Specify revised supply/return airflows to match load calculations and existing conditions. d. New building automation control system for all HVAC system components. e. Ductwork modifications as required. f. Modification of electrical and plumbing systems affected by recommended HVAC work. The fee for the described services is proposed as a Fixed Fee of Four Thousand Six Hundred Dollars ($4,600) plus any reimbursable expenses attributed to the project. Additional services that you may request will be provided on an hourly basis, utilizing the following hourly rates: Project Engineer $90 Design Engineer $75 Administration $40 If this proposal is acceptable please sign in the space provided and return a copy for my files. If you have any questions or need additional inform3tign, please contact me. Sincer , Engineering Elempfits, PLLC McClella#Ct�lulting Engineers, Inc. City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: General Government Date Requested Adjustment Number 2008 Division: Aviation & Economic Development 9/26/2008 Program: Airport Capital Expenditures Project or Item Added/Increased: Project or Item Deleted/Reduced: $5600 in the Airport Capital Professional Services $5600 from the Airport Admin Contract Services account account. Justification of this Increase: Will provide for evaluation and recommendations for modification of the Terminal HVAC system, prepare plans & specifications for bidding, and oversee construction. istification of this Decrease: Budget for Air Traffic Control Tower expense was not used. Increase Expense Budget (Decrease Revenue Budget) Account Name Account Number Amount Project Number 0So7 Professional services 5550 3960 5314 00 5,600 Decrease Expense Budget (Increase Revenue Budget) Account Name Account Number Amount Project Number Contract services 5550 3940 5315 00 5,600 Approval Signatures Finance temal Services Director May r /6'Z1/cw Date /.# 8 Date Date tj— 1-08_ Date yam ate Budget Office Use Only Type: A B C D Posted to General Ledger Initial Posted to Project Accounting Entered in Category Log Date Initial Date Initial Date Page 1 of 1 Clarice Pearman - Various Agreements From: Clarice Pearman To: Boudreaux, Ray Date: 11.6.08 4:58 PM Subject: Various Agreements CC: Audit; Fell, Barbara Attachments: Audit; Fell, Barbara Ray: Attached is a copy of the following agreements: 1. Blackmon Auctions, Inc. 2. McClelland Consulting Engineers I will forward to Budget & Research the budget adjustment for McClelland item. If there is anything else needed for these items please let me know. Have a good evening. Clarice file://C:\Documents%20and%20Settings\cpearman.000\Local%20Settings\Temp\XPgrpwise\49132249FA... 11.6.08