Loading...
HomeMy WebLinkAbout188-23 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 188-23 File Number: 2023-1018 SPATCO ENERGY SOLUTIONS, LLC (CONSTRUCTION CONTRACT): A RESOLUTION TO AUTHORIZE A CONSTRUCTION CONTRACT IN THE AMOUNT OF $274,398.97 WITH SPATCO ENERGY SOLUTIONS, LLC FOR THE FUEL FARM REHABILITATION PROJECT AT DRAKE FIELD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $31,939.90, AND TO APPROVE A BUDGET ADJUSTMENT 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 authorizes Mayor Jordan to sign a contract in the amount of $274,393.97 with SPATCO Energy Solutions, LLC for the construction of the Fuel Farm Rehabilitation Project at Drake Field Airport, and further approves a project contingency in the amount of $31,939.90 Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on September 5, 2023 Annroved- Page 1 Attest: City of Fayetteville Staff Review Form 2023-1018 Item ID 9/5/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Jared Rabren 8/15/2023 AIRPORT SERVICES (760) Submitted By Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to execute a construction contract in the amount of $274,398.97 with SPATCO Energy Solutions, LLC of Raleigh North Carolina for the proposed Fuel Farm Rehabilitation project at Fayetteville — Drake Field Airport. Staff requests approval of a budget adjustment in the amount of $38,839.00, and approval of a project contingency in the amount of $31,939.90. Budget Impact: 5550.760.3960-5804.00 Account Number 21009.1 Airport Fund Airport Fuel Farm Rehab Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 267,500.00 Expenses (Actual+Encum) $ - Available Budget I $ 267,500.00 Does item have a direct cost? Yes Item Cost $ 274,398.97 Is a Budget Adjustment attached? Yes Budget Adjustment $ 38,839.00 Remaining Budget $ 31,940.03 V20221130 Purchase Order Number: Previous Ordinance or Resolution # 229-21. 335-21 Change Order Number: Approval Date: Original Contract Number: Comments: - CITY OF FAYETTEVILLE . ARKANSAS MEETING OF SEPTEMBER 5, 2023 CITY COUNCIL MEMO 2023-1018 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Jared Rabren, Airport Director DATE: SUBJECT: FYV Fuel Farm Rehabilitation — Construction Contract, Project Contingency and Approval of a Budget Adjustment RECOMMENDATION: Staff requests approval for the Aviation Division to execute a construction contract in the amount of $274,398.97 with SPATCO Energy Solutions, LLC of Raleigh North Carolina for the proposed Fuel Farm Rehabilitation project at Fayetteville — Drake Field Airport. Staff requests approval of a budget adjustment in the amount of $38,839.00, and approval of a project contingency in the amount of $31,939.90. BACKGROUND: The fuel farm for the airport continues to have multiple failures that hinder the ability for the airport to extract fuel, which in turn causes availability issues for the flying community. The age of the equipment presents an issue when attempting to purchase replacement parts, limiting the opportunity of service providers to perform maintenance. In addition, new NFPA 407 updates mandate additional over -fill protection devices be installed, which are also planned with the recommended improvements. The Airport entered into an agreement with Garver, LLC to provide design and bidding services for the project (Task Order 04). This project was initially bid in March 2022; however, the sole bid exceeded the engineers' estimate and was not awarded. The project was rebid in October 2022, but the sole bid received was deemed non -responsive. The project was rebid a second time and construction bids were received on August 1, 2023. DISCUSSION: The Aviation Division is requesting permission to execute a construction contract with SPATCO Energy Solutions to perform construction of the Fuel Farm Rehabilitation. Project funding will be a combination of an Arkansas Department of Aeronautics (ADA) grant and city funds. A complete breakdown of the expected project funding is included below. Engineering Services*: $45,000.00 ADA: $250,000.00 Construction Contract (SPATCO Energy Solutions): $274,398 97 City: $69,398 97 TOTAL: $319,398.97 TOTAL: $319,398.97 *Garver Task Order 04 and a budget adjustment accepting $250,000 in State Grant funds previously approved by the City on 12/21 /21, Resolution 335-21. BUDGET/STAFF IMPACT: This account currently has $267,500.00. The Aviation Division may expend up to $38,839.00 of its fund Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 balance to cover the remainder of the City's grant match, and a 10% project contingency of the approved project budget, or $31,939.90. ATTACHMENTS: Fuel Farm Rehab SRF, 2023-1018 BA Airport Fuel Farm, Bid 23-32 Bid Tab - Final, FYV Fuel Farm Contract and Proposal, 335-21 RESOLUTION Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Legislation Text File #: 2023-1018 FYV Fuel Farm Rehabilitation — Construction Contract, Project Contingency and Approval of a Budget Adjustment A RESOLUTION TO AUTHORIZE A CONSTRUCTION CONTRACT IN THE AMOUNT OF $274,398.97 WITH SPATCO ENERGY SOLUTIONS, LLC FOR THE FUEL FARM REHABILITATION PROJECT AT DRAKE FIELD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $31,939.90, AND TO APPROVE A BUDGET ADJUSTMENT 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 authorizes Mayor Jordan to sign a contract in the amount of $274,393.97 with SPATCO Energy Solutions, LLC for the construction of the Fuel Farm Rehabilitation Project at Drake Field Airport, and further approves a project contingency in the amount of $31,939.90 Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number AIRPORT SERVICES (760) /Org2 2023 Requestor: Dee McCoy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff requests approval for the Aviation Division to execute a construction contract in the amount of $274,398.97 with SPATCO Energy Solutions, LLC of Raleigh North Carolina for the proposed Fuel Farm Rehabilitation project at Fayetteville — Drake Field Airport. Staff requests approval of a budget adjustment in the amount of $38,839.00, and approval of a project contingency in the amount of $31,939.90. COUNCIL DATE: 9/5/2023 ITEM ID#: 2023-1018 Polly Black E17712023 2:35 PM Budget Division Date TYPE: D - (City Council) JOURNAL #: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED TOTAL 38,839 38,839 v.202388 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 5550.760.3960-5804.00 6,899 21009 1 EX Building Costs 5550.760.3960-5911.99 31,940 21009 1 EX Contingency - Capital Project 5550.760.3940-4999.99 - 38,839 RE Use Fund Balance - Current I of I N *C .a N d' C O ++ m m L aj E m U- GJ m C O uu L C O V N M M N W J J I� OV N m O M w O N O m O R N 0 l O M m 0 0 0 0 0 0 0 n N a vi a rn o0 0 o c 1% p to a N a M o 0 0 0 0 0 o N oo N m w m o m o to m vi vi o ui o o o w o Q� w m ui m 10 I� M O R o [11 w O1 1� 0a lD O N O O V e O T N m O N N o0 O lD l° O M 1� N V N N N rl a w O m m O y� N rl ti H N V! M rl ri r1 N e-I N rl N N L� I� N� V ^ c p o M x W m i+ 7 .0 Y o 01 NO M m m o rn o Q N o l° o m o0 o 0 o o o o o n N VI N V M a 00 o N p V Il O lD V N V M o 0 o 0 o o o o 0 O Vf 1 m Vl �D 00 M O Ol O 1p a'O m N w w lD Ill o o O N lU o a O M m w n M w a O M N m N m w O N lD a 0 �"� o o o o o N T N m O N ry oa c 1A l° O N a N N N e-1 C Ih c m Ol c c ci c 4A - 'c N. m I lD W Oil a m o .-i .m-I` ri . aid O a0 - m n O V} H N fi UT In m rl N V} N V/ n H H ti H o vl w N O uj H Q a N a .i .i .i '-I f-1 .-I rl � ri •i rl ., 'i ., rl " 'i ., ., � ., eY ri N rl ♦i _ C y w a �i N l7 -o_ c O O m O ^ C � Ur p p U Y H C W W N O `1 O L v LL E "~ m a d o 0 = ° N ' N N A a" u u N v v c v a v v l7 9 N w o 7o c w o y z Z t _ ° F o V c o» n n a3i v l7 o z« ry 0 — =O O« ra L N N W C_= V N « z N H = W S m= N N Ea m N T N m N ,« ro E N E c °1 3- °-F v v E= N m v 3 f0 n n E V v> w- m z v- '°' 'E° 3c a c Z I° c c aci > v a o= E m a n w o c= v m n a ° o E w x c a .n a° O E o x d c Q E o > �.m�2 o. te o w Ea Z Z o� .av oIn wo a w v> E a n E v Ea v =o " w w y.0 vLi o E w wo cI'n rco o o v= o `° LL n*' _ a rt = w ° Y v N => o m A v `o 0 l c c E - m v> m m LL v Y_ o r- s c o la F H a Mo N �' .� H H H a m m v> a a a a Q a Q a a V' l7 0 0 0 l7 V' (7 l7 a`mi a a a a a¢ a¢ G a E c o o > > > > > > > > > w v v ai ai v m In N ° o a a a a a a a a a o h m v v z m HIS- Fayetteville — Drake Field FYV Fuel Farm Rehabilitation 010600 - CONTRACT THIS AGREEMENT made this __ day of _— C� 1'�'1 e Y 20 2� by and between SPATCO Energy Solutions a Corporation organized and existing under the laws of the State of Deleware hereinafter called the "Contractor", and City of Fayetteville, hereinafter called the "Owner', WI TNESSETH: That the Contractor and the Owner for the consideration stated herein mutually agree as follows: ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, including utility and transportation services and perform and complete all work required for the construction of FYV Fuel Farm Rehabilitation in strict accordance with the Contract Documents. ARTICLE 2. The Contract Price. The Owner will pay the Contractor, because of his performance of the Contract, for the total quantities of work performed at the lump sum and unit prices stipulated in the Proposal for the Base Bid, subject to additions and deductions as provided in the SPECIAL PROVISIONS. SPECIAL PROVISIONS. ARTICLE 3. ContragTime, Upon contract execution, a "Notice to Procure" will be issued for material procurement & mobilization. The procurement period shall not exceed one hundred and twenty (120) consecutive calendar days. A "Notice to Proceed" will be issued following the procurement period. The date of the "Notice to Proceed" shall be agreed upon by the Contractor and Owner but shall be no later than one hundred and ten days from the date of the "Notice to Procure." The Contractor agrees to begin work within ten (10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within forty (40) consecutive calendar days per phase requirements (except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). If the Contractor shall fail to complete the work within the time specified, he and his Surety shall be liable for payment to the Owner, as liquidated damages ascertained and agreed, and not in the nature of a penalty, the amount specified in of these Contract Documents for each day of delay. To the extent sufficient in amount, liquidated damages shall be deducted from the payments to be made under this Contract, ARTICL_E44. Contract. The executed Contract Documents shall consist of the following: a. Addenda (if any) b. Invitation to Bid c. Instructions to Bidders d. Proposal e. Statement of Bidder's Qualifications f. List of Proposed Subcontractors g. Performance and Payment Bonds h. General Provisions i. Special Provisions j. Technical Specifications k. Drawings I. Certificates of Insurance and Insurance Policies m. Owner's Protective Insurance Issued for Bid 010600-1 Garver Project No. 21Al3212 Favetteville — Drake Field FYV Fuel Farm Rehabilitation This Contract together with other Documents enumerated in this Article 4, which said other Documents are as fully a part of the Contract Documents as if hereto attached or herein repeated, form the Contract between the parties hereto. In the event that any provisions in any component part of this Contract conflicts with any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final. ARTICLE 5. Surety. The Surety on the Performance and Payment Bonds shall be a surety company of financial resources satisfactory to the Owner, authorized to do business in the State of the Project, and shall comply with applicable state laws. ARTICLE 6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. ARTICLE 7. Jurisdiction. Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. Issued for Bid 010600-2 Garver Project No. 21A13212 Fayetteville - Drake Field FYV Fuel Farm Rehabilitation IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in Four (4) counterparts, each of which shall be considered an original on the day and year first written. Attest`- ttest„� � JS-�ature Attest: Print Name Ko►r A Ve Print Name Cv� C1erK Contractor: SPATCO Energy Solutions Signature _Dustin Chumley - Branch Mgr. Print Name and Title 1201 Cypress St. North Little Rock, AR 72114 Address Owner: Ci c)eF By:j , i X� ���.y•'c,��Y O,c'•,G�% U ire:11YE1-FEVILI_ : s• ionct ' Ydah KmAor Print Ndm6 and Title Ili u► r AK Ad&bss Issued for Bid 010600-3 Garver Project No. 21A13212 Fayetteville — Drake Field FYV Fuel Farm Rehabilitation Page Intentionally Left Blank Issued for Bid 010600-4 Garver Project No. 21Al3212 Fayetteville — Drake Field FYV Fuel Farm Rehabilitation 010400 - PROPOSAL Place CITY OF FAYETTEVILLE Date 08/01 /23 Proposal of SPATCO ENERGY SOLUTIONS a corporation organized and existing under the laws of the State of DEI_AWARE Tax ID Number (TIN): 843846075 UEI #. CAGE Code: Proposal of a partnership consisting of Proposal of an individual doing business as _ To: City of Fayetteville or or This bid results from your advertisement for bids for the construction of the FYV Fuel Farm Rehabilitation. The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents including all Addenda, and being familiar with all of the conditions relating to the construction of the proposed project, hereby agrees to comply with all other conditions or requirements set forth in the Plans, Specifications, and other Contract Documents, and further proposes to; furnish all material, supplies, equipment, and appliances; to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Plans, Specifications, and other Contract Documents at and for the lump sum and unit prices proposed in the attached Unit Price Schedule(s). Upon contract execution, a "Notice to Procure" will be issued for material procurement & mobilization. The procurement period shall not exceed one hundred and twenty (120) consecutive calendar days. A "Notice to Proceed" will be issued following the procurement period. The date of the "Notice to Proceed" shall be agreed upon by the Contractor and Owner but shall be no later than one hundred and twenty (120) calendar days from the date of the "Notice to Procure." Additional information related to the issuance of the "Notice to Procure" and "Notice to Proceed" for the project will be available during the Pre -Bid Conference. The undersigned Bidder agrees to begin work within ten (10) calendar days after the issuance by, or on behalf of, the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within forty (40) consecutive calendar days per phasing requirements (except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). Should the work fail to be completed within the time herein stated, the Contractor shall pay to the Owner, as fixed and agreed liquidated damages, and not as a penalty, the sum, for each day of delay until the work is completed and accepted, as stipulated in SPECIAL PROVISIONS of these Contract Documents. It is understood that additional time for the completion of the project is to be allowed only for delays as stipulated in of these Contract Documents. Basis of Award: Basis of award shall be the lowest total Base Bid received so long as such bid is deemed Issued for Bid 010400-1 Garver Project No. 21Al3212 Fayetteville — Drake Field FYV Fuel Farm Rehabilitation responsive and is within available project funding. In the event no responsive bid is received with a Base Bid within the amount of available project funding, deductive alternates shall be applied in the order shown below. Deductive alternates shall be applied as shown to all bids received until a responsive bid is obtained that is within the amount of available project funding. In the event all deductive alternates are subtracted and no bid falls within available project funding, all bids shall be rejected and become confidential. The City shall have the authority to negotiate and award with the apparent responsive responsible bidder so long as the low bid is within twenty-five percent (25%) of the certification of funds. The order in which the aggregate of the combined schedules shall be considered for award is as follows: 1. Base Bid 2. Base Bid - Deductive Alternate 1 3. Base Bid - Deductive Alternates 1 and 2 Bidder acknowledges receipt of the following addendum (addenda): None and and and The undersigned Bidder agrees that this bid shall be good and shall not be withdrawn for a period of sixty (60) calendar days after the opening thereof. If written notice of the acceptance of this Proposal is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the opening thereof, or at any time thereafter before this Proposal is withdrawn, the undersigned agrees to execute and deliver an Agreement (Contract) in the prescribed form, and furnish the required Performance and Payment Bond, within ten (10) days after the Agreement is presented to him for signature. It is understood by the undersigned Bidder that the Owner reserves the right to reject any or all bids. Accompanying this Proposal as bid security is a cam a;eeldbid bond (strike one) in the amount of 5% Dollars ($ 5% ) being not less than five percent (5%) of the total amount of the base bid. If the undersigned Bidder is the successful Bidder, but fails or refuses to execute the contract and furnish the required bond within the prescribed ten (10) days of the notification of award, then this bid security is to become the property of the Owner as liquidated damages for the delay and additional expense to the Owner caused by such failure or refusal. Issued for Bid 010400-2 Garver Project No. 21Al3212 Favetteville — Drake Field FYV Fuel Farm Rehabilitation SEAL (If Bidder is a Corporation) r4n!.`VTnature Bidder: SPATCO ENERGY SOLUTIONS Tax Identification No: 84-3846075 Signature DUSTIN CHUMLEY - BRANCH MANAGER Print Name and Title 1201 CYPRESS ST. NORTH LITTLE ROCK, AR 72114 Address 1201 CYPRESS ST, NORTH LITTLE ROCK, AR 72114 Office Address of Bidder NOTES: Sign in ink. Do not detach. Items must be bid upon as specified in the Unit Price Schedule. Issued for Bid 010400-3 Garver Project No. 21A13212 Favetteville — Drake Field FYV Fuel Farm Rehabilitation Page Intentionally Left Blank Issued for Bid 010400-4 Garver Project No. 21Al3212 Fayetteville — Drake Field FYV Fuel Farm Rehabilitation 010420 - STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder. SPATCO ENERGY SOLUTIONS LLC 2. Permanent main office address. 8303 UNIVERSITY EXECUTIVE PARK DR. SUITE 400 CHARLOTTE, NC 28262 3. When organized. 2019 4. If a corporation, where incorporated. DELAWARE 5. How many years have been engaged in the contracting business under your present firm or trade name? 4 YEARS. SOUTHERN PUMP AND TANK COMPANY (SPATCO) WAS FORMED IN 1935. 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion). ATTACHED 7. General character of work performed by your company. SELL, SERVICE AND INSTALL, RETAIL, COMMERCIAL, AND AVIATION FUEL EQUIPMi=NT. 8. Have you ever failed to complete any work awarded to you? NO 9. Have you ever defaulted on a Contract? NO If so, where and why? 10 Have you ever been fined or had your license suspended by a Contractor's Licensing Board? NO If so, where and why? 11. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. ATTACHED. 12. List your major equipment available for this Contract. MINI EXCAVATOR, BACKHOE 13. Experience in construction work similar in importance to this project. Note a minimum of 4 years of similar construction experience is required. See specification sections SS-130-1.1a) and SS-131- 1.16) for additional requirements. 10 YEARS 14. Background and experience of the principal members of your organization, including the officers. ATTACHED. 15. Background and experience of the Master Electrician(s) licensed in the state of Arkansas (issued by the Arkansas Board of Electrical Examiners) who have proper skills in supervising, performing, and maintaining the electrical work. ATTACHED 16. Credit available: $ 23,000,000 17. Give Bank reference: TRUIST BANK 214 NORTH TRYON ST CHARLOTTE, NC 28262 (336)733-2000 18. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Owner? YES Issued for Bid 010420-1 Garver Project No. 21A13212 Fayetteville — Drake Field FYV Fuel Farm Rehabilitation Page Intentionally Left Blank Issued for Bid 010420-2 Garver Project No. 21Al3212 Fayetteville — Drake Field FYV Fuel Farm Rehabilitation 19. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Owner, in verification of the recitals comprising this statement of Bidders Qualifications. 20. The Bidder shall provide a brief description of any litigation or administrative proceeding of the following types, either pending or concluded within the preceding year, to which the Bidder (and the ultimate controlling person, if different from the Bidder) or any of its directors or executive officers was a party or of which the property of any such person is or was the subject; the names of the parties and the court or agency in which such litigation or proceeding is or was pending shall be given: (a) Administrative or judicial proceedings of any state federal agency or authority concerning environmental violations; (b) Proceedings which may have a material effect upon the solvency of the ultimate holding company, including but not necessarily limited to, bankruptcy and receivership; and (c) Criminal proceedings. Dated at S PAr r� this I = day of 20 23 . Bidder: _ 5 PA 1 ,/--(J By: "Signature Print Name and Title Issued for Bid 010420-3 Garver Project No. 21A13212 Fayetteville — Drake Field FYV Fuel Farm Rehabilitation Page Intentionally Left Blank Issued for Bid 010420-4 Garver Project No. 21Al3212 CITY OF W;M FAYETTEVILLE ARKANSAS Bid 23-32 SPATCO Energy Solutions SPATCO Energy Solutions LLC. Supplier Response Event Information Number: Bid 23-32 Title: Construction - FYV Fuel Farm Rehabilitation Rebid #2 Type: Invitation to Bid Issue Date 7/9/2023 Deadline. 8/1/2023 02:00 PM (CT) Notes: The City of Fayetteville, AR is accepting sealed bids from properly licensed professionals for the construction of the Fuel Farm Rehabilitation project at Fayetteville — Drake Field Airport. The project includes, but is not limited to, modification to and addition of various components associated with the existing fuel farm facility including refueling rack shutoff system, online inventory management system, Jet - A offload check valve, overfill prevention valves, relaxation chambers, 250 gpm pumps and motors, refueling rack hose, sump pumps, emergency fuel shutoff system improvements, tank suction line improvement, new fuel inspection awning, and tank sandblasting and painting as shown on the plans and indicated in the specifications. Any questions regarding this bid should be directed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 5 pages Vendor: SPATCO Energy Solutions Bid 23-32 SPATCO Energy Solutions Information Contact: Dustin Chumley Address: p.o.box 600172 RALEIGH, NC 72114 Phone: (704) 596-4373 Toll Free: (800) 477-2826 Email: dustin.chumley@spatco.com By submitting your response, you certify that you are authorized to represent and bind your company DUSTIN CHUMLEY Signature Submitted at 81112023 01.57:04 PM (CT) Requested Attachments Bid 23-32, Bid Bond dustin.chumley@spatco.com Email Signed Bid Bond - Drake Air Field.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid 23-32, Required Signature Forms Bid 23-32, FILE #00 - REQUIREDSIGNATURE FORMS 8-1-23.pdf Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in the 'Attachments' tab titled File #00 Bid Attributes 1 Arkansas Secretary of State Filing Number: 811227350 2 Arkansas Contractor License Number: 0406250424 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. ❑,/ Yes, I agree ❑ No, I don't agree 4 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. W I agree Bid Lines Page 2 of 5 pages Vendor: SPATCO Energy Solutions Bid 23-32 Package Header Base Bid Quantity: 1 Package Items Total 1 $379,398 97 1.1 AVGAS Tank Suction Improvements Installed Quantity: 1 UOM: LS Price: $5,310.75 Total: F $5,310.75 1.2 AVGAS Tank Fill Improvements Installed Quantity: 1 UOM: LS Price $11.540.22 Total: F $11,540.22 1.3 AVGAS Primary Pump/Motor Installed Quantity: 1 UOM: LS Price: $19,805.59 1 Total: F $19.805. 9] 1.4 AVGAS 30-Second Relaxation Chamber Installed on New Concrete Slab Quantity: 1 UOM: LS Price: 1 $15,038.40 1 Total: $15,038.40 1.5 AVGAS 10-Foot Refueling Hose w/ Single -Point Nozzle Installed Quantity: 1 UOM: LS Price: $6,585.53 1 Total: F $6,585.53 1.6 AVGAS Bulk Refill Overfill Prevention System Installed Quantity: 1 UOM: LS Price: $18,266.48 Total $18,266.48 1.7 AVGAS Fuel Inventory Management System Installed Quantity: 1 UOM: LS Price. $19,878.30 Total: $19,878.30 1.8 AVGAS Electronic Sump Pump Installed Quantity: 1 UOM: LS Price $4,033.85 1 Total: $4,033.85 1.9 AVGAS Fuel Transfer Piping Installed Quantity: 60 UOM: LF Price $60.00 1 Total: F $3,600.00 1.10 Emergency Fuel Shut -Off System Upgrades Installed Quantity: 1 UOM: LS Price: $3,649.19 Total: $3,649.19 1.11 Sandblast, Repaint, and Apply New Decals for 10,000 Gallon AVGAS Fuel Tank Quantity: 1 UOM: LS Price: $30,000.00 1 Total: $ 3 07 000.00 1.12 Jet -A Tank Suction Improvements Installed Quantity: 1 UOM: LS Price: $11,396.44 Total: $11,396.44 1.13 Jet -A Tanker Transport Offload Equipment Installed Quantity: 1 UOM: LS Price: $13,718.75 1 Total: $13,718.75 1.14 Jet -A Tank Fill Improvements Installed Quantity: 1 UOM: LS Price $13,563.00 Total: $13,563.00 1.15 Jet -A Primary Pump/Motor Installed Quantity: 1 UOM: LS Price: $21,495,66 Total: $21,495.66 1.16 Jet -A 30-Second Relaxation Chamber Installed on New Concrete Slab Quantity: 1 UOM: LS Price: 1 $14,278.40 Total $14,278.40 1.17 Jet -A 10-Foot Refueling Hose w/ Single -Point Nozzle Installed Quantity: 1 UOM: LS Price 1 $6,585.531 Total: 1 $6,585.53 Page 3 of 5 pages Vendor: SPATCO Energy Solutions Bid 23-32 1.18 Jet -A Bulk Refill Overfill Prevention System Installed Quantity: 1 UOM: LS Price $18,266.48 Total: $18,266.48 1.19 Jet -A Fuel Inventory Management System Intstalled Quantity: 1 UOM: LS Price: $20.105.30 1 Total: $20,105.30 1.20 Jet -A Electronic Sump Pumps Installed Quantity: 1 UOM: LS Price: $8,420.10 1 Total: $8,420.10 1.21 Jet -A Fuel Transfer Piping Installed Quantity: 60 UOM: LF Price: $60.00 1 Total: $3,600,00 1.22 Sandblast, Repaint, and Apply New Decals for Three 10,000 Gallon Jet -A Fuel Tanks Quantity: 1 UOM: LS Price: $75,000.00 1 Total: F $75,000.00 1.23 Demolition and Disposal Quantity: 1 UOM: LS Price: $13,345.00 Total: F $13,345.00 1.24 Mobilization (Maximum 5% of Total Bid) Quantity: 1 UOM: LS Price: $17,916.00 Total. $17,916 070 1.25 Bonds and Insurance Quantity: 1 UOM: LS Price: $4,000.00 Total: $4.000.00 21 Package Header Deductive Alternate #1 Quantity: 1 Packaae Items Total: $105,000.00 2.1 Remove Work Item No. 11 (Sandblast, Repaint, and Apply New Decals for 10,000 Gallon AVGAS Fuel Tank) Quantity: 1 UOM: LS Price 1 $30,000.00 1 Total: F $30,000.00 2.2 Remove Work Item No. 22 (Sandblast, Repaint, and Apply New Decals for Three 10,000 Gallon Jet -A Fuel Tanks) IQuantity: 1 UOM: LS Price: 1 $75,000. 00 Total 1 $75,000.00 3 Package Header Deductive Alternate #2 Quantity: 1 Package Items Total: $52.437.55 3.1 Remove Work Item No. 7 (AVGAS Fuel Inventory Management System Installed) Quantity: 1 UOM: LS Price: 1 $19,878.30 1 Total: $19,878.30 3.2 Remove Work Item No. 8 (AVGAS Electronic Sump Pump Installed) Quantity: 1 UOM: LS Price: 1 $4,033.85 Total: F $4.033.85 3.3 Remove Work Item No. 19 (Jet -A Fuel Inventory Management System Installed) Quantity: 1 UOM: LS Price: r $20,105.30 1 Total: $20,105.30 3.4 Remove Work Item No. 20 (Jet -A Electronic Sump Pumps Installed) Quantity: 1 UOM: IS Price F $8,420.10 Total: $8,4 00.10 Page 4 of 5 pages Vendor: SPATCO Energy Solutions Bid 23-32 Response Total: $536,836.52 Page 5 of 5 pages Vendor: SPATCO Energy Solutions Bid 23-32 C m W J J tL% m �rvOamam�o01o�no �V iiovi - aUnrvI �n 8$E$0; 8m 8 O o w m o m c w M V"f Ya9�n Q iCno a o m w rm oItom ..m m o ' m c�� c m Lr a8 m ED a Lf� °i vi uo m m a m m o m 'i �p N 00 M vi ai c — - .-I .-I — •--I .-I — — — v u J ^ C k N C v 01 M p ., C :3 O 0 N C ; of Q1 " 0 0 m o T w o� a n 0 e o m w o 0 o g o 0 0 n iv in T �n v m m o n o v a in v m H 0 0 o O p o o Ln o o �n as �n �o m m o m w w m ui oo vi o o •ri a o m m o n m� a pp m w m m. o N. 8 0 T V1 m C vt N oc C iA t0 O �+f I� V1 N V1 N a vT p eh m O 0 0 0 0 O O W (U N �+ 'C .-1 Ol Vj l0 00 Oi C m O .+ T •'-I V �O 00 O W vi a m.-I N •-I Vl N 4/' 1� N N N N i/T N N N 1A iA 1A N � to N N N O Vl m h to N O uw u H Q a � C C +�+ 0 Vf N VI N V1 Vl V1 V1 V1 Vf VI Uf V1 V1 N N N LL N N Vf V1 C Y ~ C —y a LL v a o a j c o 0 o — o CD — n m v Q N c o Z w m v > v o ❑ o« p c v o y z z o o V v— p > > a s Q) C O z o m v v v 0 z O o =y C N N Ul _v N v v N ° Z « H rCo c � —o-- Y vyi N c Y v 3 t 3� E= :° E v w m E '^ B c v v o v v E = V v j v .v. z v v- v t z vi '� E ° `o = c c i- o° a E'^ v v> n c n O 2 C C] OOiN n v w C C O v m O. c ry z z o a E z w p o N `w on o n a v v E a E v o x u vLi c o c a m O$ �n v m ,v -a .« m E c v c o .. .. ° Y v = Z o o v> o C« O O uvi r m C C C o pp 0 U Y Y w 1/af LL E FT F= a m I m — c c c � LL W LL v 6 6� v v v� 4 >o >o a¢ a a a¢ a¢ a °� a a a a a a a a a a v° v 0 l7 u l7 0 l7 0 U' U' v E c E E c > > > > > > > > > E ° v ° o aaaaaaaaawv, �.,0�m v v w m o H N T a Vl--y N N N N N N .'I .i .i •-1 .i rl .i rl 113 West Mountain Street Fayetteville AR 72701 (479) 575-8323 Resolution: 335-21 File Number: 2021-0980 GARVER, LLC: A RESOLUTION TO AUTHORIZE ACCEPTANCE OF AN ARKANSAS DEPARTMENT OF AERONAUTICS GRANT IN TI IE AMOUNT OF $250.000.00, TO APPROVE TASK ORDER NO. 4 WITH GARVER. LLC IN THE AMOUNT OF $45,000.00 FOR DESIGN, BIDDING. AND CONSTRUCTION PHASE: SERVICES ASSOCIATED WITH THE FUEL FARM REHABILITATION PROJECT AT DRAKE FIELD. AND TO APPROVE A BUDGET ADJUSTMENT 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 authorizes Mayor Jordan to accept a grant from the Arkansas Department of Aeronautics in the amount of $250,000.00. Section 2: That the City Council of the City of Fayetteville. Arkansas hereby authorizes Mayor Jordan to sign Task Order No. 4 with Garver. LLC in the amount of $45.000.00 For design. bidding. and construction phase services associated with the Fuel Farm Rehabilitation Project at Drake Field. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 12/21/2021 Page 1 Printed on 12/22/21 Resolution 335-21 File Number, 2021-0980 Attest: xo0L „I IIIIII� � G• CI T-Wa1v r lRi9 •� • IAy •r = Kara Paxton, City Clerk TreaSureFy; emu,. P �O� 1nH,',`��� Page 2 Printed on 12/22/21 City of Fayetteville, Arkansas 113 West Mountain Street _ Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2021-0980 Agenda Date: 12/21/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.26 GARVER, LLC: A RESOLUTION TO AUTHORIZE ACCEPTANCE OF AN ARKANSAS DEPARTMENT OF AERONAUTICS GRANT 1N THE AMOUNT OF $250,000.00, TO APPROVE TASK ORDER NO. 4 WITH GARVER, LLC IN THE AMOUNT OF $45,000.00 FOR DESIGN, BIDDING, AND CONSTRUCTION PHASE SERVICES ASSOCIATED WITH THE FUEL FARM REHABILITATION PROJECT AT DRAKE FIELD, AND TO APPROVE A BUDGET ADJUSTMENT 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 authorizes Mayor Jordan to accept a grant from the Arkansas Department of Aeronautics in the amount of $250,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Task Order No. 4 with Garver, LLC in the amount of $45,000.00 for design, bidding, and construction phase services associated with the Fuel Farm Rehabilitation Project at Drake Field. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 12/22/2021 Summer Fallen Submitted By City of Fayetteville Staff Review Form 2021-0980 Legistar File ID 12/21/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 12/2/2021 AIRPORT SERVICES (760) Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to execute a task order in the amount of $45,000 for Garver, LLC to complete design, bidding, and construction phase services for the proposed Fuel Farm Rehabilitation project at Fayetteville — Drake Field Airport. Staff requests approval to accept a $250,000 grant received from the Arkansas Department of Aeronautics (ADA) at their October 2021 Commission Meeting. Authorization to apply for this grant was received under City Council Resolution 229-21. Staff requests approval for a budget adjustment in the amount of $250,000.00 to recognize the grant funds. 5550.760.3960-5804.00 Account Number 21009.1 Project Number Budgeted Item? Yes Budget Impact: Airport Fund FYV Fuel Farm Rehabilitation Project Title Current Budget $ Funds Obligated $ Current Balance Does item have a cost? Yes Item Cost $ Budget Adjustment Attached? Yes Budget Adjustment $ Purchase Order Number: Remaining Budget 52,000.00 52,000.00 45,000.00 250,000.00 V20210527 Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff Staff/Contract Review Committee FROM: Summer Fallen, Airport Director DATE: December 2, 2021 CITY COUNCIL MEMO SUBJECT: FYV Fuel Farm Rehabilitation — Garver Task Order, Accept Grant Funds, and Approval of a Budget Adjustment RECOMMENDATION: Staff requests approval for the Aviation Division to execute a task order in the amount of $45,000 for Garver, LLC to complete design, bidding, and construction phase services for the proposed Fuel Farm Rehabilitation project at Fayetteville — Drake Field Airport. Staff requests approval to accept a $250,000 grant received from the Arkansas Department of Aeronautics (ADA) at their October 2021 Commission Meeting. Authorization to apply for this grant was received under City Council Resolution 229-21. Staff requests approval for a budget adjustment in the amount of $250,000.00 to recognize the grant funds. BACKGROUND: The fuel farm for the airport continues to have multiple failures that hinder that ability for the airport to extract fuel, which in turn causes availability issues for the flying community. The age of the equipment presents an issue when attempting to purchase replacement parts and service providers often can't address issues due to this. The new NFPA 407 update mandates additional over -fill protection devices to be installed, which will also be added with the funding provided, DISCUSSION: Approval of Task Order 04 will authorize Garver to proceed with design services and bidding services. The project will advertise for bids in Spring 2022. Upon receipt of bids, the Aviation Division will come back to City Council to seek approval to accept the bids, execute the construction contract, and appropriate remaining funds needed. A complete breakdown of the expected project funding is included below. All costs associated with this task order are included in the total project cost. Engineering Services: $45,000.00 ADA: $250,000.00 Construction (Estunated) $307.181.75 City- $ 102.181.75 TOTAL: $352,181.75 TOTAL: $352,181.75 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: The Aviation Division will request any necessary funds at the time City Council approves the bid award to fund the construction contract plus any needed contingency. Attachments: Staff Review Form City Council Memo Garver Task Order 04 Mailing Address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Michael Preston SECRETARY OF COMMERCE ; 01 Jerry Chism DIRECTOR DIVISION OF AERONAUTICS October 20, 2021 FAYETTEVILLE EXECUTIVE AIRPORT COMMISSIONERS ATTN: The Honorable Lioneld Jordan James "Jay" Brain Mayor of Fayetteville Rogers 113 Mountain Street Dr. Richard L Dawe Fayetteville, AR, 72701 Melbourne mavor@favetteville-ar.gov Michael Hutchins De Valls Bluff Dear Mayor Jordan: Edward R. Sanders Hot Springs During the October 20, 2021 meeting of the Arkansas Aeronautics Commission, an Lloyd Wofford 80-20% Grant Request was approved for Fayetteville Executive Airport. The request Jonesboro approved provides funding in the amount of $250,000.00 to rehabilitate the existing Will Dawson fuel farm. Clinton Samuel Jackson This grant has been assigned Grant #4014-21 for identification purposes. When Blytheville corresponding with our office regarding this project, please be sure to use this number. Contact us immediately if you will not be able to complete the project for amount approved. The Commission will not be responsible for any additional project costs unless this Agency has received notification in advance. The Commission has asked that we call your attention to Page Three (3) of your Application for State Airport Aid. This project should be started immediately and completed within one year. To avoid cancellation of the grant, notify us if circumstances beyond your control prevent completion within the allotted time. Payment of this grant will be made upon completion of your project. Please remember that grant funds are contingent upon the Division's appropriation for the fiscal year. Request payment of this grant in writing and include your documentation for the project at that time. Sincere' . r /e C ism, Director cc: tate nator Greg Leding; State Representative Denise Garner /C:kg Arkansas Department of Commerce Division of Aeronautics Clinton National Airport/Adams Field 2315 Crisp Drive • Hangar 8 Little Rock, Arkansas 72202 FLY.ARKANSAS.GOV APPENDIX A-04 TASK ORDER 04 FAYETTEVILLE — DRAKE FIELD AIRPORT FUEL FARM REHABILITATION This TASK ORDER is made as of DuA&hp t---ZL-_ 2021 by and between the CITY OF FAYETTEVILLE of Fayetteville, Arkansas hereinafter referred to as "CITY OF FAYETTEVILLE," and CARVER. LLC, hereinafter referred to as "GARVER", in accordance with the provisions of the AGRF..EMENT FOR PROFESSIONAL ENGINEERING SERVICES executed on November 17, 2020. Under this Task Order, the CITY OF FAYETTEVILLE intends to make the following improvements for the FYV Fuel Farm Rehabilitation project. Improvements will consist primarily of rehabilitation to existing structures and systems associated with the west fuel farm facility. No new tank capacity will be added as part of this project. GARVER will provide professional services related to these improvements as described herein. SECTION 1 -SCOPE OF SERVICES GARVER will provide services as detailed in Exhibit A-04. SECTION 2 — PAYMENT For the work described under SFCTION I - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will pay GARVER on a lump sum basis and cost-plus basis. The table below presents a summary of the fee amounts and fee types for this contract. WORK DESCRIPTION FEE AMOUNT FEE TYPE Bid Package Development $21,500 Lump Sum Lump Sum Bidding Services $6,500 $17,000 Construction Phase Services Cost + FF TOTAL FEE S45,1 Bid Package Development and Bidding Seri ices: The CITY OF FAYETTEVILLE will pay GARVER the lump sum amount not to exceed $28,000. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-04 with approximate current hourly rates for each employee classification. Construction Phase Services: The CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the unburdened hourly payroll rate of each of GARVER's personnel during the performance of these services for work time directly connected with the project, plus payroll and general overhead costs of 183.49% of the unburdened hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus Task Order 04 1 of 2 FYV Fuel Farm Rehabilitation Garver Project No. 21A13212 a fixed fee of $;,S �.9�. Estimated cost of these services, including the fixed fee is $I7,000, The actual total fee may not exceed this estimate without prior approval from the CITY OF FAYETTEVILLE. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit 13-04 with approximate current hourly' rates for each employee classification. Underruns in any phase may be used to offset overruns in another phase as long as the overall contract amount is not exceeded. Expenses other than salary costs that are directly attributable to performance of our professional services will be billed as follows: Direct cost for travel, Fong distance and wireless communications, outside reproduction and presentation material preparation, and mail/courier expenses. Charges similar to commercial rates for reports, plan sheets, presentation materials, etc. The amount allowed by the federal government for mileage with an additional $0.05 for survey trucksvans. Additional Services (Extra Work . For work not described or included in Section I — Scope of Services but requested by the CITY OF FAYETFEVILLE in writing, the CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the rates shown in Exhibit B-04 for each classification of GARVER's personnel, plus overhead, plus 15% profit, plus reimbursable expenses including but not limited to printing, courier service, reproduction, and travel. SECTION 3—EXHIBITS 3.1 The following Exhibits are attached to and made a part of this Agreement: 3.1.1 Exhibit A-04 Scope of Services 3.1.2 Exhibit B-04 Manhour Tables This Agreement may be executed in two (2) or more counterparts each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Approval and acceptance of this Task Order, including attachments listed in SECTION 3 —EXHIBITS, shall incorporate this document as part of the Agreement. Carver is authorized to begin performance upon receipt ofa copy of this Task Order signed by the CITY OF FAYET"IEVILLE. The effective date of this Task Order shall be the last date written below. CITY 01- FA ET`I'EVILLE, ARKANSAS GARVER Digitally signed by Michael J. Griffin By By: jam/ '(t7✓� Date: 2021.11.18 Ma r, l oneld Jo 09.57t8-v6'00' v ATTEST: d Y' City Clerk Task Order 04 FYV Fuel Farm Rehabilitation ,011111111111," r•�'Fq ��•'•C,\T Y O,�'.S • : � 11#e j1t ',,,,�� Ip.i11Lt1� ��♦ 2of2 Senior Vice President _ Garver Project No. 21 A 13212 a EXHIBIT A-04 — SCOPE OF SERVICES FAYETTEVILLE — DRAKE FIELD AIRPORT FUEL FARM REHABILITATION Generally, the Scope of Services includes the following professional services for improvements to the West Fuel Farm at Fayetteville — Drake Field Airport. Improvements will consist primarily of the rehabilitation of existing equipment as further described below. • Bid Package Development • Bidding Services • Construction Phase Services A.1 Bid Package Development A.1.1 General Garver will prepare performance -based construction documents, specifications, instructions to bidders, and general provisions and special provisions, all based on guides furnished to Garver by the Owner and FAA, or internally developed by Garver. Contract Documents (Plans, Specifications, and Estimates) will be prepared for award of one (1) construction contract. These designs shall conform to the standards of practice ordinarily used by members of GARVER's profession practicing under similar conditions. The following improvements to the fuel farm will be included in the bid package: • Refueling Rack Shutoff System • Electronic Fuel Tank Gauges • Jet -A Offload Check Valve • Overfill Prevention Valves • 30-Second Relaxation Chambers • 250 GPM Pump and Motor • Refueling Rack Hose w/ Nozzle • Electronic Sump Pumps w/ Incidentals • New Fuel Inspection Awning • Tank Sandblasting and Painting A.1.2 Owner / Aoencv Coordination Garver's project manager and/or design team will coordinate with the Owner as necessary to coordinate design decisions, site visits, document procurement, or other design needs. A.1.3 Quality Control Garver will develop a project specific quality control plan. The quality control plan will include the project background and scope, stakeholder contact information, project team and roles, design criteria, project schedule, and quality control procedures. Garver will complete a quality control review prior to any design submission to Owner. QC reviews will be completed by a project manager. Weekly internal progress meetings will be held during all design phases to ensure adequate quality control throughout the design phases. Exhibit A-04 — Scope of Services FYV Fuel Farm Rehabilitation Garver Project No. 21Al3212 U7 CARVER A.1.4 Construction Safety and Phasing Plan Garver will develop a construction safety and phasing plan (CSPP) for the project, Garver will submit and prepare to the FAA for airspace clearance for construction equipment on the Obstruction Evaluation and Airport Airspace Analysis (OE/AAA) website and coordinate with FAA representatives_ A.1.5 Existing Conditions Review A.1.5.1 Record Document Review Garver will review record document data from the vicinity of the construction site to evaluate existing conditions. Record document data may include record drawings, record surveys, utility maps, GIS data, and previous design reports. A.1.5.2 Site Visits Garver's civil engineers will perform a single site visit to the project site to review existing conditions and record document data. A.1.6 Plan Set Development Garver will develop a performance specification outlining the Owner's preference for the fuel system and general guidance for the fuel system design. Garver will not provide detailed drawings of the fuel system, its foundation, structural or piping elements. The detailed design of the fuel system and all of its appurtenances and elements will be delegated to the bidders/contractors proposing on the system. The drawings provided by the bidder/contractor shall be stamped by licensed engineer in the state of Arkansas and shall reference the applicable building and fire codes. The drawings are intended to direct the final design to the construction contractor, who shall be responsible for the completed engineering design The following matrix details the plan drawings to be included in each design submittal. Plan Set DesignPhase 100% Issued for Bid Cover Sheet and Sheet Index X General Notes X Project Layout and Survey Control Plan X Construction Safety Plans X Construction Safety Details X Demolition Plans X Site and Erosion Control Plan X Miscellaneous Details X A.1.7 Specifications and Contract Documents A.1.7.1 Technical Specifications Detailed specifications shall be developed using FAA "Standards for Specifying Construction for Airports" AC 150/5370-10 (latest edition) or other appropriate standards approved for use by the FAA. Additional supplementary specifications will be developed for project requirements not covered by FAA AC150/5370- Exhibit A-04 — Scope of Services FYV Fuel Farm Rehabilitation Garver Project No. 21A13212 10 or when state or local standards are approved by the FAA. The specifications produced by Garver for the fuel system shall be considered performance specifications and will not include any mechanical or structural design for the fuel system. The performance specifications are intended to direct final design to the construction contractor, who shall be responsible for the completed engineering design. A.1.7.2 Construction Contract Documents Garver will develop construction contract documents based on EJCDC standards. A specimen copy of the General Provisions and applicable prevailing wage rates will be obtained by Garver from the FAA and/or Department of Labor as appropriate for incorporation into the specifications for the proposed project. Final construction contract documents will be submitted to the Owner for final review and approval. A.1.8 Quantities and Engineer's Opinion of Probable Cost Garver will develop detailed quantities in PDF format for use in construction cost estimating for each design phase. Quantities will be completed by pay item. Upon the completion of quantity development, Garver will review previous cost data and market conditions and complete an Engineer's Opinion of Probable Cost. A.1.9 SPCC Plan Updates Garver will update the Airport's SPCC Plan for the newest EPA requirements. A.1.10 Design Services Submission and Meeting Summary The following design submittal phases shall be included in the fee summary. A summary of each design phase and the associated review meetings is included below. A.1 10.1 100% Issued for Bid (IFB) Garver will develop 100% IFB plans and specifications and submit these to the Owner for review. It is anticipated that the Owner will review the IFB submission within two weeks. A.2 Bidding Services Garver will assist the Owner in advertising for and obtaining bids or negotiating proposals for one prime contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued. The Owner will pay advertising costs outside of this contract. Garver will issue addenda as appropriate to interpret, clarify or expand the Bidding Documents. Garver will consult with and advise the Owner as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the prime contractor(s) (herein called "Contractor(s)") for those portions of the work as to which such acceptability is required by the Bidding Documents. Garver will consult with the Owner concerning and determine the acceptability of substitute materials and equipment proposed by Contractor(s) when substitution prior to the award of contracts is allowed by the Bidding Documents. Garver will attend the bid opening virtually, prepare a bid tabulation, and assist the Owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. Garver will assist the Owner in the execution of all contract documents and furnish a sufficient number of executed documents for the Owner, Contractor and ADA. Exhibit A-04 — Scope of Services FYV Fuel Farm Rehabilitation Garver Project No. 21Al3212 A.3 Construction Phase Services During the construction phase of work, Garver will accomplish the tasks below. A.3.1 Submittals Garver will evaluate and respond to construction material submittals and shop drawings. Corrections or comments made by Garver on the shop drawings during this review will not relieve Contractor from compliance with requirements of the drawings and specifications. The check will be for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor will be responsible for confirming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction, coordinating his work with that of all other trades, and performing his work in a safe and satisfactory manner. Garver's review shall not constitute approval of safety precautions or constitute approval of construction means, methods, techniques, sequences, procedures, or assembly of various components. When certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, either directly or implied for a complete and workable system, Garver shall be entitled to rely upon such submittal or implied certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents. A.3.2 Notice to Proceed & Preconstruction Meeting Garver will issue a Notice to Proceed letter to the Contractor and attend preconstruction meeting. Garver will provide meeting minutes for submission to all parties at the conclusion of the meeting. A.3.3 Owner Coordination Garver will consult with and advise the Owner during the construction period. Garver will submit, when requested by the Owner, written reports to the Owner on the progress of the construction including any problem areas that have developed or are anticipated to develop. A.3.4 RFIs Garver will issue instructions to the Contractor on behalf of the Owner and issue necessary clarifications (respond to RFIs) regarding the construction contract documents A.3.5 Progress Payments Garver will prepare Contractor's progress payment requests based on the actual quantities of contract items completed and accepted and will make a recommendation to the Owner regarding payment. Garver's recommendation for payment shall not be a representation that Garver has made exhaustive or continuous inspections to (1) check the quality or exact quantities of the Work; (2) to review billings from Subcontractors and material suppliers to substantiate the Contractor's right to payment; or (3) to ascertain how the Contractor has used money previously paid to the Contractor. Garver will provide two progress payments to the contractor, the first at 50% completion and the second at 100% completion. Any additional payments will be considered additional services. Exhibit A-04 — Scope of Services FYV Fuel Farm Rehabilitation Garver Project No. 21All 3212 A.3.6 Record Drawings Garver will maintain a set of working drawings and provide information for preparation of record drawings of the completed project. This information will be incorporated into final record drawings completed as part of Closeout Services and final record drawings will be provided to the Owner after project completion. A.3.7 Change Orders When authorized by the Owner, Garver will prepare change orders or supplemental agreements for changes in the work from that originally provided for in the construction contract documents. If redesign or substantial engineering or surveying is required in the preparation of these change order documents, the Owner will pay Garver an additional fee to be agreed upon by the Owner and Garver. A.3.8 Final Inspection Garver will participate in a pre -final walkthrough with the Owner where Garver will prepare a punch list. The punch list and final inspection will be performed by the Owner at a time directed by the engineer. After receiving confirmation that the punch list items have been completed, Garver will review final project closeout documents, and submit the final pay request. A.3.9 Construction Observation Services Garver will provide part-time Resident Project Representative (RPR) services for the 60-calendar-day construction contract performance time. The proposed fee is based on 10 site visits during the contract time. Two of the visits will coincide with critical points of construction and one will coincide with the final commissioning of the system. If the construction time extends beyond the time established in this agreement or if the Owner wishes to increase the time or frequency of the observation, the Owner will pay Garver an additional fee agreed to by the Owner and Garver. All RPR personnel shall have the appropriate experience and qualifications. During the construction period, Garver's RPR will provide or accomplish the following: 1. Consult with and advise the Owner during the construction period. Garver will submit, when requested by the Owner, written reports to the Owner on the progress of the construction including any problem areas that have developed or are anticipated to develop. 2. As necessary, conduct safety meetings with the Contractor. 3. Coordinate with the firm providing construction materials quality assurance testing. Coordinate with this firm to ensure that all material tests required for construction are scheduled and accomplished in a manner that will not delay the Contractor unnecessarily and will meet specification requirements as to location and frequency. 4. Perform intermediate inspections in advance of the final inspection. 5. Maintain a file of quantities incorporated into the work, test reports, certifications, shop drawings and submittals, and other appropriate information. 6. Monitor the contractor's conformance to the approved construction safety and phasing plan. In performing construction observation services, Garver will endeavor to protect the Owner against defects and deficiencies in the work of the Contractor(s); but Garver does not guarantee the performance of the Contractor(s), nor is Garver responsible for the actual supervision of construction operations. Garver does not guarantee the performance of the contracts by the Contractors nor assume any duty to supervise safety procedures followed by any Contractor or subcontractor or their respective employees or by any other person at the job site. However, if at any time during construction Garver observes that the Contractor's work does not comply with the construction contract documents, Garver will notify the Contractor of such non-compliance and instruct him to correct the deficiency and/or stop work, as appropriate for the situation. Exhibit A-04 — Scope of Services FYV Fuel Farm Rehabilitation Garver Project No. 21Al3212 GARVER Garver will also record the observance, the discussion, and the actions taken. If the Contractor continues without satisfactory corrective action, Garver will notify the Owner immediately, so that appropriate action under the Owner's contract with the Contractor can be taken. A.4 Project Deliverables The following deliverables will be submitted to the parties identified below. Unless otherwise noted below, all deliverables shall be electronic. 100% Issued for Bid Plans and Specifications to the Owner. Issued for Construction Plans and Specifications to the Owner, Contractor, and ADA. a. Three hard copies to the Contractor Approved submittals to the Contractor. Record Plans and Specifications to the Owner and ADA. a. One hard copy to the Owner. Other electronic files as requested. A.5 Additional Services The following items are not included under this agreement but will be considered as additional services to be added under Amendment if requested by the Owner- 1 . Redesign for the Owner's convenience or due to changed conditions after previous alternate direction and/or approval. 2. Deliverables beyond those listed herein 3. Pavement Design 4. Design of any utility relocation. 5. Engineering, architectural, or other professional services beyond those listed herein 6. Retaining walls or other significant structural design. 7. Preparation of a Storm Water Pollution Prevention Plan (SWPPP). The construction contract documents will require the Contractor to prepare, maintain, and submit a SWPPP to DEQ. 8. Construction Materials Testing. 9. Environmental Handling and Documentation, including wetlands identification or mitigation plans or other work related to environmentally or historically (culturally) significant items. 10. Services after construction, such as warranty follow-up, operations support, and Part 139 inspection support. 11. Aboveground Storage Tank Installation Permit from State Fire Marshal or any other Federal, State, or local permits. 12. New tanks or any other capacity changes to the fuel farm. A.6 Schedule Garver shall begin work under this Agreement upon execution of this Agreement and shall complete the work within a mutually agreeable schedule with the Owner. Exhibit A-04 — Scope of Services FYV Fuel Farm Rehabilitation Garver Project No. 21Al3212 Exhibit B-04 FAYETTEVILLE - DRAKE FIELD FUEL FARM REHABILITATION Final Design WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 T-1 D-1 X-1 $62A0 $53.12 $43.92 $37.83 $27.59 $35.31 $21.66 hr hr hr hr hr hr hr 1. Project Administration Coordination with Client 4 4 Site Visit 6 6 6 Progress Meeting 2 4 ADA Grant Administration 1 4 Subtotal - Project Administration 13 0 6 18 0 0 0 2. Civil Engineering Final Plans General Notes 1 1 2 Project Layout and Survey Control Plan 1 1 4 Construction Safety and Phasing Plans 2 2 8 Demolition Plan 2 4 8 Site Plan 2 4 12 Fuel Farm Details 2 2 8 Coordination Meeting with Suppliers 4 Airspace Analysis 2 Specifications/Contract Documents 2 4 Opinion of Probable Construction Cost 1 2 Quality Control Review 4 4 8 SPCC Update 1 14 u o a- Civil Engineering 24 0 0 24 50 14 0 3. Electrical Engineering Panel Calculations 4 8 Subtotal - Electrical Engineering 0 4 0 8 0 0 0 Hours 37 4 6 50 50 14 0 Salary Costs $2,297.70 $212.48 $263.52 $1,891.50 $1.379.50 $494.34 $0.00 SUBTOTAL - SALARIES: $6,539.04 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $11,998.48 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $106,85 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Computer Modeling/Software Use $50.00 Travel Costs $25.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $181.85 SUBTOTAL: $18,719.37 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE TOTAL FEE: $2,780.63 $21,500.00 Exhibit B-04 FAYETTEVILLE - DRAKE FIELD FUEL FARM REHABILITATION Bidding Services WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 T-1 D-1 X-1 $62.10 $53.12 $43.92 $37 83 $27.59 $35.31 $21.66 hr hr hr hr hr hr hr 1. Civil Engineering Dispense plans and specs to prospective bidders 2 6 Addendums/Inquiries 2 4 4 Bid Opening 4 4 Prepare bid tabulation 1 Evaluate bids and recommend award 2 4 Prepare construction contracts 2 4 5 Notice to Proceed 1 2 au o ai - Civii engineering 13--T 0 0 1 25 1 4 0 5 Hours 13 0 0 25 4 0 5 Salary Costs $807 30 $0 00 $0 00 $945.75 $110 36 $0 00 $108.30 SUBTOTAL - SALARIES: $1,971.71 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $3,617.89 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $50 00 Postage/Freight/Courier $21.96 Office Supplies/Equipment $0 00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $71.96 SUBTOTAL: $5,661.56 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $838.44 TOTAL FEE: $6,600.00 Exhibit B-04 FAYETTEVILLE - DRAKE FIELD FUEL FARM REHABILITATION Construction Phase Services WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 T-1 D-1 X-1 $62.10 $53.12 $43.92 $37.83 $27.59 S35.31 $21.66 hr hr hr hr hr hr hr t. Civil Engineering Owner Coordination 4 8 Preconstruction Meeting 2 4 RFIs 2 8 Monthly Pay Requests 2 B Shop Drawings/Material Submittals 4 8 Record Drawings 1 4 8 Construction Management (10 Site Visits) 40 Final Project Inspection and Punchlist 2 3 Subtotal - Civil engineering 17 0 0 83 8 0 0 Hours 17 0 Salary Costs $1.055.70 $0.00 SUBTOTAL - SALARIES: $4,416.31 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $8,103.49 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $2.23 Postage/Freight/Couder $0.00 Travel Costs $100.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $102.23 SUBTOTAL: $12,622.03 SUBCONSULTANTS FEE: $2,500.00 PROFESSIONAL FEE $1,877.97 TOTAL FEE: $17,000.00 0 83 8 0 0 $0.00 $3,139 89 $220.72 $0.00 $0 00 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number AIRPORT SERVICES )760) 2021 /Org2 Requestor: Dee McCoy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff requests approval for a budget adjustment in the amount of $250,000.00 to accept an Arkansas Department of Aeronautics Grant for the Fuel Farm Rehab project. COUNCIL DATE: 12/21 /2021 LEGISTAR FILE ID#: 2021-0980 H O-L� 3 La.c k 121312021 2:05 PM Budget Director Date TYPE: D - (City Council) JOURNAL #: 12/21/2021 GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL 250,000 250,000 v.20211122 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 5550.760.3960-5804.00 215,500 21009 1 EX Building Costs 5550.760.3960-5860.02 45,000 21009 1 EX Capital Prof Svcs - Engineering/Architects 5550.760,3960-4302,00 - 250,000 21009 1 RE State Grants - Capital 5550.760.3955-5100.00 (10,500) - EX Salaries/Wages - FT, Regular H:\Budget Adjustments\2021 _Budget\City Council\12-21-2021 \2021-0980 BA Airport Fuel Farm Grant,xlsm 1 of 1