Loading...
HomeMy WebLinkAbout310-20 RESOLUTION N F FAYE 4 \11-'\t \9 q kA�JSPS 113 West Mountain Street Fayetteville,AR 72701 (479)575-8323 Resolution: 310-20 File Number: 2020-1035 GARVER, LLC TASK ORDER NO.2: A RESOLUTION TO APPROVE TASK ORDER NO.2 WITH GARVER,LLC IN THE AMOUNT OF$325,350.00 FOR DESIGN AND BIDDING SERVICES ASSOCIATED WITH THE RUNWAY PAVEMENT AND LIGHTING REHABILITATION PROJECT AT DRAKE FIELD,TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF$32,535.00, 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 authorizes Mayor Jordan to sign Task Order No.2 with Garver,LLC in the amount of$325,350.00 for design and bidding services associated with the Runway Pavement and Lighting Rehabilitation Project at Drake Field,and further approves a project contingency in the amount of$32,535.00. 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. PASSED and APPROVED on 12/15/2020 Approv di: /---- Attest: `�.�` CLERK/Tf/ ..`G;'S�•' CITy l'f '% 1444—ilrile4/1 E :.Lioneld J rd , Mayor Kara Paxton, City Clerk Treasurer:• FgyE'f', •2 .m om • E ' Page 1 Printed on 1P/�7� J jo 1•" ``\` yoF FprET,FL City of Fayetteville, Arkansas 113West Mountain Street Fayetteville,AR 72701 L �1 (479)575-8323 .µ Text File File Number: 2020-1035 Agenda Date: 12/15/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number:A.7 GARVER,LLC TASK ORDER NO. 2: A RESOLUTION TO APPROVE TASK ORDER NO. 2 WITH GARVER, LLC IN THE AMOUNT OF $325,350.00 FOR DESIGN AND BIDDING SERVICES ASSOCIATED WITH THE RUNWAY PAVEMENT AND LIGHTING REHABILITATION PROJECT AT DRAKE FIELD,TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF$32,535.00, 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 authorizes Mayor Jordan to sign Task r O der No.2 with Garver, LLC in the amount of$325,350.00 for designbidding and services associated with the Runway Pavement and Lighting Rehabilitation Project at Drake Field,and further approves a project contingency in the amount of$32,535.00. 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. City of Fayetteville,Arkansas Page 1 Printed on 12/16/2020 City of Fayetteville Staff Review Form 2020-1035 Legistar File ID 12/15/2020 City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Summer Fallen 11/20/2020 AIRPORT SERVICES (760) Submitted By Submitted Date Division/ Department Action Recommendation: Staff requests that the Mayor allow the Aviation Division to execute Task Order 02 in the amount of$325,350 and a contingency of$32,535 with Garver, LLC to complete design and bidding services for the proposed Runway 16-34 pavement and lighting rehabilitation at Fayetteville—Drake Field Airport, and to process a budget adjustment. Budget Impact: 5550.760.3960-5314.00 Airport Account Number Fund 15029.1 Airport Engineering Consultant Services Project Number Project Title Budgeted Item? NA Current Budget $ 19,034.00 Funds Obligated Current Balance $ 19,034.00 Does item have a cost? Yes Item Cost $ 357,885.00 Budget Adjustment Attached? Yes Budget Adjustment $ 357,885.00 Remaining Budget $ 19,034.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution# Change Order Number: Approval Date: Original Contract Number: Comments: 441 CITY OF FAYETTEVILLE CITY COUNCIL MEMO %Pr ARKANSAS TO: Lioneld Jordan, Mayor and City Council THRU: Susan Norton, Chief of Staff FROM: Summer Fallen, Airport Services Manager DATE: November 20, 2020 SUBJECT: FYV Runway Pavement and Lighting Rehabilitation—Design and Bidding Task Order 02 (Garver) RECOMMENDATION: Staff requests that the Mayor allow the Aviation Division to execute Task Order 02 in the amount of $325,350 and a contingency of $32,525 with Garver, LLC to complete design and bidding services for the proposed Runway 16-34 pavement and lighting rehabilitation at Fayetteville — Drake Field Airport, and to process a budget adjustment. BACKGROUND: Fayetteville-Drake field is served by a single asphalt runway (Runway 16-34) that was extended to its current length in 1966. The runway has seen multiple overlay rehabilitations since that time, with the last overlay completed in 1986. Since that time, the condition of the asphalt pavements has been maintained through a combination of crack sealing and rejuvenating seal coats. This routine maintenance has provided a pavement life far beyond the 20-year design life of the 1986 overlay project. However, the pavement condition has gradually deteriorated to a point that warrants more substantial rehabilitation. A recent pavement condition assessment of the runway completed by the Arkansas Department of Aeronautics noted that the runway pavement was approaching its "Critical PCI". The Critical PCI is the point at which the cost of rehabilitation increases exponentially with time. This project is intended to provide a pavement rehabilitation alternative that will bring the Runway 16-34 pavement back to a satisfactory condition and extend the useful life of the pavements for a minimum of 20 years. In addition, this project will address geometry improvements to the south end of Taxiway B that were not included in the Fiscal Year 18 Taxiway B Widening and Rehabilitation project. In its current condition, large charter aircraft cannot access the Runway 34 threshold without judgmental over-steering at the south turn from Taxiway B onto Runway 34. The project will also include rehabilitation of various aspects of the existing airfield lighting and signage system to improve airport safety and efficiency. Runway edge light fixtures will be upgraded to LED and fixture spacing will be reviewed to confirm conformation to FAA standards.A recent FAA Part 139 inspection found erosion around the existing stake-mounted airfield signage fixtures. This will be addressed by installing new concrete sign foundations to provide a more reliable and maintainable signage system. Airfield signage will be upgraded to LED and naming conventions reviewed based on FAA guidance.A new standalone electrical vault will be constructed to house the airfield lighting power and control equipment. The current vault is located in an existing T-hangar and is not NEC compliant. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 DISCUSSION: This project was originally programmed for Design in 2021 and Construction in 2022. However, in October 2020, the FAA notified the City of Fayetteville that additional federal funds were available in 2021 to complete the entire project (Design and Construction). The FAA requested the City of Fayetteville change their project schedule to take advantage of the additional 2021 available funds. To take advantage of the 2021 federal funds, the Aviation Division must complete the competitive bidding process by Summer 2021. Task Order 02 will authorize Garver to proceed with design and bidding services. Upon receipt of bids, Garver, in collaboration with the Aviation Division, will prepare an FAA AIP grant application that will be submitted for signature of the Mayor. The AIP grant will cover 90% of the project costs, with the remaining 10% to be funded through a combination of Arkansas Department of Aeronautics and City funds. Upon receipt of an FAA grant offer in Summer 2021, the Airport Division will seek approval from the Council to execute the grant offer, execute a construction contract with the lowest responsive and responsible bidder, and execute a construction phase services task order with Garver. Below is a summary of the anticipated costs and funding breakdown for each upcoming grant. Administration and Other Costs*: $5,000.00 Garver Task Order 02 (Design and Bidding): $325,350.00 FAA: $4,747,815.00 Garver Task Order 03(Construction Phase Services)*:$355,000.00 ADA(Max): $250,000.00 Construction Contract*: $4,590,000.00 City: $277,535.00 TOTAL: $5,275,350.00 TOTAL: $5,275,350.00 *Amounts are estimated at this time. BUDGET/STAFF IMPACT: The Aviation Division may expend up to $357,885 of its fund balance reserve. This amount includes $292,815 for cash-flow to cover the FAA's 90% share until reimbursement in Summer 2021, $32,535 for cash-flow to cover the ADA's 10% share until reimbursement at the end of the project, and a 10% project contingency of$32,535. Attachments: Staff Review Form Staff Memo Garver Task Order 02 Budget Adjustment 2 APPENDIX A-02 TASK ORDER 02 FAYETTEVILLE—DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION DESIGN AND BIDDING This TASK ORDER is made as ofJ Deg Pr►'t be r , 2020 by and between the CITY OF FAYETTEVILLE of Fayetteville,Arkansas hereinafter referred to as"CITY OF FAYETTEVILLE,"and GARVER, LLC, hereinafter referred to as "GARVER", in accordance with the provisions of the AGREEMENT 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 Runway Pavement and Lighting Rehabilitation project. Improvements will consist primarily of rehabilitation of the existing Runway 16-34 and connector taxiway pavements and Runway 16-34 lighting rehabilitation. Previously designed improvements to the south Taxiway B connector to Runway 16-34 will be included in the final design package. 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-02. SECTION 2—PAYMENT For the work described under SECTION 1 - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will pay GARVER on a lump sum basis. The table below presents a summary of the fee amounts and fee types for this contract. WORK DESCRIPTION FEE AMOUNT FEE TYPE I Surveys $13,650 Lump Sum Geotechnical Services $40,950 Lump Sum Nondestructive Testing(NDT) $31,150 Lump Sum Pavement Condition Analysis $8,800 Lump Sum Preliminary Design—Runway Rehabilitation $82,000 Lump Sum Preliminary Design—Lighting Rehabilitation $54,900 Lump Sum Final Design—Runway Rehabilitation $52,700 Lump Sum Final Design—Lighting Rehabilitation $29,950 Lump Sum Bidding Services $11,250 Lump Sum TOTAL FEE $325,350 Task Order 02 1 of 2 FYV Runway Pavement and Lighting Rehabilitation (Design&Bidding) Garver Project No. 21A13211 The lump sum amount to be paid under this agreement is $325,350. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-02 with approximate current hourly rates for each employee classification. Additional Services(Extra Work). For work not described or included in Section 1 —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-02 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-02 Scope of Services 3.1.2 Exhibit B-02 Manhour Tables 3.1.3 Exhibit C-02 Project Exhibit 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. 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 FA ETTEVIL1E, ARKANSAS GARVER Digitally• signed by Michael J. Griffin /7",,R Date: 2020.11.20 By : By: 10:03:05-06'00' Ma or, Lioneld rd• ATTEST: +,0111111 f lirt/. �� •A LER/( t,, By:` G / � O.4% o t; itle: Senior Vice President City Clerk I �: 1Z- . ;cam .2 •gi15AS ••• Task Order 02 2 of 2 FYV Runway Pavement and Lighting Rehabilitation(Design & Bidding) Garver Project No. 21A13211 EXHIBIT A-02— SCOPE OF SERVICES FAYETTEVILLE— DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION Generally, the Scope of Services includes the following professional services for improvements to Runway 16-34 and connector taxiways at Fayetteville—Drake Field. Improvements will consist primarily of rehabilitation of the existing runway and connector taxiways and runway lighting rehabilitation, as shown in Exhibit C-02. Previously designed improvements to the south Taxiway B connector to Runway 16-34 will be included in the final design package. • Field Investigations o Design Surveys o Geotechnical Services o Nondestructive Testing (NDT) o Pavement Condition Analysis • Design Services o Preliminary Design o Final Design • Bidding Services A.1 Field Investigations A.1.1 Design Surveys Garver will provide field survey data from field work for designing the project, and this survey will be tied to the Owner's control network. Garver will conduct field surveys, utilizing radial topography methods, at intervals and for distances at and/or along the project site as appropriate for modeling the existing ground, including locations of pertinent features or improvements. Buildings and other structures, airfield pavements, streets, drainage features, airfield lights and signs, fences, trees over eight inches in diameter, visible utilities as well as those underground utilities marked by their owners and/or representatives, and any other pertinent topographic features that may be present at and/or along the project site, will be located. Control points will be established for use during construction. Garver will coordinate with ATCT and Airport staff to complete surveys during daytime hours while the ATCT is open. It is estimated that a survey crew will be on-site fora week to compete the survey. • Garver will assemble data obtained during the performance of the field surveys in an AutoCAD CiviI3D base map drawing to be utilized for design of the project. A.1.2 Geotechnical Services McClelland Consulting Engineers, as a subconsultant to Garver, will be responsible for obtaining, interpreting, and evaluating geotechnical data necessary for the design of this project. The following is a summary of the geotechnical services provided under this Scope of Services. Twenty (20) subsurface borings will be drilled through the existing runway pavements to evaluate the existing runway pavement section and underlying subsurface soil conditions. The borings will be spaced approximately equally along the full length and width of Runway 16-34. In addition, six (6) test pits will be excavated along the runway edge at approximate 1,000-ft intervals to allow for further evaluation of subgrade conditions and collection of bulk soil samples. Boring and test pit locations will be laid out prior to the start of the field work, and a utility location service will be requested to mark underground utilities in the vicinity of the proposed boring and test pit locations. Borings and test pits Exhibit A-02 —Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211 will be advanced to a depth sufficient to determine the material properties of the subgrade soils (estimated 7.5-ft depth). All field work will be coordinated with the City of Fayetteville prior to the work being performed. Boring and test pit layout and marking will be conducted during daytime hours while the ATCT is open. Runway 16-34 will be closed while the geotechnical field exploration is completed. Garver will be on-site during the field exploration to document and review the pavement section, subgrade conditions, and presence of water. The final geotechnical report submitted for the project will be peer reviewed to confirm completeness and conformance to geotechnical standards of practice. Geotechnical peer review services will be provided by Terracon. A.1.3 Nondestructive Testing (NDT) Garver will use a subconsultant to perform Nondestructive Testing (NDT) in accordance with the standards set forth in FAA AC 150/5370-11B. Per FAA AC 150/5370-11B, a "project level" analysis frequency will be utilized for the NDT to ensure adequate data is obtained to determine an appropriate rehabilitation alternative. Previous "network level" NDT data obtained by All About Pavements will be utilized to reduce the amount of additional testing required to reach a "project level" analysis. Per AC 150/5370-11 B, "project level" objectives include: • Evaluate the load-carrying capacity of existing pavements • Provide material properties of in-situ pavement layers for the design of pavement rehabilitation alternatives, which include restoration, functional and structural overlays, partial reconstruction (for example, runway keel), and compete reconstruction The NDT study will be completed on two consecutive days to be coordinated with the airport manager. The NDT testing will be completed during daytime hours on a "pull-back" basis in communication with ATCT. A NDT testing report will be developed by the subconsultant that summarizes the on-site investigation and will include, at a minimum, the following: • Summary of NDT results and testing methods • Deflection data for each section of the runway • Field CBR back-calculated from the deflection data and the comparison to laboratory calculated CBR • Elastic modulus of each layer in the pavement cross section • Define and confirm pavement strength A.1.4 Pavement Condition Analysis • Prior to obtaining field data, Garver will perform a thorough review of the runway's historic construction data, design considerations, test results, as-built drawings, pavement design reports, airport layout plan, and maintenance history. Garver will perform a Pavement Conditions Index(PCI) survey for Runway 16-34 per the standards set forth in ASTM D5340 "Standard Test Method for Airport Pavement Condition Index Surveys" and FM AC 150/5380-6C. The PCI survey will include an adequate amount of pavement inspection to provide a "project level" confidence level. Prior to performing the PCI survey, Garver will subdivide the runway into sections based on traffic and construction history. Garver will survey approximately 10% of each section to determine the PCI of Exhibit A-02 —Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211 CARVER each section. During the survey, Garver will measure and document visual distresses on the pavement's surface. A.2 Design Services A.2.1 General 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 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 and shall be submitted to the FAA office from which approval must be obtained. A.2.2 Owner/Agency Coordination Garver's project manager and/or design team will coordinate with the City of Fayetteville as necessary to coordinate design decisions, site visits, document procurement, or other design needs. As needed, Garver will coordinate design decisions with the Airport's Part 139 inspector. A.2.3 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 City of Fayetteville and/or FAA. QC reviews will be completed by a senior construction observer and project manager. Weekly internal progress meetings will be held during all design phases to ensure adequate quality control throughout the design phases. A.2.4 Environmental Coordination Garver will coordinate and complete documentation for submission to FAA to receive environmental clearance for the project. Documentation will include that required by the documented CATEX questionnaire of FAA SOP 5.0, if so required by the FAA. A.2.5 Airspace Analysis Garver will prepare and submit the project to the FAA for permanent airspace clearance on the Obstruction Evaluation and Airport Airspace Analysis (OE/AAA) website and coordinate with FAA representatives. A.2.6 DBE Coordination Garver will coordinate with the FAA's Office of Civil Rights and update the Airport's three-year Disadvantaged Business Enterprises (DBE) goal to include the proposed project. A.2.7 Construction Safety and Phasing Plan Garver will develop a construction safety and phasing plan (CSPP)for the project. During development of the CSPP, Garver will hold a meeting with Airport staff and other stakeholders at the Airport's request to obtain feedback regarding operations during each proposed phase of construction. Exhibit A-02—Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211 After receiving comments from the meeting, Garver will develop a preliminary CSPP for the City of Fayetteville's review prior to submission to the FAA. After incorporating City comments, the CSPP will be submitted to FAA for review through the OE/AAA website. A.2.8 Existing Conditions Review A.2.8.1 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.2.8.2 Site Visits Garver's civil and electrical engineers willperform upto thee (3) site visits to the project site to review 9 existing conditions and evaluate survey and record document data. A.2.9 Rehabilitation Analysis Garver will evaluate the structural life of the existing pavement. The pavement's structural life will be evaluated using FAARFIELD and the existing pavement and subgrade strengths determined through the field investigations. The fleet mix developed during the most recent Master Plan Update will be used to evaluate the existing pavement section. Garver will use the data obtained by the runway survey to determine whether the vertical alignment of the runway meets current FAA design requirements. In addition, Garver will perform a line of sight evaluation on the existing runway profile. If the Runway 16-34 existing pavement system is determined to be deficient in condition or structural life remaining, Garver will provide a minimum of three alternatives to rehabilitate the existing system. This includes any changes to pavement structure, electrical systems, and vertical alignment. Costs, including life-cycle cost analysis, and potential impacts of phasing alternatives for each rehabilitation option will be included in the analysis. For the purposes of this scope, it is anticipated that a runway overlay, mill and overlay, or partial reconstruction will be the preferred alternative for final design. Garver will also review runway shoulder and RSA slopes. If necessary, Garver will provide minor grading design to correct any major deficiencies in the RSA grades. A.2.10 Airfield Electrical Garver will design a new can and conduit runway edge lighting system utilizing medium intensity LED runway edge lights for Runway 16-34. Garver will design the replacement of all conductors for the Runway 16-34 edge lighting system. The mandatory hold and runaway exit signage will be evaluated during design. Existing signage that is in good condition and upgradable to LED will be upgraded. Existing signage that is in failing condition or cannot be upgraded to LED will be replaced in full. Locations that currently do not have necessary signage will be modified to have that signage installed as LED type. Concrete foundations will be installed to support all runway and taxiway signs. Exhibit A-02 —Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211 GARVER In addition, Garver will review the existing taxiway naming condition and provide recommendations to FYV for updates to the naming system based on FAA guidance. Garver will coordinate any updates to the Airport's AFD referencing the change. Existing guidance sign panels will be replaced to reflect new taxiway naming system where possible. Where existing signage is unable to accommodate a panel replacement the signs will be removed, and new LED guidance signs constructed on new concrete bases Garver will design a new electrical vault to house the airfield lighting power and control equipment. Existing equipment will be relocated to the new vault where able, pending functionality and status of usable life design review. All existing circuits and the new runway edge lighting circuit will be tied into the new vault via a new homerun duct bank. Garver will design the installation of ATCT lighting control to the new vault location by providing a new L-821 control panel in the vault, new control conductors and conduit to the ATCT, and terminated to the ATCT lighting switch panel. If the ATCT switch panel is reusable, it will be reused otherwise it will be replaced with a new auxiliary control panel. A.2.11 Utility Design and Coordination As necessary, Garver will coordinate with the Airport and FAA to locate and protect any existing utilities or Navigational Aid cables. Garver will furnish plans to all known utility owners potentially affected by the project at each stage of development. Garver will conduct coordination meetings among all known affected utility owners to enable them to coordinate efforts for any necessary utility relocations. Garver will include the surveyed locations of the observable and marked utilities in the construction plans. Garver will also include proposed and/or relocated utility information in the construction plans as provided by the utility companies. A.2.12 Plan Set Development The following matrix details the plan drawings to be included in each design submittal. Design Phase Plan Set 90% 100% Preliminary Issued for Bid Cover Sheet X X Sheet Index X X General Notes X X Project Layout Plan X X Survey Control Plan X X Construction Safety Plans X X Construction Safety Details X X Existing Conditions Plans X X Erosion Control Plans X X Erosion Control Details X X Demolition Plans X X Demolition Details X X Drainage Plans X X Exhibit A-02—Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211 Drainage Details X X Utility Plans X X Utility Details X X Typical Sections X X Paving Plans X X Paving Details X X Grading Plans X X Grading Details X X Joint Details X X Elevation Plans X X Elevation Details X X Pavement Marking Plans X X Pavement Marking Details X X Electrical Notes X X Lighting Removal Plans X X Lighting Installation Plans X X Lighting Details X X Power Installation Plans X X Power and Control Diagrams X X Cross Sections X X A.2.13 Specifications and Contract Documents A.2.13.1 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 AC150/5370-10 or when state or local standards are approved by the FAA. A.2.13.2 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 City of Fayetteville for final review and approval. A.2.14 Engineer's Report Garver will prepare an Engineer's Report to outline the project's design criteria and design considerations. The report will discuss design decisions of all major project parameters. A summary of the sections to be included in the Engineer's Report are shown below: • Executive Summary • Project Background • Existing Conditions Exhibit A-02 —Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211 o Site Survey o Geotechnical and NDT Investigation o Pavement Condition Analysis o Project Photographs • Applicable AIP Standards • Construction Safety and Phasing • Pavement Design and Rehabilitation • Airfield Lighting and Signage • Pavement Markings • Environmental Considerations • Miscellaneous Design Items • Modifications to AIP Standards • Non-AIP-Eligible Work Items • DBE Participation • Project Schedule • Engineer's Opinion of Probable Cost A.2.15 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. Garver will use a DBE Subconsultant (Iconic Consulting Group) to develop detailed cost estimates at the completion of the preliminary and final design phases. A.2.16 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.2.16.1 90% Preliminary Design Garver will develop 90% design plans, specifications, and engineer's report and submit these to the City of Fayetteville for review. It is anticipated that the City of Fayetteville will review the design submission within two (2)weeks. At the completion of the Owner review period, Garver will meet with the City of Fayetteville to review the 90% final design plans, specifications, and engineer's report and to receive City of Fayetteville comments and direction. A.2.16.2 100% Issued for Bid (IFB) Garver will develop 100% IFB plans and specifications and submit these to the City of Fayetteville for review. It is anticipated that the City of Fayetteville will review the IFB submission within two (2)weeks. A.3 Bidding Services Garver will assist the City of Fayetteville 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, and attend a pre-bid conference. The City of Fayetteville will pay advertising costs outside of this contract. Exhibit A-02—Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211 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 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 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 a bid tabulation, 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, Contractor and FAA. A.4 Construction Administration Services To be added through contract amendment. A.5 On-Site Resident Project Representative Services To be added through contract amendment. A.6 Materials Testing Services To be added through contract amendment. A.7 Project Closeout Services To be added through contract amendment. A.8 Project Deliverables The following deliverables will be submitted to the parties identified below. Unless otherwise noted below, all deliverables shall be electronic. 1. Preliminary Design Plans, Specifications, and Engineer's Report to the City of Fayetteville and FAA for review. 2. Final Issued for Bid Plans, Specifications, and Engineer's Report to the City of Fayetteville and FAA. 3. Issued for Construction Plans and Specifications to the City of Fayetteville, Contractor, and FAA. a. Three hard copies to the Contractor b. One copy to the FAA 4. Other electronic files as requested. A.9 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 City of Fayetteville. 1. Redesign for the City of Fayetteville's convenience or due to changed conditions after previous alternate direction and/or approval. 2. Submittals or deliverables beyond those listed herein. Exhibit A-02—Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211 3. Design of any utility relocation other than airfield electrical work associated with the project. 4. Design of ALCMS control system. 5. Drainage design and/or evaluation. 6. Retaining walls or other significant structural design. 7. Construction phase services, including materials testing.This work is anticipated to be included in a separate Task Order. 8. Preparation of a Storm Water Pollution Prevention Plan (SWPPP). 9. Environmental Handling and Documentation, including wetlands identification or mitigation plans or other work related to environmentally or historically (culturally) significant items. 10. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR. 11. Services after construction, such as warranty follow-up, operations support, and Part 139 inspection support. 12. Engineering, architectural, or other professional services beyond those listed herein. 13. Litigation assistance. Extra work wil l be as directed bythe t City of Fayetteville in writing for an additional fee as a reed upon 9 by the City of Fayetteville and Garver. A.10 Schedule Garver shall begin work under this Agreement within ten 10 days of execution of this Task Order and ( ) shall complete the work within a mutually agreeable schedule with the City of Fayetteville. Exhibit A-02 —Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211 EXHIBIT B-02 FAYETTEVILLE - DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION SURVEYS WORK TASK DESCRIPTION E-5 E 4 E-3 E-2 E-1 S-5 S-4 2-Man Crew (Survey) $73.55 $60.29 $51.57 $42.64 $36.72 $55.59 $41.92 $63.60 hr hr hr hr hr hr hr hr 1. Topographic Survey A.1.1 Design Surveys Survey Coordination 2 Survey Layout Map 1 2 4 Topographic Surveys 40 Data Processing/DTM Preparation 1 20 QC Review of Survey Basemap 1 4 Subtotal-Topographic Survey 0 2 0 5 0 4 24 40 Hours 0 2 0 5 0 4 24 40 Salary Costs $0.00 $120.58 $0.00 $213.20 $0.00 $222.36 $1,006.08 $2,544.00 SUBTOTAL-SALARIES: $4,106.22 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $7,696.70 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $26.64 Postage/Freight/Courier $0.00 Travel Costs $50.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $76.64 SUBTOTAL: 611,879.56 SUBCONSULTANTS FEE(None): $0.00 PROFESSIONAL FEE $1,770.44 TOTAL FEE: $13,650.00 EXHIBIT B-02 FAYETTEVILLE - DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION GEOTECHNICAL SERVICES WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 P-1 D-1 T-1 $73.55 $60.29 $51.57 $42.64 $36.72 $44.22 $34.28 $26.78 hr hr hr hr hr hr hr hr 1. Civil Engineering A.1.2 Geotechnical Services Coordination with Geotechnical Subconsultant 6 Coordination with Airport for Runway Closures 2 3 Boring Layout 2 2 Geotechnical Investigation(2 Nights) 6 16 Review Geotechnical Report 2 8 2 Subtotal-Civil Engineering 0 4 25 0 20 0 0 0 Hours 0 4 25 0 20 0 0 0 Salary Costs $0.00 $241.16 $1,289.25 $0.00 $734.40 $0.00 $0.00 $0.00 SUBTOTAL-SALARIES: $2,264.81 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $4,245.16 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $27.53 Postage/Freight/Courier $0.00 Travel Costs $20.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $47.53 SUBTOTAL: $6,557.50 SUBCONSULTANTS FEE(Geotechnical Study): $31,166.00 SUBCONSULTANTS FEE(Geotechnical Peer Review): $2,250.00 PROFESSIONAL FEE $976.50 TOTAL FEE: $40,950.00 EXHIBIT B-02 FAYETTEVILLE -DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION NON-DESTRUCTIVE TESTING WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 P-1 D-1 T-1 $73.55 $60.29 $51.57 $42.64 $36.72 $44.22 $34.28 $26.78 hr hr hr hr hr hr hr hr 1. Civil Engineering A.1.3 Non-Destructive Testing Coordination with NDT Subconsultant 2 4 Site Visit During NDT Field Evaluation 4 4 Review of NDT Report 2 14 Subtotal-Civil Engineering 0 4 22 0 4 0 0 0 Hours 0 4 22 0 4 0 0 0 Salary Costs $0.00 $241.16 $1,134.54 $0.00 $146.88 $0.00 $0.00 $0.00 SUBTOTAL-SALARIES: $1,522.58 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $2,853.92 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $28.03 Postage/Freight/Courier $0.00 Travel Costs $20.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $48.03 SUBTOTAL: $4,424.53 SUBCONSULTANTS FEE(NDT Data Collection): $26,069.00 PROFESSIONAL FEE $656.48 TOTAL FEE: $31,150.00 EXHIBIT B-02 FAYETTEVILLE -DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION PAVEMENT CONDITION ANALYSIS WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 P-1 D-1 T-1 $73.55 $60.29 $51.57 $42.64 $36.72 $44.22 $34.28 $26.78 hr hr hr hr hr hr hr hr 1. Civil Engineering A.1.4 Pavement Condition Analysis Review of As-Built Drawings 1 3 2 Development of PAVER Database 1 3 8 Section&Inspection Layout Maps 1 4 10 Field Inspector.170 File Conversion 8 On-Site PCI Survey 1 11 20 PCI Survey Data Upload 2 4 Subtotal-Civil Engineering 0 4 10 0 15 0 0 50 Hours 0 4 10 0 15 0 0 50 Salary Costs $0.00 $241.16 $515.70 $0.00 $550.80 $0.00 $0.00 $1,339.00 SUBTOTAL-SALARIES: $2,646.66 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $4,960.90 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $31.31 Postage/Freight/Courier $0.00 Travel Costs $20.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $51.31 SUBTOTAL: $7,658.87 SUBCONSULTANTS FEE(None): $0.00 PROFESSIONAL FEE $1,141.13 TOTAL FEE: $8,800.00 EXHIBIT B-02 FAYETTEVILLE - DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION PRELIMINARY DESIGN - RUNWAY REHABILITATION WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 P-1 D-1 T-1 $73.55 $60.29 $51.57 $42,64 $36.72 $44.22 $34.28 $26.78 hr hr hr hr hr hr hr hr 1. Civil Engineering A.2.2 Owner/Agency Coordination Coordination with City of Fayetteville 12 12 Coordination with FAA 4 8 A.2.3 Quality Control Kickoff Meeting 4 4 Development of QC Plan 1 4 A.2.4 Environmental CATEX Coordination 1 4 10 5 A.2.5 OE/AAA Airspace Analysis 1 4 6 A.2.6 DBE Coordination 1 4 2 A.2.7 Construction Safety and Phasing Plan(CSPP) CSPP Development 2 6 24 CSPP Review Meeting with Owner/Tenants 2 4 A.2.8 Existing Conditions Review Record Document Review 1 4 Site Visits(3) 8 12 A.2.9 Rehabilitation Analysis Establish Design Criteria 2 10 Rehabilitation and Alternatives Analysis 1 12 Pavement Design&LCCA 1 12 A.2.11 Utility Design and Coordination 1 3 A.2.12 Preliminary Plan Set Cover Sheet&Index of Sheets 1 1 2 Survey Control Plan 1 1 4 General Notes 1 2 2 Construction Safety Plans and Details 2 12 10 Existing Conditions Plans 1 5 10 Erosion Control Plans and Details 1 5 12 Demolition Plans and Details 1 4 12 Drainage Plans and Details 1 2 4 Utility Plans and Details 1 4 8 Typical Sections 2 6 12 Paving and Rehabilitation Plans and Details 1 20 32 Grading Plans and Details 1 4 12 Joint Details 1 2 4 Elevation Plans and Details 1 16 12 Pavement Marking Plans and Details 1 8 24 Miscellaneous Details 1 8 20 A.2.13 Specifications and Contract Documents 4 16 A.2.14 Preliminary Engineer's Report 4 20 10 A.2.15 Quantities and Engineer's Opinion of Probable Cost Preliminary Quantities 1 2 4 Preliminary Engineer's Estimate of Probable Cost 1 2 4 A.2.16 Design Services Submission and Meeting Summary Preliminary QC Review 8 10 6 Printing and Reproduction for Submittal 1 2 6 Preliminary Owner Review Meeting 4 4 Subtotal-Civil Engineering 0 83 0 159 100 0 10 247 Hours 0 83 0 159 100 0 10 247 Salary Costs $0.00 $5,004.07 $0.00 $6,779.76 $3,672.00 $0.00 $342.80 $6,614.66 EXHIBIT B-02 FAYETTEVILLE -DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION PRELIMINARY DESIGN -RUNWAY REHABILITATION SUBTOTAL-SALARIES: $22,413.29 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $42,011.47 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $86.53 Postage/Freight/Courier $25.00 Travel Costs $50.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $161.53 SUBTOTAL: $64,586.29 SUBCONSULTANTS FEE(Cost Estimating): $4,000.00 SUBCONSULTANTS FEE(QC Review): $3,750.00 PROFESSIONAL FEE $9,663.71 TOTAL FEE: $82,000.00 EXHIBIT B-02 FAYETTEVILLE -DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION PRELIMINARY DESIGN - LIGHTING REHABILITATION WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 P-1 D-1 T-1 $73.55 , $60.29 $51.57 $42.64 $36.72 $44.22 $34.28 $26.78 hr hr hr hr hr hr hr hr 1. Electrical Engineering A.2.2 Owner/Agency Coordination Coordination with City of Fayetteville 2 2 Coordination with FAA 2 4 A.2.3 Quality Control Kickoff Meeting 4 4 Development of QC Plan 2 2 A.2.8 Existing Conditions Review Record Document Review 1 6 Site Visits(3) 12 12 A.2.10 Airfield Electrical Runway Edge Lighting Design 2 8 Homerun Circuit Route Research and Design 1 4 Existing Guidance Sign Evaluation 2 4 Taxiway Naming Convention Development 8 8 Proposed Guidance Sign Layout 4 8 Electrical Vault Building Siting 4 4 Electrical Vault Building Design and Layout 8 16 Electrical Load Calculations 4 8 Airfield Lighting Control Design 8 8 ATCT Modifications Design 8 8 A.2.11 Utility Design and Coordination 2 2 A.2.12 Preliminary Plan Set General Electrical Notes 2 8 Electrical Demolition Plans 2 8 32 Electrical Demolition Details 8 24 Lighting Installation Plans 2 20 40 Lighting Installation Details 8 30 A.2.13 Specifications and Contract Documents 8 16 A.2.14 Preliminary Engineers Report 4 8 A.2.15 Quantities and Engineer's Opinion of Probable Cost Preliminary Quantities 2 8 Preliminary Engineer's Estimate of Probable Cost 2 8 A.2.16 Design Services Submission and Meeting Summary Preliminary QC Review 8 _ 8 Printing and Reproduction for Submittal 2 Preliminary Owner Review Meeting 4 Subtotal-Electrical Engineering 0 0 106 0 204 0 0 134 Hours 0 0 106 0 204 0 0 134 Salary Costs $0.00 $0.00 $5,466.42 $0.00 $7,490.88 $0.00 $0.00 $3,588.52 EXHIBIT B-02 FAYETTEVILLE -DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION PRELIMINARY DESIGN - LIGHTING REHABILITATION SUBTOTAL-SALARIES: $16,545.82 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $31,013.49 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $176.80 Postage/Freight/Courier $0.00 Travel Costs $30.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $206.80 SUBTOTAL: $47,766.11 SUBCONSULTANTS FEE(None): $0.00 PROFESSIONAL FEE $7,133.90 TOTAL FEE: $54,900.00 EXHIBIT B-02 FAYETTEVILLE - DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION FINAL DESIGN -RUNWAY REHABILITATION WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 P-1 D-1 T-1 $73.55 $60.29 $51.57 $42.64 $36.72 $44.22 $34.28 $26.78 hr hr hr hr hr hr hr hr 1. Civil Engineering A.2.2 Owner/Agency Coordination Coordination with City of Fayetteville 12 12 Coordination with FAA 4 8 A.2.7 Construction Safety and Phasing Plan(CSPP) 2 8 A.2.12 Final Plans Cover Sheet&Index of Sheets 1 2 2 Survey Control Plan 1 2 4 General Notes 1 2 4 Construction Safety Plans and Details 4 6 12 Existing Conditions Plans 2 6 8 Erosion Control Plans and Details 2 6 8 Demolition Plans and Details 1 4 8 Drainage Plans and Details 1 4 6 Utility Plans and Details 1 4 6 Typical Sections 3 4 6 Paving and Rehabilitation Plans and Details 3 . 8 12 Grading Plans and Details 2 4 8 Joint Details 1 2 4 Elevation Plans and Details 2 4 8 Pavement Marking Plans and Details 2 4 8 Miscellaneous Details 1 2 8 ' A.2.13 Specifications and Contract Documents 10 24 12 A.2.14 Final Engineer's Report 6 18 12 ' A.2.15 Quantities and Engineer's Estimate of Probable Cost Final Quantities 2 4 8 Final Engineer's Estimate of Probable Cost 2 4 4 A.2.16 Design Services Submission and Meeting Summary Final QC Review 6 6 6 Printing Reproduction Re roduction for Submittal 1 2 6 Subtotal-Civil Engineering 0 73 0 86 64 0 0 160 Hours 0 73 0 86 64 0 0 160 Salary Costs $0.00 $4,401.17 $0.00 $3,667.04 $2,350.08 $0.00 $0.00 $4,284.80 SUBTOTAL-SALARIES: $14,703.09 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $27,559.47 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $78.05 Postage/Freight/Courier $0.00 Travel Costs $20.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $98.05 SUBTOTAL: $42,360.61 SUBCONSULTANTS FEE(Cost Estimating): $4,000.00 PROFESSIONAL FEE $6,339.38 TOTAL FEE: $52,700.00 EXHIBIT B-02 FAYETTEVILLE -DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION FINAL DESIGN - LIGHTING REHABILITATION WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 P-1 D-1 T-1 $73.55 $60.29 $51.57 $42.64 $36.72 $44.22 $34.28 $26.78 hr hr hr hr hr hr hr hr 1. Electrical Engineering A.2.2 Owner/Agency Coordination Coordination with FAA 2 4 A.2.12 Final Plans General Electrical Notes 2 4 8 Electrical Demolition Plans 4 4 16 Electrical Demolition Details 2 4 16 Lighting Installation Plans 4 8 16 Lighting Installation Details 4 8 16 A.2.13 Specifications and Contract Documents 8 24 A.2.14 Final Engineer's Report 8 16 12 A.2.15 Quantities and Engineer's Estimate of Probable Cost Final Quantities 4 16 Final Engineer's Estimate of Probable Cost 2 8 A.2.16 Design Services Submission and Meeting Summary Final QC Review 12 8 8 Printing and Reproduction for Submittal 2 Subtotal-Electrical Engineering 0 0 52 0 106 0 0 92 Hours 0 0 52 0 106 0 0 92 Salary Costs $0.00 $0.00 $2,681.64 $0.00 $3,892.32 $0.00 $0.00 $2,463.76 SUBTOTAL-SALARIES: $9,037.72 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $16,940.30 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $55.27 Postage/Freight/Courier $0.00 Travel Costs $20.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $75.27 SUBTOTAL: $26,053.29 SUBCONSULTANTS FEE(None): $0.00 PROFESSIONAL FEE $3,896.70 TOTAL FEE: $29,950.00 EXHIBIT B-02 FAYETTEVILLE - DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION BIDDING SERVICES WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 P-1 D-1 T-1 $73.55 $60.29 $51.57 $42.64 $36.72 $44.22 $34.28 $26.78 hr hr hr hr hr hr hr hr 1. Civil Engineering A.3 Bidding Services Dispense plans and specs to prospective bidders 2 Addendums/Inquiries 2 6 4 Pre-Bid Meeting 6 6 Bid Opening 4 4 Prepare Bid Tabulation 1 3 4 Evaluate Bids and Recommend Award 2 6 Prepare Grant Application 2 10 4 Subtotal-Civil Engineering 0 17 37 0 12 0 0 0 Hours 0 17 37 0 12 0 0 0 Salary Costs $0.00 $1,024.93 $1,908.09 $0.00 $440.64 $0.00 $0.00 $0.00 SUBTOTAL-SALARIES: $3,373.66 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $6,323.59 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $88.16 Postage/Freight/Courier $0.00 Travel Costs $10.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $98.16 SUBTOTAL: $9,795.41 SUBCONSULTANTS FEE(None): $0.00 PROFESSIONAL FEE $1,454.59 TOTAL FEE: $11,250.00 .C uherspononOrtiopPrY[away;lac Sp.1,12010sswL ,. ,dyrn napeb.py w,n.da...•0 Pm Stir.MC,we all PMS 11 Ply OPM.1,,11WM am N.Pbr...d.DWG ToPOFPa 1Ye t 4 :. '- .yam 1000. • • \ f r rF ii Iy 11 (D x uIi.•i•___ n • O.C) . . ; N 3 pl+� l 7 +r r �.,, p�_ A ! t (7, o �*i ,: r` rri- t , iiilimt.. . --...- -• ;mile. ., sW ` AN Cr A ..w . w , \ ' we _ difilINIP ill i_ I^ i I 1 f r Q t DRAKE FIE. . —_--_ 9Y € ri r Ilz . X m o o v N RUNWAY T"TNT AND ¢_� !s, IO s LIGHTING I RATION :iPty�fAt ,'-< N o I; t gild it. m 1 Iiii 4 X iAYETfENLLE.11,atwMaw6 - City of Fayetteville, Arkansas idget Adjustment Form (Legistar) Budget Year Division Adjustment Number AIRPORT SERVICES (760) ( ) 2020 Requestor: Dee McCoy BUDGET ADJUSTMENT DESCRIPTION /JUSTIFICATION: Staff requests execution of a budget adjustment in the amount of$357,885 for Task Order 02 with Garver, LLC to complete design and bidding services for the proposed Runway 16-34 pavement and lighting rehabilitation project.The Aviation Division may expend up to$357,885 of its fund balance reserve.This amount includes$292,815 for cash-flow to cover the FAA's 90%share until reimbursement in summer 2021, $32,535 for cash-flow to cover the ADA's 10%share until reimbursement at the end of the project, and a 10% project contingency of$32,535. COUNCIL DATE: 12/15/2020 LEGISTAR FILE ID#: 2020-1035 Rally Black 11/23/2020 9:20 AM Budget Director Date TYPE: JOURNAL #: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED: / TOTAL 357,885 357,885 v.20201112 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 5550.760.3960-5314.00 357,885 - 15029 1 EX Professional Services 5550.760.3940-4999.99 357,885 RE Use Fund Balance-Current H:\Budget Adjustments\2020_Budget\City Council\12-15-2020\Airport 1 of 1