Loading...
HomeMy WebLinkAbout98-15 RESOLUTIONRESOLUTION NO. 98-15 A RESOLUTION TO APPROVE TASK ORDER NO. 2 WITH GARVER, LLC FOR DESIGN WORK, BIDDING SERVICES, CONSTRUCTION PHASE SERVICES, MATERIALS TESTING AND CLOSEOUT SERVICES ASSOCIATED WITH THE AIRPORT TERMINAL APRON REHABILITATION PROJECT IN AN AMOUNT NOT TO EXCEED $73,000.00, 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 approves Task Order No. 2 with Garver, LLC for design work, bidding services, construction phase services, materials testing, and closeout services associated with the airport terminal apron rehabilitation project in an amount not to exceed $73,000.00. 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 and made a part hereof. PASSED and APPROVED this Stn day of May, 2015. ATTEST: By: Atzw� - if "at� SONDRA E. SMITH, City Clerk Treasurer A, ; • G\7 Y Off' •.G'`., _'; FAYETTEVILLE°�"= Wiz•• 9 ;�� PkANSp � GTON •G����e. 1111111uttv`` City of Fayetteville, Arkansas 113 West Mountain Street _ Fayetteville, AR 72701 (479) 575-8323 7, Text File File Number: 2015-0207 Agenda Date: 5/5/2015 Version: 1 Status: Passed In Control: City Council File Type: Resolution Agenda Number: A. 9 GARVER, LLC TASK ORDER NO. 2 A RESOLUTION TO APPROVE TASK ORDER NO. 2 WITH GARVER, LLC FOR DESIGN WORK, BIDDING SERVICES, CONSTRUCTION PHASE SERVICES, MATERIALS TESTING AND CLOSEOUT SERVICES ASSOCIATED WITH THE AIRPORT TERMINAL APRON REHABILITATION PROJECT IN AN AMOUNT NOT TO EXCEED $73,000.00, 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 approves Task Order No. 2 with Garver, LLC for design work, bidding services, construction phase services, materials testing, and closeout services associated with the airport terminal apron rehabilitation project in an amount not to exceed $73,000.00. 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 and made a part hereof. City of Fayetteville, Arkansas Page 1 Printed on 51612015 City of Fayetteville Staff Review Form 2015-0207 Legistar File ID 5/5/2015 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item John J. Roscoe �� 4/16/2015 Aviation / Transportation Services Department Submitted By Submitted Date Division / Department Action Recommendation: 1) A Resolution to authorize, signature of the Mayor, on Task Order 02 with Garver LLC., C/O Adam T. White, 2049 East Joyce Blvd, Fayetteville, AR, 72703, 479-527-9100, ATWhite@GarverUSA.com, that provides for Engineering Services associated with the Airport Terminal Apron Rehabilitation Project. 2) Authorize a Budget Adjustment in the amount of $73,000. 5550.3960.5314.00 Account Number 14014 2 Project Number Budget Impact: Airport Fund Airport Terminal Apron Rehabilitation Project Title Budgeted Item? No Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget $ 12,964.00 $ _.__...„_._...----- 12, 964.00 --------- .­__._...... ....... _...... $ 73,000.00 $ 73,000.00 i V20140710 Previous Ordinance or Resolution # Original Contract Number: Comments: Approval Date: CITY OF Orays . ARKANSAS MEETING OF MAY 5, 2015 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Staff/Contract Review Committee Terry Gulley, Transportation Director CITY COUNCIL AGENDA MEMO FROM: John J. Roscoe, Airport Director° DATE: 4/15/15 SUBJECT: Garver, LLC - Task Order 02 Legistar Item # 2015-0207 _..w... _.._. __......._......._..,.._M___. _....-.v.__.._ .__._........ RECOMMENDATION: Staff requests approval of a Resolution to authorize Task Order 02 with Garver, LLC, for Engineering Services associated with the Airport Terminal Apron Rehabilitation Project. BACKGROUND: The FAA requires Airports to have a consulting engineer under contract in order to apply for and receive grants. The Airport recently concluded a Request for Qualifications process, choosing Garver, LLC, as the new Airport Consulting Engineer. The Airport plans to utilize Arkansas State Department of Aeronautics funding to perform rehabilitation of the concrete surface of the Airport Terminal aircraft parking area. DISCUSSION: McClelland Consulting Engineers (MCE) was the Airport's previous "on -contract" CE firm as required by the FAA. They were, under that contract and with a Task Order, requested to accomplish the Design through Bid Stage of a project to perform a global rehabilitation of the terminal apron with a surface treatment. Upon inspection by City staff of an airport with a concrete rehabilitation with a similar surface treatment product, the Airport determined that the global surface treatment was not a sensible approach. MCE then began investigating other possible global rehabilitation alternatives. The revised rehabilitation alternatives would require approximately $1.2M dollars whereas the City would only be able to obtain approximately half of the project amount through the Airport's FAA entitlement funds. Additionally, during this period of time our Contract expired with MCE and the City, through the RFQ process selected Garver as our new CE firm. Pursuant to our original contract with MCE, under SECTION XV — POSTPONMENT 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 Mailing Address: 113 W. Mountain Street �v4�tfiayettevil}e-ar.yov Fayetteville, AR 72701 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 be performed. Based upon the global rehabilitation alternatives proposed by MCE, the Airport determined that global apron repairs were not feasible without significant cost to the City. As a result, the scope of the apron rehabilitation was modified and the Airport began exploring isolated apron rehabilitation alternatives. With Garver's assistance, the Airport determined that isolated apron repairs could be performed under the recently released Arkansas Department of Aeronautics $500K matching 90/10 grant. This grant would allow the Airport to construct a $555,000 project with a City share of only $55,000. By pursuing the apron rehabilitation under this grant, the airports FAA entitlement bank would not be impacted and could be used on other critical airport projects. Finally, due to the Fact that Garver is the Airport's new on -contract CE firm with the authority to interact with State and Federal Agencies on the Airport and City's behalf for the funding associated with the project, plus the change in the Scope of the project, it is in the COF's best interest to have Garver accomplish a new design through bid phase of the terminal apron rehab project. Task Order 02 Garver provides for design work, bidding services, construction phase services, materials testing and closeout services associated with the Terminal Apron Rehabilitation project. Garver's fee for services is $73,000. The total project cost of $555,000 is eligible for 90% reimbursement to the Airport up to $500,000 through a 90/10 grant from the Arkansas Department of Aeronautics. BUDGET/STAFF IMPACT: The Airport will commit a portion of its fund balance reserve, approximately $55,000, in order to match 10% of the total project cost to the State's 90% grant: Attachments: SRF, SRM, Task Order 02 Budget Adjustment Purchase Request Sub Project Maintenance Form Sub Project Request: Project Number Sub Project Number Sub Project Title (40 char) Sub Project Abbv (15 char) Sub Project Status Sub Project Division Scheduled Start Date Scheduled Ending Date Actual Start Date Actual Ending Date GLACCOUNT# 5550.3960.5314.00 New Sub Project 2 Garver Engineering 22 Char Le GvrEng 9 Char Left Pending D810 Aviation <= Double Click Date Cells <= Double Click Date Cells <= Double Click Date Cells <= Double Click Date Cells Need Add to Account Description Setup Add/Delete RCA RD Professional services Description/Justification of Recrn sf Engineering services associated with the Airport Terminal Apron Rehabilitation project. Comprising design work, bidding services, construction phase services, materials testing and closeout services associated with the project JNicholson Requested By Entered By J:\James\2014\Capital Projects\TerminalApronRehab\Project Accounting Form_1 Terminal Apron Rehabilitation APPENDIX A-2 TASK ORDER 02 FAYETTEVILLE MUNICIPAL AIRPORT (FYV) TERMINAL APRON REHABILITATION This TASK ORDER is made as of ! 117 , 2015 by and between the CITY OF FAYETTEVILLE of FayettevilJe, Arkansas hereinafter referred to as "CITY OF FAYETTEVILLE," and GARVER, LLC, hereinafter referred to as "GARVER", in accordance with the pr v 'ors o 'he AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES executed on 4i�j Under this Work Order, the CITY OF FAYETTEVILLE intends to make the following improvements for the FYV Terminal Apron Rehabilitation project. Rehabilitate the existing concrete terminal apron through various rehabilitation methods including, but not limited to, corner spall repair, joint spall repair, crack repair, and concrete slab replacement. 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-2. SECTION 2— PAYMENT For the work described under SECTION l - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will pay GARVER on a lump sum and hourly rate basis. The CITY OF FAYETTEVILLE represents that funding sources are in place with the available funds necessary to pay GARVER. 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 $24,000 Lump Sum Bidding Services $6,000 Lump Sum Construction Phase Services $37,000 Hourly Materials Testing Services $3,000 Cost Closeout Services $3,000 Lump Sum TOTAL FEE $73,000 Task Order 02 1 of 3 FYV Terminal Apron Rehabilitation Garver Project No. 15041211 Bid Package Development, Bidding Services, and Closeout Services: The lump sum amount to be paid under this agreement is $33,000. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-2 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 ofGARVER's personnel during the performance of these services multiplied by a 3.20 markup plus reimbursable expenses including but not limited to printing, courier service, reproduction, and travel. The total amount paid to GARVER under this agreement is estimated to be $37,000. The actual total fee may not exceed this estimate. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-2 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: I. Direct cost for travel, long distance and wireless communications, outside reproduction and presentation material preparation, and mail/courier expenses. 2. Charges similar to commercial rates for reports, plan sheets, presentation materials, etc. 3. The amount allowed by the federal government for mileage with an additional $0.05 for survey trucks/vans. Materials Testing Services: The fee for Materials Testing Services will be negotiated with Grubbs, Hoskyn, Barton, & Wyatt, as a subconsultant to GARVER, and is estimated to be approximately $3,000. The CITY OF FAYETTEVILLE will pay GARVER the direct cost submitted by GARVER for these services. Any unused portion of the fee, due to delays beyond GARVER's control, will be increased 6% annually with the first increase effective on or about July 1, 2016. Additional Services (Extra Work). For work not described or included in Section 2— Scope of Services but requested by the CITY OF FAYETTEVILLE in writing, the CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the rates shown in Exhibit B-2 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. The rates shown in Appendix B will be increased annually with the first increase effective on or about July 1, 2015. SECTION 3 -EXHIBITS 3.1 The following Exhibits are attached to and made a part of this Agreement: 3.1.1 Exhibit A-2 Scope of Services 3.1.2 Exhibit B-2 Rate Schedule & Fee Tables 3.1.3 Exhibit C-2 Project Exhibit 3.1.4 Exhibit D-2 Conceptual Cost Estimate 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. Task Order 02 2 of 3 FYV Terminal Apron Rehabilitation Garver Project No. 15041211 Approval and acceptance of this Task Order, including attachments listed in SECTION 3 -EXHIBITS, shall incorporate this document as part of the Agreement. Garver is authorized to begin performance upon receipt of a copy of this Task Order signed by the CITY OF FAYETTEVILLE. The effective date of this Task Order shall be the last date written below. CITY OF FAY By. M ,L neld JS VILLE, ARKANSAS ATTEST: By:®L a- City Clerk ��:`>•. • G\T Y JO FAYETTEVILLE: � �y•�ANSP ,. Task Order 02 3 of 3 FYV Terminal Apron Rehabilitation GARVER 1V4( -'/21.1. 2015.04.15 , 4,11:15:41-0500' Title: Senior Vice President Garver Project No. 15041211 EXHIBIT A-2 - SCOPE OF SERVICES FAYETTEVILLE MUNICIPAL AIRPORT (FYV) TERMINAL APRON REHABILITATION 2.1 General Generally, the scope of services includes bid package development, bidding services, construction phase services, materials testing services, and closeout services for improvements to Fayetteville Municipal Airport. Improvements will consist primarily of rehabilitating the existing concrete terminal apron. 2.2 Bid Package Development 2.2.1 Construction Safet.. yPlans GARVER will develop construction safety plans for the CITY OF FAYETTEVILLE's review prior to inclusion in the bid package. Construction safety plans will also be coordinated with the Air Traffic Controllers. Construction phasing will be designed to limit the construction impact on aircraft operations. - 2.2.2 Airspace Analysis GARVER will prepare and submit the project to the FAA for airspace clearance on the Obstruction Evaluation and Airport Airspace Analysis (OE -AAA) website and coordinate this with FAA representatives. 2.2.3 Final Plans and Specifications GARVER will prepare detailed construction drawings, specifications, instructions to bidders, and general provisions and special provisions, all based on guides furnished to GARVER by the CITY OF FAYETTEVILLE and AHTD. Contract Documents (Plans, Specifications, and Estimates) will be prepared for award of one (1) construction contract. These designs shall be in accordance with sound engineering principles. Detailed specifications shall be developed using FAA "Standards for Specifying Construction for Airports" AC 150/5370-10 (latest edition), AHTD Standard Specifications, or other appropriate standards. A specimen copy of applicable prevailing wage rates will be obtained by GARVER from the Arkansas Department of Labor as appropriate for incorporation into the specifications for the proposed project. GARVER will furnish plans to the CITY OF FAYETTEVILLE for bidding and coordination purposes. 2.3 Bidding Services GARVER will assist the CITY OF FAYETTEVILLE in advertising for and obtaining bids or negotiating proposals for one separate prime contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, and receive and process deposits for Bidding Documents. The CITY OF FAYETTEVILLE 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 CITY OF FAYETTEVILLE as to the acceptability of subcontractors, suppliers Exhibit A-2 - Scope of Services 1 of 4 FYV Terminal Apron Rehabilitation Garver Project No. 15041211 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 CITY OF FAYETTEVILLE concerning and to 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, prepare bid tabulation sheets and assist the CITY OF FAYETTEVILLE in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. GARVER will assist the CITY OF FAYETTEVILLE in the execution of all contract documents and furnish a sufficient number of executed documents for the CITY OF FAYETTEVILLE and Contractor. 2.4 Construction Phase Services During the construction phase of work, GARVER will accomplish the following: I. Support the CITY OF FAYETTEVILLE's improvement plan by accomplishing preliminary planning, and/or engineering work as directed by the CITY OF FAYETTEVILLE. The work shall include the preparation of opinions of costs, preliminary plans, applications for local, state, and federal funds, and services required to support the CITY OF FAYETTEVILLE's applications for funds. 2. Issue a Notice to Proceed letter to the Contractor and attend the preconstruction meeting. 3. Attend progress/coordination meetings with the CITY OF FAYETTEVILLE /Contractor. 4. 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 only 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. 5. Consult with and advise the CITY OF FAYETTEVILLE during the construction period. GARVER will submit, when requested by the CITY OF FAYETTEVILLE, written reports to the CITY OF FAYETTEVILLE on the progress of the construction including any problem areas that have developed or are anticipated to develop. 6. Issue instructions to the Contractor on behalf of the CITY OF FAYETTEVILLE and issue necessary clarifications (respond to RFIs) regarding the construction contract documents. 7. Review the Contractor's progress payment requests based on the actual quantities of contract items completed and accepted, and will make a recommendation to the CITY OF FAYETTEVILLE 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. Exhibit A-2 - Scope of Services 2 of 4 FYV Terminal Apron Rehabilitation Garver Project No. 15041211 8. Maintain a set of working drawings. 9. Provide part-time resident construction observation services for the 60 -calendar -day construction contract performance time. The proposed fee is based on approximately 4 hours per day, 5 days per week, during the construction contract performance time, plus an additional 15 days for weather or other delays. If the construction time extends beyond the time established in this agreement or if the CITY OF FAYETTEVILLE wishes to increase the time or frequency of the observation, the CITY OF FAYETTEVILLE will pay GARVER an additional fee agreed to by the CITY OF FAYETTEVILLE and GARVER. 10. When authorized by the CITY OF FAYETTEVILLE, prepare change orders or supplemental agreements, as appropriate, for ordering changes in the work from that originally shown on the Plans and Specifications. If re -design or substantial engineering is required in the preparation of these documents, payment for extra services involved will be made in addition to the payment provided in basic engineering services. 11. Participate in final project inspection, prepare punch list, review final project closeout documents, and submit final pay request. Construction observation services will be provided by GARVER's Resident Project Representative, who will provide or accomplish the following: • Consult with and advise the CITY OF FAYETTEVILLE during the construction period. • Coordinate with the firm providing construction materials quality assurance testing. Coordinate with this firm to insure 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. • Maintain a file of quantities incorporated into the work, test reports, certifications, shop drawings and submittals, and other appropriate information. • Maintain a project diary which will contain information pertinent to each site visit. • Prepare requests for monthly and final payments to the Contractor. In performing construction observation services, GARVER will endeavor to protect the CITY OF FAYETTEVILLE 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. GARVER will also record the observance, the discussion, and the actions taken. If the Contractor continues without satisfactory corrective action, GARVER will notify the CITY OF FAYETTEVILLE immediately, so that appropriate action under the CITY OF FAYETTEVILLE's contract with the Contractor can be taken. As a minimum, GARVER's project engineer or his qualified representative will visit the site of the work on the average of once during each fifteen (15) working days of the construction period. These visits should be scheduled to coincide with each new phase of construction and other times when his presence is desirable. GARVER's project engineer or his qualified representative will be available at all times work is in progress for telephone contact by the construction observer. GARVER's project engineer shall direct, supervise, advise, and counsel the construction observer in the accomplishment Exhibit A-2 - Scope of Services 3 of 4 FYV Terminal Apron Rehabilitation Garver Project No. 15041211 of his duties. 2.5 Closeout Services During closeout services, GARVER. will assist the CITY OF FAYETTEVILLE in the final drawdown of their ADA grant. In addition, GARVER will prepare a set of record drawings for the CITY OF FAYETTEVILLE. 2.6 Project Deliverables The following will be submitted to the CITY OF FAYETTEVILLE, or others as indicated, by GARVER: I. One copy of the Final Design with opinion of probable construction cost. 2. Three copies of the Final Plans and Specifications to the Contractor. 3. One hard copy set of Record Drawings. 4. Electronic files as requested. 2.7 Extra Work The following items are not included under this agreement but will be considered as extra work: I. Redesign for the CITY OF FAYETTEVILLE's convenience or due to changed conditions after previous alternate direction and/or approval. 2. Submittals or deliverables in addition to those listed herein. 3. Geotechnical Investigation 4. Preparation of a Storm Water Pollution Prevention Plan (SWPPP). The construction contract documents will require the Contractor to prepare, maintain, and execute a SWPPP. 5. Construction materials testing. 6. Environmental Handling and Documentation, including wetlands identification or mitigation plans or other work related to environmentally or historically (culturally) significant items. 7. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR. Extra Work will be as directed by the CITY OF FAYETTEVILLE in writing for an additional fee as agreed upon by the CITY OF FAYETTEVILLE and GARVER. 2.8 Schedule GARVER shall begin work immediately upon receipt of the executed task order and shall complete the work within a mutually agreeable schedule. Exhibit A-2 - Scope of Services 4 of 4 FYV Terminal Apron Rehabilitation Garver Project No. 15041211 EXHIBIT B-2 FYV TERMINAL APRON REHABILITATION Garver Hourly Rate Schedule Classification Rates Engineers /Architects E-1 ... ......... ......... ........ ........ ........................ $ 31.10 E-2.............................................................................. $ 36.00 E-3.............................................................................. $ 43.70 E-4.............................................................................. $ 51.00 E-5.............................................................................. $ 62.20 E-6.............................................................................. $ 78.00 E-7.............................................................................. $ 103.00 Planners-/ Environmental Specialist P-1 ... ......... ......... ............................... ........... $ 37.40 P-2.............................................................................. $ 47.00 P-3 .$ 60.00 Designers D-1 .. ......... _....... ......... ......... ....... ............. $ 29.00 D-2.............................................................................. $ 34.00 D-3.............................................................................. $ 40.50 D-4.............................................................................. $ 47.00 Technicians T-1 ... ......... ......... ............................. ................ $ 22.60 T-2.............................................................................. $ 28.80 T-3.............................................................................. $ 35.00 Surveyors S-1 ............................................... .. $ 13.80 S-2.............................................................................. $ 18.30 S-3.............................................................................. $ 24.80 S-4.............................................................................. $ 35.50 S-5.............................................................................. $ 47.00 S-6.............................................................................. $ 53.50 2 -Man Crew (Survey)...................................................... $ 52.50 3 -Man Crew (Survey)......................................................$ 66.00 2 -Man Crew (GPS Survey) ............................................... NA 3 -Man Crew (GPS Survey) NA Construction Observation C-1 ...................... ..... ................. ...................... $ 27.40 C-2............................................................................... $ 35.20 C-3.............................................................................. $ 43.10 C-4.............................................................................. $ 53.00 Management / Administration M-1.............................................................................. $ 103.00 X-1.............................................................................. $ 17.70 X-2.............................................................................. $ 24.20 X-3.............................................................................. $ 33.70 X-4.............................................................................. $ 46.20 Exhibit B-2 - Rate Schedule FYV Terminal Apron Rehabilitation Garver Project No. 15041211 EXHIBIT B-2 FAYETTEVILLE MUNICIPAL AIRPORT TERMINAL APRON REHABILITATION BID PACKAGE DEVELOPMENT WORK TASK DESCRIPTION E-3 E-2 E-1 T-2 T-1 C-3 C-2 $43.70 $36.00 $31.10 $28.80 $22.60 $43.10 $35.20 p hr hr hr hr hr hr 1. Civil Engineering Final Plans Cover Sheet 1 1 4 General Notes 2 2 6 Typical Sections 2 4 8 Construction Safety Plans 4 10 - 16 Rehabilitation Plans 4 10 20 Pavement Marking Plans 2 4 8 Rehabilitation Details 4 4 16 Site Visit 6 6 Construction Safety Meeting with Owner/Tower 4 6 Coordination with Owner 6 6 City Meetings 8 8 Airspace Analysis 2 4 Specifications/Contract Documents 4 12 Quantities 2 6 Opinion of Probable Construction Cost 2 4 QC Review 6 6 6 Subtotal - Civil Engineering 0 59 93 0 78 6 0 Hours 0 59 93 0 78 6 0 Salary Costs $0.00 $2,124.00 $2,892.30 $0.00 $1,762.80 $258.60 $0.00 SUBTOTAL - SALARIES: $7,037.70 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $13,395.56 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $236.31 Postage/Freight/Courier 5100.00 Travel Costs $100.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $436.31 SUBTOTAL: $20,869.56 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $3,130.43 TOTAL FEE: $24,000.00 EXHIBIT B-2 FAYETTEVILLE MUNICIPAL AIRPORT TERMINAL APRON REHABILITATION BIDDING SERVICES WORK TASK DESCRIPTION E-3 E-2 E-1 T-2 T-1 C-3 C-2 $43.70 $36.00 $31.10 $28.0 _ $22.60 $43.10 $35.20 hr hr hr hr hr hr hr 1. Civil Engineering Dispense plans and specs to prospective bidders 2 6 Addendums/Inquiries 2 8 Bid Opening 6 6 Prepare bid tabulation 1 4 Evaluate bids and recommend award -1 4 Prepare construction contracts 1 4 Prepare grant application 1 4 Notice to Proceed 1 2 Subtotal - Civil Engineering 0 15 38 0 0 0 0 Hours 0 15 38 0 0 0 0 Salary Costs $0.00 $540.00 $1,181.80 $0.00 $0.00 $0.00 $0.00 SUBTOTAL - SALARIES: $1,721.80 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $3,277.27 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $93.32 Postage/Freight/Courier $75.00 Travel Costs $50.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $218.32 SUBTOTAL: $5,217.39 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $782.61 TOTAL FEE: $6,000.00 EXHIBIT B-2 FAYETTEVILLE MUNICIPAL AIRPORT TERMINAL APRON REHABILITATION CONSTRUCTION PHASE SERVICES WORK TASK DESCRIPTION E-3 E-2 E-1 T-2 T-1 C-3 C-2 $45.45 $37.44 $32.35 $29.96 $23.51 $44.83 $36.61 hr hr hr hr hr hr hr 1. Civil Engineering Preconstruction Meeting 6 8 Progress Meetings with Contractor/City 12 12 Monthly Pay Requests 8 8 Shop Drawings/Material Submittals 4 8 Resident Construction Observation (20 hr/week for 11 weeks) 220 Prepare Change Orders 1 4 Final Project Inspection and Punchlist 6 6 Subtotal - Civil Engineering 0 37 46 0 0 0 220 Hours 0 37 46 0 0 0 220 Salary Costs $0.00 $1,385.28 $1,488.10 $0.00 $0.00 $0.00 $8,054.20 SUBTOTAL - SALARIES: $10,927.58 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $20,799.56 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $196.78 Postage/Freight/Courier $50.00 Travel Costs $200.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $446.78 SUBTOTAL: $32,173.92 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $4,826.09 TOTAL FEE: $37,000.00 EXHIBIT B-2 FAYETTEVILLE MUNICIPAL AIRPORT TERMINAL APRON REHABILITATION CLOSEOUT SERVICES WORK TASK DESCRIPTION E-3 E-2 E-1 T-2 T-1 C-3 C-2 $45.45 $37.44 $32.35 $29.96 $23.51 $44.83 $36.61 hr hr hr hr hr hr hr 1. Civil Engineering Record Drawings 2 8 8 Grant Closeout 1 2 Coordination with Owner 2 2 Subtotal - Civil Engineering 0 5 12 0 0 0 8 Hours 0 5 12 0 0 0 8 Salary Costs $0.00 $187.20 $388.20 $0.00 $0.00 $0.00 $292.88 SUBTOTAL - SALARIES: $868.28 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $1,652.68 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $62.73 Postage/Freight/Courier $25.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $87.73 'SUBTOTAL: $2,608.69 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $391.30 TOTAL FEE: $3,000.00 h a a tai �•�a3 1 '� 3 3 K5 �.�x, fi *,ps .. r� o 1A 1 ;j 4�5.f�� ^%S., 3` Ise l L L 1 S S 4 } c � I 4 f n ?: I Z Z 9 f t s N aw z3�` r�3f r 3 d W+�;.: ISM A �'I• - U 4 gg Z � '` I +ml"6� yw+ n } �, yrF' 4 C- 4 g ter✓' P`1 .,✓°'__ r 4 1— 5 4 x 4 ry A r N tY,i $ t r 3 S h� F; ppj X63 'Y> ✓i Y his` F y0— {mss �x r �s EXHIBIT D-2 FAYETTEVILLE MUNICIPAL AIRPORT TERMINAL APRON REHABILITATION ENGINEER'S OPINION OF CONCEPTUAL PROJECT COST ESTIMATED ESTIMATED ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 Site Preparation LS 100% $39,250.00 $39,250.00 2 Concrete Pavement Removal SY 550 $55.00 $30,250.00 3 PCC Pavement (11 -inch Thickness) SY 550 $90.00 $49,500.00 4 Spall and Corner Repair SF 3,500 $100.00 $350,000.00 5 Pavement Markings LS 100% $7,000.00 $7,000.00 6 Owner's Protective Insurance LS 100% $1,000.00 $1,000.00 TOTAL ESTIMATED CONSTRUCTION COST 77,000.00 ENGINEERING AND OTHER SERVICES $73,000.00 TOTAL ESTIMATED CONSTRUCTION COST TOTAL ESTIMATED ENGINEERING AND OTHER SERVICES TOTAL ESTIMATED PROJECT COST $477,000.00 $73,000.00 $550,000.00 PROJECT FUNDING (ADA 90/10 GRANT) TOTAL ADA (90% ; $500,000 MAX) $495,000.00 Sponsor (10%) $55,000.00 TOTAL PROJECTED FUNDING $550,000.00 � N C N N N ≤ N-0 a = LL N ;° a N tom N 14)O M O O O O O rfl J O O Z. O b09 O N nc) 0 0 Cl) ai w > c a) O N O 7 N C w 0 0) C O E Q h CO .� o - oO .N z o 0 0 2 o _C�o� 9 h 0 w co H 0 d - O 00 It 0 tD C 0 C_ 0. E J ui Z p M M Oh N a) 0 0 O LU > O oO O 3 0 < N U) m U h 0 o- LE — = f- .__N N -' 0 U 0 O Tom J C) O O O O O O O O O O O O O O O O O O O O O O O 69 O IH C) O O b9 C) EA C4 O 69 C V. EH � a- N- •C. d C N c`� h -. -. Z W O c7 Q N j5 .0 = O O m cc Cl)0 ,_ C N U O O LR::O_ N .7 ... No 0: O m O '_ t •M S N W o is _ N. 'c aZYM >' C1. w. N' E 00 E c c o ILl> z D r : C. C: Ci Q). ; ... N G) N N LL �t N -O y a o It m m c U 0 m N LL 0 01 O `n m Q o a m z n 0 N 90 W E a o - m C a O S N N R 0. @ C I--' G CO O i'k "C N N @ C L N O U N 0 E 4) N C) d' LO CO h 00 C) > . , it 0 E > Q N - T N a N a_ a L Q 9 0 0 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division: Aviation Adjustment Number 2015 Dept.: Transportation Services Requestor: James Nicholson BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Garver LLC Task Order 02 for design work, bidding services, construction phase services, materials and testing, and closeout services associated with the Airport Terminal Apron Rehabilitation project. RESOLUTION/ORDINANCE COUNCIL DATE: LEGISTAR FILE ID#: 5/5/2015 2015-0207 13 w&rc� Fe.& 4/17/2015 1:39 PM Budget Director TYPE: DESCRIPTION: GLDATE: POSTED: Date C:\Users\dmccoy\AppData\Roaming\L5\Temp\c3c3853f-f233-4b53-a49a-625309x72448 1 of 1