Loading...
HomeMy WebLinkAbout228-21 RESOLUTIONOF FAYETTE. 1 i u m H_ i- 9R KAHS 0' 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 228-21 File Number: 2021-0692 FEDERAL AVIATION ADMINISTRATION (FAA) GRANT: A RESOLUTION TO AUTHORIZE THE MAYOR TO SIGN A CONSTRUCTION CONTRACT WITH EMERY SAPP & SONS, INC. IN THE AMOUNT OF $5,565,491.44 FOR THE RUNWAY PAVEMENT AND LIGHTING REHABILITATION PROJECT AT DRAKE FIELD, TO AUTHORIZE THE MAYOR TO EXECUTE TASK ORDER # 3 WITH GARVER, LLC IN THE AMOUNT OF $235,000.00 FOR CONSTRUCTION PHASE SERVICES, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $6I3,585.44, 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 with Emery Sapp & Sons, Inc. in the amount of $5,565,491.44 for construction of the Runway Pavement and Lighting Rehabilitation Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to execute Task Order # 3 with Garver, LLC in the amount of $235,000.00 for construction phase services. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $613,585.44. Section 4: 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 Printed on 9122121 Resolution. 228-21 File .Number: 2021-0692 PASSED and APPROVED on 9/21/2021 Attest: ```jjttttItIrIff" � YE7L�E PO Kara Paxton. City Clerk Treasnryc. ' 9 G�OAN� i0►1%��`� Page 2 Printed on 9122121 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2021-0692 Agenda Date: 9/21/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.3 FEDERAL AVIATION ADMINISTRATION (FAA) GRANT: A RESOLUTION TO AUTHORIZE THE MAYOR TO SIGN A CONSTRUCTION CONTRACT WITH EMERY SAPP & SONS, INC. IN THE AMOUNT OF $5,565,491.44 FOR THE RUNWAY PAVEMENT AND LIGHTING REHABILITATION PROJECT AT DRAKE FIELD, TO AUTHORIZE THE MAYOR TO EXECUTE TASK ORDER # 3 WITH GARVER, LLC IN THE AMOUNT OF $235,000.00 FOR CONSTRUCTION PHASE SERVICES, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $613,585.44, 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 with Emery Sapp & Sons, Inc. in the amount of $5,565,491.44 for construction of the Runway Pavement and Lighting Rehabilitation Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to execute Task Order # 3 with Garver, LLC in the amount of $235,000.00 for construction phase services. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $613,585.44. Section 4: 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 912212021 Summer Fallen Submitted By City of Fayetteville Staff Review Form 2021-0692 Legistar File ID 9/21/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 9/2/2021 Submitted Date Action Recommendation: AIRPORT SERVICES (760) Division / Department Staff requests approval to utilize Federal Aviation Administration (FAA) grant funds to complete the Runway Pavement & Lighting Rehab project. This resolution permits: Execution of a construction contract in the amount of $5,565,491.44 with Emery Sapp & Sons, Inc., execution of a construction task order in the amount of $235,000.00 with Garver, LLC and a Budget Adjustment to recognize the 100% grant received from the FAA, a 10% project contingency in the amount of $613,585.44 plus any additional grant funds awarded in relation to this project, and the $1.44 City match for ineligible project insurance expenses. Budget Impact: 5550.760.3960-5801.00 Airport Account Number Fund 32101.2021 Airport Runway Pavement & Lighting Rehab Project Number Project Title Budgeted Item? No Current Budget $ - Funds Obligated $ - Current Balance $ Does item have a cost? Yes Item Cost $ 6,135,841.44 Budget Adjustment Attached? Yes Budget Adjustment $ 6,749,427.00 Remaining Budget V20210527 Purchase Order Number: Previous Ordinance or Resolution # 20-310 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 Services Manager DATE: September 2, 2021 CITY COUNCIL MEMO SUBJECT: FYV Runway Pavement and Lighting Rehabilitation — Construction Contract and Construction Phase Services Task Order RECOMMENDATION: Staff requests approval for the Aviation Division to utilize Federal Aviation Administration (FAA) grant funds to complete construction of the Runway Pavement and Lighting Rehabilitation project at Fayetteville — Drake Field Airport. Specifically, this resolution will permit the following: 1. Execution of a construction contract in the amount of $5,565,491.44 with Emery Sapp & Sons, Inc of Springdale, AR. 2. Execution of a construction administration task or order in the amount of $235,000.00 with Garver, LLC of Fayetteville, AR. 3. Budget adjustment to recognize the 100% grant received from the FAA, a 10% project contingency in the amount of $613,585.44 plus any additional grant funds awarded in relation to this project, and the $1.44 cost of the City for ineligible project expenses (Owner Projective Insurance). 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 PCP'. 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. 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 During the annual FAA inspection, it was determined that the runway safety area had significant drainage issues that needed to be addressed. The FAA considers this to be a differing site condition and will be providing extra funding to correct the issues with a change order to the project. This change order amount will be determined once the additional work is bid. 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). To receive this additional funding, the FAA requested the City of Fayetteville change their project schedule to complete the competitive bidding process by Summer 2021. The Airport entered into an agreement with Garver, LLC to render design and bidding services for the project (Task Order 02). Construction bids were received on June 2, 2021. At the request of the FAA, a value engineering process was undertaken after bid opening to identify potential cost saving measures. The construction cost was subsequently negotiated with the low bidder based on the revised scope to bring the project within available funding limits. DISCUSSION: The Airport Division is requesting approval from Council to execute a construction contract with Emery Sapp and Sons and execute a construction phase services task order with Garver. Costs associated with both the construction contract and task order will be reimbursed under the FAA grant. The FAA AIP grant program will cover 90% of the project costs. The remaining 10% of project costs will be funded through the recently passed American Recovery Plan Act of 2021 (ARPA). The only costs that will be attributed to the City for this project is $1.44 which represents the costs for non -FAA eligible Contractor insurance. Below is a summary of the anticipated costs and funding breakdown for the project. Administration and Other Costs: $10,000.00 Garver Task Order 02 (Design and Bidding)*: $325,350.00 FAA (AIP): $5,522,256.00 Garver Task Order 03 (Construction Phase Services): $235,000.00 FAA (ARPA): $613,584.00 Construction Contract (Emery Sapp and Sons): $5,565,491.44 City: $1.44 TOTAL: $6,135,841.44 TOTAL: $6,135,841.44 *Previously approved by the City Council on December 15, 2020. BUDGET/STAFF IMPACT: The Aviation Division may expend up to $613,585.44 of additional federal funding or airport fund balance. This amount includes 10% project contingency of the approved project budget and $1.44 for ineligible project expenses (Owner Projective Insurance). Attachments: Staff Review Form City Council Memo Construction Contract (Emery Sapp & Sons, Inc.) Construction Administration Task Order (Garver, LLC) FAA Grant Offer Budget Adjustment Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation 010600 - CONTRACT THIS AGREEMENT made this day of 20 by and between Emery Sop o S , C a Corporation organized and existing under the laws of the State of i SS® l..t r J hereinafter called the "Contractor-, and City of Fayetteville, hereinafter called the "Owner". W I T N E. S S E T H.- 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 Runway Pavement and Lighting 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 and Deductive Alternate (strikethrough if applicable), subject to additions and deductions as provided in the SPECIAL PROVISIONS. Changes, modifications, or amendments in scope, price, or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, or fees. ARTICLE 3. Contract Time. 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 eighty five (85) 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 SPECIAL PROVISIONS 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. ARTICLE 4. Contract. The executed Contract Documents shall consist of the following: a. Addenda (if any) b. Advertisement for Bids 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. Supplemental Specifications I. Drawings m. Certificates of Insurance and Insurance Policies n. Third Party Insurance Issued for Bid 010600-1 Garver Project No. 21A13211 Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation Page Intentionally Left Blank Issued for Bid 010600-2 Garver Project No. 21A13211 Fayed"le - Drake FIe1d Runway Pavement and Ughting RehabilkaWn 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 Contact 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 shag be a surety company of financial resources satisfactory to the Owner, authorized to do business in the State of the Project, and shag comply with applicable state laws. ARTICLE 6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing car 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.CA 25-19-101 at Seq.). Only legally authorized photo roping 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. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in Four (4) counterparts. each of which shag be considered an original on the day and year first written. Attest Attest Contractor: Eme try Sct - 55M5, Tar-. By: :Z-J' Signature a0iA A w �m^ i IrP Prim Name and Title ~� `��mrrrrrrrrir� Owner, G�ERK/T / �� y•' CITY o'�ys��y rgnarure Y Print Name : J' •. .• 7W �r.11 a MG,.LwI� 50 • V Issued for Bid 010600-3 Garver Project No. 21Al3211 Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation Page Intentionally Left Blank Issued for Bid 010600-4 Garver Project No. 21A13211 Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation 010400 - PROPOSAL Place electronic submission Date 06/02/2021 Proposal of Emery Sam & Sons, Inc , a corporation organized and existing under the laws of the State of Missouri Tax ID Number (TIN) DUNS #: 117020343 72966318-SLS CAGE Code: OC9R5 or Proposal of , a partnership consisting of or Proposal of an individual doing business as To: City of Fayetteville This bid results from your advertisement for bids for the construction of the FYV Runway Pavement and Lighting 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). 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 for the Base Bid within eighty- five (85) 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 SPECIAL PROVISIONS of these Contract Documents. Basis of Award: Basis of award shall be the lowest aggregate of the Base Bid that are within the available project funding. The order in which the aggregate of the combined schedules shall be considered for award is as follows: 1. Base Bid - $ 6,065,491.26 Six Million Sixty Five Thousand Four Hundred Ninety One Dollars and 26/100 cents Issued for Bid 010400-1 Garver Project No. 21A13211 Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation Contract execution for the FYV Runway Pavement and Lighting Rehabilitation project is expected to take place in summer 2022. Upon contract execution, a "Notice to Procure" will be issued for material procurement & mobilization. The undersigned Bidder acknowledges and agrees that issuance of the "Notice to Proceed" may be delayed until August 2022 without any change in contract unit prices. Additional information related to the issuance of a Notice to Proceed for the project will be available during the Pre -Bid Conference. Bidder acknowledges receipt of the following addendum (addenda): 1-- dated 05/26/2021 and and and The undersigned Bidder agrees that this bid shall be good and shall not be withdrawn for a period of one hundred twenty (120) calendar days after the opening thereof. If written notice of the acceptance of this Proposal is mailed, telegraphed, or delivered to the undersigned within one hundred twenty (120) 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. It is understood and agreed by the Bidder that the award procedure for this solicitation will include the selection criteria of 49 CFR Part 26.45 to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals. Notification is hereby given that DBE goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disadvantaged individuals is 4.17 percent of the dollar value of this contract. The following provisions are also included by reference: • Davis Bacon Act (29 CFR Part 5.5) • EEO Compliance Reports (41 CFR Part 60-1.7) • Trade Restriction Certification (49 CFR Part 30) • Buy American Preferences (Title 49 United States Code, Chapter 501) • Certification of Non -Segregated Facilities (41 CFR Part 60-1.8) • Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion (49 CFR Part 29) Accompanying this Proposal as bid security is a cashier's check/bid bond (strike one) in the amount of 5% Dollars ($ ), 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. 21A13211 Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation SEAL (If Bidder is a Corporation) Bidder: Emery Sapp & Sons, Inc Tax Identification No: q3- )i0$$q$ Attest: By: Signature Signature &Awn'Skr m Brandon Finn Vice President Print Name Print Name and Title 2301 1-70 Drive NW Columbia MO 65202 Address 5184 North Oak Street Springdale, AR 72764 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. 21Al3211 Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation Page Intentionally Left Blank Issued for Bid 010400-4 Garver Project No. 21Al3211 Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation Unit Price Schedule Issued for Bid 010400-5 Garver Project No. 21Al3211 Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation Page Intentionally Left Blank Issued for Bid 010400-6 Garver Project No. 21Al3211 SEE NEGOTIATED BID TAB FOR FINAL CONSTRUCTION CONTRACT COSTS Responses Success: All data is valid! Status # Item Description Specification # Unit of Measure Numeric Est-ated Unit Price Total Cost BID 21-48, TOTAL BASE BID: Quantity Success: All values provided #1-1 Construction Safety and Security SS-120-3.1 LS 1 $132,730.00 $ 132,730.00 Pavement Edge Grading ss-220 Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided III Success: All values provided Success: All values provided Success: All values provided Success: All values provided -5.1 LF laozo $ a.3s $ 7a,3e7.00 Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation Page Intentionally Left Blank Issued for Bid 010400-8 Garver Project No. 21Al3211 SEE NEGOTIATED BID TAB FOR FINAL CONSTRUCTION CONTRACT COSTS Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values Provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide Success: All values provide �Sueeess: All values provide #1-28 Unsuitable Excavation P-152-4.2 CY 690 $ 56.40 $ 38,916.00 $ 16.00 $ 16,480.00 #1-29 Crushed Aggregate Base Course (6" Thickness) P-209-5.1 SY 1030 #1-30 Crushed Aggregate Base Course (0-4" P-209-5.2 SY 1600 $ 11.00 $ 17,600.00 Thickness) #1-31 Asphalt Hot Mix Surface Course P-401-8.1a TN 14570 $ 152.00 $ 2,214,640.00 #1-32 Asphalt Hot Mix Surface Course for Test Section P-401-8.1b TN 250 $ 341.00 $ 85,250.00 #1-33 Asphalt Hot Mix Leveling Course P-401-8.1c TN 600 $ 177.00 $ 106,200.00 #1-34 Asphalt Hot Mix Base Course P-403-8.1 TN 998 $156.00 $ 155,688.00 $ 0.82 $ 79,490.80 #1-35 Runway and Taxiway Marking (Reflective) P-620-5.1e SF 96940 #1-36 Runway and Taxiway Marking (Non -Reflective) P-620-5.1b SF 25640 $ 0.79 $ 20,25880 #1-37 Runway and Taxiway Marking (Temporary) P-6205.1c SF 53566 $ 0.71 $ 38,031.86 #1-38 Grooving P-621-5.1 SY 57270 $ 1.85 $ 105,949.50 1 #1-39 24" Reinforced Concrete Pipe (Class III) D-701-5.1 LF 20 $105.50 $ 2,110.00 #140 4' x 4' Airfield Grate Inlet D-751-5.1 EA 1 $ 12,972.00 $ 12,972.00 #141 Seeding T-901-5.1 AC 3 $ 2,250.00 $ 6,750.00 #1-42 Sodding T-904-5.1 SY 27220 $ 4.20 $ 114,324.00 #143 Topsoil (Furnished from Off the Site) T-905-5.1 CY 350 $ 42.90 $ 15,015.00 #144 No. 8 AWG, 5kV, L-824, Type C Cable, Installed In L-108-5.1 LF 23750 $ 3.38 $ 80,275.00 Trench, Duct Bank or Conduit No. 6 AWG, Solid, Bare Copper Counterpoise #145 Wire, Installed in Trench, Including L-108-5.2 LF 19250 $ 3.95 $ 76,037.50 Connections/Terminations #146 Trenching for Direct -Buried Bare Counterpoise L-108-5.3 LF 13800 $2.26 $31,188.00 Wire, 8" Minimum Depth 1 4147 ATCT Remote L-821 Panel Communication L-1085.4 LF 2300 $16.92 $ 38,916.00 Cable, Installed in Duct Bank or Conduit #148 Construction of Prefabricated Concrete Vault L-109-7.1 LS 1 $135,360.00 $ 135,360.00 Building and Foundation in Place #149 Installation of Prefabricated Concrete Vault L-109-7.2 LS 1 $ 169,200.00 $ 169,200.00 Building Equipment in Place #1-50 Flowable Fill Encased Electrical Conduit, 1-Way L-110-5.1 LF 300 $ 39.50 $ 11,850.00 2"C #1-51 Non -Encased Electrical Conduit, 1-Way 2"C L-1105.2 LF 17100 $ 7.35 $ 125,685.00 1 #1-52 Non -Encased Electrical Duct Bank, 4-Way 4"C L-1105.3 LF 60 $ 84.60 $ 5,076.00 $ 1,355.00 $ 14,905.00 #1-53 Concrete Encased Electrical Junction Structure, L-115-5.1 EA 11 L-867 Class 1, Size 16" Diameter by 24" Depth #1-54 L-858(L), Size 1, Base Mounted, 1-Module $4,960.00 $39,680.00 L-125-5.1 EA 8 Guidance Sign, Installed L-125-5.2 EA 19 $ 5,585.00 $ 106,115.00 #1-55 L-858(L), Size 1, Base Mounted, 2-Module Guidance Sign, Installed #1-56 L-858(L), Size 1, Base Mounted, 3-Module L-125-5.3 FA 21 $ 6,655.00 $139,755.00 Guidance Sign, Installed Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation Page Intentionally Left Blank Issued for Bid 010400-10 Garver Project No. 21Al3211 SEE NEGOTIATED BID TAB FOR FINAL CONSTRUCTION CONTRACT COSTS $ 35,825.00 provided L-858(L), Size 5, Base Mounted, Runway Success: All values ded #1-57 L-125-5.4 EA 5 $ 7,165.00 Distance Remaining Sign, Installed $ 7,670.00 Success: All values provided #1-58 Existing L-858(L) Guidance Sign, Reinstalled on L-125-5.5 EA 1 $ 7,670.00 New Base with New Panels $ 94,920.00 Success: All values provided #1-59 L-861(L) Base Mounted Runway Edge Light, L-125-5.6 EA 56 $ 1,695.00 Installed $ 45,120.00 Success: All values provided #1-60 L-861 E(L) Base Mounted Runway Threshold L-125-5.7 EA 16 $ 2,820.00 Light, Installed in Asphalt Pavement Success: All values provided #1-61 L-861T(L) Base Mounted Taxiway Edge Light, L-125-5.8 EA 9 $ 1,635.00 $ 14,715.00 Installed Success: All values provided #1-62 Existing Stored L-861T(L) Taxiway Edge Light, L-125-5.9 EA 41 $ 1.356.00 $ 55.555.00 Installed on New Base Success: All values provided #1-63 Bonds SP-C-01a LS 1 $ 64,500.00 $ 64,500.00 Success: All values provided #1-64 Owner's Protective Insurance Sp-C-01b LS 1 $ 1.00 $ 1.00 Fayetteville — Drake Field Runway Pavement and Lighting Rehabilitation Page Intentionally Left Blank Issued for Bid 010400-12 Garver Project No. 21Al3211 � k @, \ § \ \{ {\ m ® � CITY OF FAYETTEVILLE FYV RUNWAY PAVEMENT AND LIGHTING REHABILITATION BID TABULATION BID OPENING: 06/0212021; 2:00 PM ENGINEER'S ESTIMATE ITEM SPEC. AS -BID NEGOTIATED UNIT NO. NO. DESCRIPTION UNIT QUANTITY QUANTITY PRICE AMOUNT ...,..,......,,,..."-.,.,",, ,,,,,,,,,,,.,,.......-, 1 ,,...,..,.....................,,.....,....,..I—- ............,11,....,.....,,,.,..,,,,,....,.......,,,...,...,_..,,,,,,,,,....,....,.,............,....,.............,.,......,... , ...... ........,...,............ ,,,.,,,,.............,...,,,.,............................... ,..,........ ..,,,,....................... .......,......,.............. ,.,,,,.,.. SS-120-3.1 Construction Safety and Security I', ......,,...",.,,,....,......................,,,..,,.,..,,,,,,,, LS ....,......,,..............................,...-..." 1 ,,.,.., ............ ,....... _....,. ....... , ,..,, ...... ,,, .., ..a k 1 .,,,.,,,. ,. .............,........... ,...... ...,.... ..,.......,,.... ....... ,,. ., .,,.,.... $140,000.00 . ,..,,,.,.,., ....,. ,,......,,.,,.,.,..-.,....,,.,,.,., ,,, '.,...,,...,.,, $140 000.00 a a 2 $ SS-220-5.1 Pavement Edge Grading $ LF 18,020 1,6570. , a $5.00 8 $90,100.00 I 3 lz SS-221-5.1 Paving Fabric SY 104,280 94;521 �,,,,,,,,,,,,,,...,,,,...,,,,,,.,,.,,,,,,..,,.,,,..,,,..,.,,.,,,.,...,.,.,.,,,,..,,,.,, ., $3.00 $312,840.00 4 SS-222-5.1 Haul Road Repair (Full Depth) SY 1,000 1,000 $100.00 $100,000.00 5 SS-222-5.2 Haul Road Repair (2" Mill and Overlay) 2 SY 330 330 $75.00 $24,750.00 � 6 � l Lockout/Tagout and `Constant1Current Regulator Calibration ° SS-300-5.1 Procedures LS t 1 a � 1 i a $2,500.00 $2,500.00 7 SS-300-5.2 Electrical Vault Modifications LS 1 1 $5,000.00 a $5,000.00 8 SS-300-5.3 Generator and Transfer Switch System, Installed LS 1 g 1 $130,000.00 $130,000.00 s 9 z r SS-300-5.4 IExisting ATCT Modifications, Installed LS I 1 1 $15,000.00 i $15,000.00 10 i mov R SS 301 5.1 Existing Base Mounted Runway Edge Light, e ed t EA 73 73 100.00 � $ l 7 $ 300.00, Existing Base Mounted Taxiway Edge Light, Removed, and a,. a 11 SS 301 5.2 EA 41 20 $150.00 $6,150.00 I - - i Stored with Base Demolished a 12 SS-301-5.3 .Existing Stake Mounted Guidance Sign, Removed EA 49 49 $100.00 $4,900.00 13 SS-301-5.4 $Existing Base Mounted Guidance Sign, Removed EA a 5 5 $300.00 a a $1,500.00 g I i 14 � Existing Base Mounted Guidance Sign, Removed and SS-301-5.5 : i hed Stored with Foundation Demolished EA 1 � 1 � a � $300.00 2 � $300.00 � a a � 15 i SS-305-5.1 � Directional Boring, 1-Way 2"C Polyethylene Conduit R LF I a 1050 1050 $35.00 $36,750.00 � 16 a SS-305-5.2 Directional Borin9 2-Way 2 C Polyethylene Iene Conduits LF I 450 450 , 45.00 20 250.00 17 SS-310-5.1 Temporary Airfield Lighting LS 1 1 $10,000.00 $10,000.00 18 g C-100-14.1 Contractor Quality Control Program (CQCP) LS 1 . 1 $50,000.00 $50,000.00 I I 19 C-102-5.1 Temporary Erosion Control � LS 1 � 1 $10, 000.00 � a $10,000.00� 20 C-105-6.1 Mobilization (Maximum 5% of Total Bid) z LS 1 1 i $261,615.20 $261,615.20� .......,,,,,,,,,,,,,,,.,,,,,,,,,,,,,, ,,, ,,,, ,,,,, ,,,,,,,,,,,,,,,, „ ,,,,,, , , ,,,,,,,, ,,,,,, , i 21 P-101-5.1 a Asphalt Concrete Pavement Removal I SY 1,430 990 $15.00 $21,450.00 22 P-101-5.1b Concrete Pavement Removal SY 1,730 1,730 $20.00 $34,600.00 "'ll",..,..,,,.",1.1,,.,ll,,11-1..11 23 ................1,l,,.,.,..,.,,,,,....""""„,,,,............. .,„ „ .,.... ........,...,,„,„........................................ ..,,,.,.,,....,,„..........,"",,....,,.......,........ ............ ,,.......... .,.,.,...,....................... „.................,.,„,..,..,,,,„..,,.,,,„.,„,, .....,,,,., ......,,..... ...,.„„,,,,- .... .,...... „,......... ..,,,„..,.................,......,........, P-101-5.2 Joint and Crack Repair (1/2" or Greater) ,... LF ........ .,......,.,,................. .... ,,„.........,......... ,,,.,,,,,.., 5,200 .,.i,,,...... .,.....,,,,... . ,,,,...,............,,,....................„.....„......... 5,200 ...... ,.,,...... ............ ,... ,..,......,,,,..... „.,,.,,.....,,..,,,... ..,,.....,....... ; $4.00 3 ...,.,...,,,,,..,.,..,,.,.,.,,,.,........ ,....... ,,.,...................... ,3 $20,800.00 g 24 P-101-5.3 Pavement Markings Removal SF I 5,060 5,060 £ $2.00 $10,120.00 25 P-101-5.4a Cold Milling (0-1") ....... .................... .............. ......... ......................... SY g 74,800 .. ..... 66,980 ........ .. , . $4.00 I ..:....., ,... ., ......,...... ,....,.,ll,.,,... ",,I ,,..,.....,,, $299,200.00 „,,'ll",,,.,,,,,'.11I... ",,'ll",,,'ll,.,,ll,",.,,'ll "I'l. 9 W___ -. 1 of 3 Emery Sapp & Sons, Inc. Emery Sapp & Sons, Inc. (As -Bid) (Negotiated) UNIT UNIT PRICE AMOUNT PRICE AMOUNT I,.,.,,,..,.1-............... ........1,111111.,,,,,,..,.,.,.,.,.,.11",,,,,,,,'l .,.,.,,,ll",'.,.,.,..,,...,.,,,.,.,."I'l,,,......I.'ll,,.,,,I..................,,..................,,.,,...... $132,730.00 $132,730.00 �,.............................,,,,................,.,..,,.,..........,,......,,.,,,,,,,.,,,...,.....,...,,,.,.,.,.,,.,.,,.,,,.,.,..,,..,.,..,.,.,.,,,...,,,,,,,,,,,,,,,,,,,.,,........,.,..,,,,, $4.35 $78,387.00 z $3.00 $312,840.00 ,,,,.11.,...,,,..",,,,,,,,,,,,,,ll,,,,.,,,,,ll,",.",,,.,I............... ....... ....,.,., ......,.,.,,,,,,,,,,-.,...'ll" � $107.00 I'll,,,,ll,",,.,..-,,,.,,,,'ll,.,.................1111.,,1,1_1,......... .i $107, 000.00 ...-l.,.,,,......................................................._1,.,1,11..,,,,,.i.....,......,..,....11.,.,,,.,,,....,,,.,,..,,.,,,..'_1,111111111.............................,,.,,,... y a $78.40 � $25,872.00 $845.00 t $845.00 ,,,11.11,11..,,,111.11,,,,,,,,,,,,,'ll""I'lI,.,.,.. ............ ,,...,,,,...,..,,,, ,., .,, ,11,,,,,,,11,1,,,,,,.,,,,,,...,. a $2,030.00 ................... .,,,,.,,.,,,.,...,., .............,.....,. $2,030.00 a $118,650.00 $118,650.00 i,,,,,,,,,.111,.,,1.111............... ....................111,,,.,,,.,,,".,,.,,,,,,,,,z.,,,,,""",,,'llI........ ........,.........,111,,,,,11,..,,,,,.,....... ,,,,,, ...... 1111,,,,,.1,11111,,.,.,,, z 3, 3 100.00 100.00 a , a $57.00 $4,161 00 a ..... I'll-- .,.,,,,.1111,.11111,1.11,1........... ..... .. ....... .... .,........... ,,,,.,,,,.,..,,,..,.,,,,,,,,,,11... $282.00 ....... ,,,..,....,.,.... ,1,1111111.11,1,,11, .,.,,,,,............ $11, 562.00 $170.00 $8,330.00� $565.00 g t $2,825.00 $565.00 $565.00 i a 4 .00 42 000.00 0 , 1., . ,,,.,.,,.,,,,,,,,..�,,,.,,,,,.,,,.. ...,,.,,,,,,,,,,,.,... ,,4,,,,,.$11,2,475.00 �,,, ,,,,,,,,,,$12,475.00 $85,600.00 $85,600.00 $17,500.00 $17,500.00 E i $230,000.00 $230,000.00 $23.70 I $33,891.00 3 ? i I28.20 $48,786.00, $3.60 $18,720.00 1.80 I 1 0 9 08.0 $3.75 $280,500.001 t £ ..,1,11,,.,.,..1.1111...........,.......-.111.1....................,.,...1,11...........................,....,.................,..........,,..111-....,.,...,..........,,., $132,730.00 ........ _, $132,730.001 „ ..,, ...... $4.35 $72, 079.50 $3.00 .... .......... $283,563.00 $107.00 I I111,1.,,...........,.,,....,...,,.",,,,,,,,,,,,,,,,,,,,,,,,",,,,.,.....,..........I',,,,,,'ll""I'l,'ll"I'l.,,,.,.,,.,...,,...,,............,...,.,,..,11,1...1................,.,,, $107, 000.00 .11.111.1, $78.40 $25,872.00 845.00 , z 845.00 $2,030.00 $2,030.00 $118,650.00 $118,650.00 a $3,100.00 gg $3,100.00 .. ,,,,'ll""II.,,,..,.,., 11,,.,'ll",Il.,,",,,,,,,,,,,,,,,,,,,,,,,,,,,,..111".,...,,,.,.. $57.00 ,,.,,,,,.,,..,,,....,..",,11.11111,.,,,,,,,.,,.,,,,,.,,,,...,,.,...','ll II.Ill",,,,,,l $4,161.00 $282.00 $5,640.00 ,,,,,,,,,,,,,,,,,,,,,,,"",,,,,,,,,,,,,,,,,,,„,,,,,,,.,,,.,-..,,....�,..,..,,.,,,.,..,,,,,,,,,,,,,,,,,...,,,...,,,,,,,,,,,,,,.....11,",..,l....,.,,,„ $170.00 "......,,...,,,,,, $8,330.00 $565.00 8 a $2,825.00 , 1N.,,,.,,,,,,,..,,,,,,.,,,,.,,,,,,,,,.,.,,,,,.,.,,.,,,,,,.....,...,.,.,.,..,.,.,,,,,,.,,,,,,,, ,,,,,,,,,,,,,,,,,,,,1`OO $565. � ... ,,,.................. $565.00 a ,.,111.................,,,,,ll,,,,.,.,.1 „ ,. ,.11...,,,,.,.....,.,, $40.00 .... ,... ...... ........ ,.,..... ,............ ,.,,.... ',....,...,.,.,........,,.,.,, ... $42 000.00 ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,............. ,,,,, ,,,, ,,, ....a, ............. , 111,,",,,.., a $51.00 I i l....'ll"",.,,,,,.,.., ....,ll,.,.,'ll"I'l,,,,�,,,l"..,I.",,,,'ll""I'l..,,.,,...,, $22,950.00 $12,475.00 $12,475.00 $85,600.00 $85,600.00 $17,500.00 $17,500.00� $230,000.00 a, $230,000.00 23.70 $ a $23,463.00, $28.20 _ $48,786.00 l $3.60 i $18,720.00 , r.................., I $3.75 i...',,,.,....,...,.,..,,......,,.......",,lI...............1 „ .,., ,,,,,'ll.,.,,..,,,-...............................� $251,175.00 l Garver Project 21 A13211 ENGINEER'S ESTIMATE ITEM SPEC. AS -BID NEGOTIATED UNIT NO. ....,,....,,,,,.111,.'..•_,.................,.....,w.,,,........,,,..........•....,......,.,•.,.,...............-"......,,..11" NO. DESCRIPTION ..",l,"". l,.,.I..............,11.11.1,.,.......,.,.•.......•....•......•...............,,,..,...............,.•.......•..,,.......,,.,..............�.•..............,,,,•••......,..,,..........,...............,..,.,.,.............................111,,,,...,..,,..•,..1-111....,,•.......,.,...........,,.., UNIT QUANTITY .,,„.....,.,.....,..,.....,,, . QUANTITY ,...,,.,,,.,.•,...,,,,.,,,..,...,..,,,,,,,,,,,,,•,.•.,.,,..,.,••..,.,.,,,,,,.,,.,,,,,,.,.,,.,..,,,...,...,,•,,,,,...•.1111..,..1111 PRICE AMOUNT •,•..•,,,,..,1"-.•..,.,•...,,l,,..,,,.�.,,.,.........1.1 26 i € P-101-5.4b Cold Milling (1"-3") I SY a 14,310 14050 ' a a $7.00 $100,170.00 a 27 P-152-4.1 ,,.,,,,.,.,•,,.,,,,,,,,,,,,,,•,,,,.,,,,,,,.,,,,,,,,•,.,,,,,.,,...,,,,,,,,,,,,,•,,,,,.,,•„•,,,,,,,.,,,,,,,,,,,,,•••,,.,,,•,,...,.,.,.,,,,,,,,,,,,.,...,,,,,...,.,..,...,,,,,,•,,,,•„•.•,,,,,,., .,,,,,,,.,,,,,, „•,.,,,,,• „,•,•, „ „,• , „„ „ ,,,,•,•,,,,,•,,,,,,,•,,,,. Unclassified Excavation ,.,,,••,,,,•,•.,,, , ••„ , CY a • 500 a 0 $30.00 $15,000.001 28 P-152-4.2 Unsuitable Excavation CY a 690 Avl' a a $50.00 , $34,500.00 29 P-209-5.1 a Crushed Aggregate Base Course (6" Thickness) SY 1,030 a 0 a,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,..........,..,....,,,,...•....,,..,.,,,......,.,,.,..,,,,.,,,.,,, $20.00 E $20,600.00 30 P-209-5.2 ;Crushed Aggregate Base Course (0-4" Thickness) SY 1,600 a 1,600 ,.. . a ................. $18.00 I ._"..................... - ........... "......,......... $28,800.00 I ,,,, a. 31 a P-401-8.1a Asphalt Hot Mix Surface Course p a., TN a a . 14,570 ,,, . ' 13 455, ,..., a ;„ a �,. $145.00 $2 112 650.00 ' 3 32 P-401-8.1b Asphalt Hot Mix Surface Course for Test Section TN 250 250 $300.00 $75,000.00 33 P-401-8.1c a Asphalt Hot Mix Leveling Course a TN a a 600 a 600 a a I � $155.00 � $93,000.00 I 34 P-403-8.1 Asphalt Hot Mlx Base Course a TN a 998 ,• a 415 $145.00 a , $144, 710.00 aI.-11111.111111 a , 35 a P-620-5.1a Runway and Taxiway Marking (Reflective) SF 96,940 96,940 $1.00 $96,940.00 36 P-620-5.1 b Runway and Taxiway Marking (Non -Reflective) a SF 25,640 � 25,640 .a $0.80 a $20,512.00 a Marking SF 53,566 53,566 a $0.80 $42,852.80 37 a P-620-5.1 c ? Runway and Taxiway (Temporary) a 38 P-621-5.1 Grooving SY a 57,270 57,270 $2.00 $114,540.00� 3 I 3 9, D 701 5.1 „ Pipe Class III 24 Reinforced Concrete a LF � 20 a 01�1 :, $110.00 $2,200.00 a 40 D-751-5.1 ..............................,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.,,,.,,,,,,...,,,,,,,,..,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.,,,,,,,,,,,,,,,,,,,,,.,,,,,,,,,,,,,,,,,,,,,,,,,.,,,,,,,,.,,.,,,,,.,,,,,,,,,,,,.,,,,.,,,,,.,a,,,,,,,,,,.,,,,.,.,,,,,,.,,,,,,,,,,•,,.,,,,,,,,,.,,,,,,,,.i,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.,,,,,,,,,,,,,,,,,,,••,,,,,, 4' x 4' Airfield Grate Inlet EA a , ,,,, 1 " %0 $10,000.00 r a $10,000.00� a 3 41 g T-901-5.1 a , Seeding AC a 3 a 3 a I $4,000.00 $12,000.00 a ,,.,........�,,, 42 T-904-5.1 Sodding , SY a,,, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,...............,, „ , a , 27,220 a 25365 1.1..1.,....1_1....... " , $5.00 $136,100.00 „., I',,,,„,.11 ..............."-.,,,.,,,.",.,,,...,,....,,,",,..,.,.............. ,,..,.,.,",'ll.,,. I,, ,,'ll"I'll"...,'llI..............,'.11,,,,.,......,,..,.....,,.,,,....,,,,,'ll,,,,'ll",,..',,,.,,,'ll",'ll"",,.,.,,,.,.....,.....,..,,.'.1.,.,,,,.,,""",I.........................,,....'• ", .... ,,........."'.,,.,,,,,,.....,...............,,,.,....•,.,'ll.,,.....,..,""I..,...,......,................... ,..;..,,.......,,...,,,.,.,.,.,......,,,,,,..11, 1.1,1............,,,,.,.,,.,,,,,,,,,,1, .,,,,,,,,,• ................ ,,,,,.,..• ....................... , ." "'V' • "'....,,,.•..,,,,•,,,,..•,,..,,,.•.,•,.�,••...,,,.,..,,,,,.,.•,•', .0 •w;,1...............111111.11,,,,,,,..11.1,1.................,.................,.. „�..,...,....,,...,................ ... -.....,.,.........,.............,",................,.............. a 43 T-905-5.1 Topsoil (Furnished from Off the Site) CY 350 350 $50.00 $17,500.00 a a 44 L 108 5.1 : No. 8 AWG 5kV L-824, Type C Cable, Installed in Trench, I LF 2 3 750 � 22,'190 ,, a a 3 3.50 $ 8 3125.00 , a € - - I t Bank r Conduit ,Duc a o � a , • ,,, a a , , a .., 45 € L-108-5.2 llo. 6 AWG, Solid Bare Copper Counterpoise Wire, a Installed in Trench Includin Connections/Terminations a 9 LF 19,250 17 660 z a a a $3.50 a I $67,375.001 46 L-108-5.3 ................. (Trenching for Direct -Buried Bare Counterpoise Wire, 8" I , ,•.•„••„a• LF 13,800 1,3798 `� $2.50 $34,500.00 � Minimum Depth I � � 47 L-108-5.4 gATCT Remote L-821 Panel Communication Cable, Installed in Duct Bank r Conduit LF g a 2,300 2,300 $15.00 a $34,500.00 ,,,,,,, „....................a z � 48 _ L-109 7.1 Construction of Prefabricated Concrete Vault Building and Foundation in Place s LS I 1 a � 1 a , a $140,000 00 a $ 140 000.00 49 � L-109-7.2 `Installation of Prefabricated Concrete Vault Building � 1�1 � LS a111.1­.11111-11111111 a � 1 1 a I $160,000.00 � I $160,000.00� Ea ui ment in Place I 50 L-110-5.1 Flowable Fill Encased Electrical Conduit, 1-Way 2"C g LF 300 300 $40.00 a $12,000.00 a I 51 a L-110-5.2 a on -Encased Electrical Conduit 1-Way2"C I LF 17,100 15540 10.00 a 171 000.00 52 a L-110-5.3 Non -Encased Electrical Duct Bank, 4-Way 4"C g LF a 60 .. 60 $80.00 $4,800.00 !1. ± -. 2 of 3 Emery Sapp & Sons, Inc. Emery Sapp & Sons, Inc. (As -Bid) (Negotiated) UNIT UNIT PRICE AMOUNT PRICE AMOUNT •....••,..•'... ............ .,...,... .,....,............ .... ..,... $7.80 ...... ..,.,,•...........m.................... .••......... •......,..••.,.,,..•......,a $111,618.001 ,•. ••,,..,.,,,,.•.,•,•„............... .•.•..w... ......... ..... ,••.,'..... .,.•..•..,... $42.85 ..... ••........ ..............,.. ,..••,.••,,..•,,', .,,••......,...,,.... .., .,. ,., $21,425.00 ,,,,.,,...,.......,.,...,,,.,,.. 1„.....................�56..4,0,,.... a ,.......,,. ,...,,,,,... ,...,..°16.00 38,91 $16.00 $16,480.00 a.1.,.,,..,,1,1.............................................. 1,11.111,1, .... .....,.... ,.,,.,.,,.,.'.........,....."I'll'I'l,,.,,......,,.,...,,,.,,............."I',.,ll,,'ll",ll,,.,,,,..,,,,",,,,,,.,,,,,,,,,,a $11.00 $17,600.00 $152.00 $2,214,640.00 1­11111.......... ...•.$34,1,,00,,,,,,,,..,.,,,,.,,,.,.,,,•.,.,,,...,..,,..,,..,....,,,,,...,.,,,..,,,,,,,,$85,250`.00 11111�.....,,.,,,,.. ,,,,,,,,,..,,,...,,,..,..,, ..,,,.,.,,....,.,�.1„06,200.00 ......................$1177.00 $156.00 $155,688.00 a 0.82 79 490.80 , a $0.79 I $20,255.60 a $0.71 a a $38,031.86 $1.85 8 a $105,949.50; I $105.50 � $2,110.00 � $12,972.00 $12,972.00� a $2,250.00 g $6,750.00 a $4.20 $114,324.00 a r $42.90 a $15, 015.00 a a 3 I $3.38 a $80,275.00 $3.95 $76,037.50a a a a a 2.26 a 31188.00 , a $16.92 $38,916.00 $135, 360.00 a $135,360.00 $169,200.00 a $169,200.00 ,,•••11..,•................ ..•........ •............. ....... ,1.1.,,,.•,,1.1111..,,,,.••,••„••,•,•.1................... ,. •••.••..,•...,.,...... ................ •...... ••••.••••.••.,I $39.50 $11,850.00 ,,,,,,,,,.•.1...••......... .............1111,,.,•........ .••.... ........... ,.",,•.•.,_.,,,,,.,""",,,,,,,,.•..•„•,•,..••••,....,••.•.•••••,"",'ll",,-,,ll,,ll,,,,,.,",,.•....•.,..,.� a a $7.35 $125,685.00 ,,,,,,,,,,,,,,,,,,,.,,,,,$84.60 ,,,,, , ,, a.. .., .,\ ,,...1,l,11.11",,,,,,,,,,,,,ll,,"-..,,1.1.,.1.,,,,,,,,..,,.,.,,,l,.,,..,,,,,1.1,,,,,,,,,,.,,,,,,,.....,....,.....I $5,076.00 ,."l,,,.,,,,,.,•,•.""-.,,..••.•....• ","""„",.,"".••.••....,.., ,...,1•1........................u.........._.....,..,•,...........,.µ.,,..,..,•....1_.....,.• a a $7.80 .•.a $109,590.00 a $42.85 I $0.00 .,.,.,,111................... ...,...,..,.,1................. ,...,.,,,,,,•.1....... ........ 1"..,...,,..,,.,1.......,,,,ll",. $56.40 a ............ ,,,,,,,.,.._1,...............,.,.,...,.,,...","..,.,.,,,.,...,.,.111..•., a $0.00 a $16.00 $0.00 a Z a 152. 00 I a a a 2 045 160.00 , i $341.00 $85,250.00 $177.00 $106,200.00 -11,,,,,,,,,,,,,,ll,",.•11, $156.00 $64,740.00 a $0.82 a a $79,490.80 a a a a 0.79 $20,255.60 s a a a $0.71 3 a $38,031.86� a $1.85 $105,949.50 a i , , 105 50 a .,,,,,,,,,,,,,$12,972.00111..1.111.,.�....... .,..,,.....,,,,,..,, 0.00 a a ,,.. a ,,..,,,,,,,,.,.,,,,,,,,,,..,,,,,.,•,,.,,,, .,,.,...,,,..........,,.,,$0.00 ...,.,,,,,.,'$2,250.00„,,......,,,.1,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.,.�6,750.00 a a a 4. 20 a $ 106 533 00 � , a $42.90 $15,015.00 a a 3.38 � a a 7 5 002.20 $3.95 $69,875.50 a •„ a $2.26 a •. $31,183.48 ,,,,,,,,,,,,,•,,,•,,,ll,,,,••.,.,•„•••••.,,.,..-...•. ",.,'ll".,..,.• I "I,,,,ll,,'..",,,..",,...•....,,,,-11,,,,.••.,•..l.,11.11,••,•,,,..•.....,••.,.,..•. a $16.92 ,,,,•........•,,,,•. ",."'l „ i ,„ $38,916.00 a I $135,360.00 $135,360.00 z $169,200.00 $169,200.00 .•.,.,.••..,""",,..•.",,111.,,,...,-,,•••••,.•,,,,,.•..,... l'I',,,,,,,,ll,"'I "I',l,••.• 11..•• 111,11,11, $39.50 ,'...",,'ll""I'l• 111,,,,,•,,'ll"I'll,,,,,,,,'l,.,,,,,'ll'.,,,,,,,,,,,,,,,,,,,',l".� $11,850.00� $7.35 ..,,,•.l.,1.111.11,11.,,..11,,1,- $114,219.00 � ............."'I...........,.....1.11,,,,,,,1,........ ...........................,... ,.....,, ',................ .,,.,,, .......'.....' ....,.. a $84.60 $5,076.00 ,ll,.......,,,,,.. . Garver Project 21 A13211 ENGINEER'S ESTIMATE ITEM SPEC. AS -BID NEGOTIATED UNIT NO. NO. DESCRIPTION UNIT QUANTITY QUANTITY PRICE AMOUNT ­­­­­­...­ ....... . .... 53 ...... .. . ......... L-1 15-5.1 ............. 11­11...........,._._.....,.,.,..... . .......... ... . .... . ..... . ....... . . ......... Concrete Encased Electrical Junction Structure, L-867 1, Size 16" Diameter bv 24" Depth 1111.11.1- . . . . . .................... EA . ........ ............... ............. . 11 11 ........ . . .. . .......... ............... $1,500.00 . ..... ­...'­­ ... . . . . ...... . ........... $16,500.00 . . ................ 54 .............. L-125-5.1 Class ........... . ..... _­'­ . . .. . . ........ ­ ..... . ........... .".. ....... .. ......... .... . ... . ..... .... L-858(L), Size 1, Base Mounted, 1-Module Guidance Sign, EA . . .............. . . . ..... _­11­­­­­"__' . ... . ..... . . 8 8 . ............ 11.­11.11111 . . ............ . . . . ............. $4,500.00 ... . ................. . . ............ . . $36,000.00 .. . ....... ....... . .. ..................... . ...... Installed . ..... '_­­'�.­ . ............. ........... ......... . ....... .......... �'­­­­ . ......... ........... ............. .............. ...... . ...... ..... .............. ........... L-858(L), Size 1, Base Mounted, 2-Module Guidance Sign, 1­­.­­1­­­'­1 ............... .............. EA . ... . ................ ­1­1�111.1 ................................. . . . . ... .................... . 19 19 ............ ........... -1-1.1.11-1 . . . ............ ­111­11­11 ............. ......... . .......... $104,500.00 55 L- 125-5.2 Installed $5,500.00 . ............... 56 ............... ............... L-125-5.3 1111­1­11 ............ . . ....... . .................... ­�"� ..... . ..... . .............. - .............. ........... InsL-8tall58(L), Size 1, Base Mounted, 3-Module Guidance Sign, ed ... .... . ... ....... EA . ..... ­� ... . .................. . 1­111­11,11­111­11111 .... ........ ................ 21 21 .................. ...................... �'­ ................ $6,500.00 .... . ................ . - ..... . . ....... $136,500.00 57 ..... ....... .. . .......... .... . . ....... . ­ . .. . .......... 111­1�­­ L-1 25-5.4 . ..... ....... _­'­_..­­­._'­­ .... . ......... _­­­­­ ...... . . ....... . . ....... . ...... Distance ..... ........ . ....... ............. ....... . ..... ........... L-858(L), Size 5, Base Mounted, Runway Distance ­'­'� ........ ............. . ..... ...... ..... EA . . ................................ ............... ........... .......... ... . . ....... 5 5 ............ .... .... . ...... ... . .............. $8,000.00 ............. . ... . ......... ....... . ....... $40,000.00 . ............. .................. Remaining Sign, Installed 11111­1.1­11�11.11­­­ ................ ... . ..... . .. . . ...... �­ ... . ........... . . .... ­� ............. . ......... .............. .­'� ..... . .. .... ... . . ....... .............. . .............. ... .. . ....... ­­ ..... . . .... .......... ......... . ..................... . . .. .. ..... ... .... . 58 L-125-5.5 Existing L-858(L) Guidance Sign, Reinstalled on New Base New Panels EA 1 1 $7,000.00 $7,000.00 . . ............. 59 ............... ­­�'­­' ................ L- 125-5.6 with . ..... ............ . . ­­­ ................... .. . . ............... ................... . . ­'­­­ . . .................. ... .......... .. ..... . ...... ............ L-861(L) Base Mounted Runway Edge Light, Installed EA ............. . . ... . ..... .... . ... . .......... 56 56 .......... ..... . ................ . ..... .................... ­ . ......... $1,500.00 . . .... ...................... $84,000.00 60 ........ .. ... ........... ­1­111111�1 L-125-5.7 .... ...... ........... .. . ................... _­ ­­ ........... . ...... ­.�"� ............... ­­­­ ... ....... ....... .. ­'�'� ­"­ .. . .. . .................. ..... ........... . . L-861 E(L) Base Mounted Runway Threshold Light, . . ... ............. "­ ­.­'­ '_­­­­.'�'� EA . . ......... .... ....... �­.'­'� ............. ................ ..................... 16 16 ........................ ­ ­'�"'..­__...." '­­­ ...... $3,000.00 . ....... ­ . ........ ­­­­­ .............. $48,000.00 ....... . ............. Installed in Asphalt Pavement ............ . . .... �4­_­ ......... . ......... . ....... ... . ........... . .. . . ........... ­ . . . . ....... . ....... .... . .................... ..... ...... . ....... ... . ............. . ........ .... . ..... ................... . . ..... . ...... . .. .............. .................................. . ...... . . .... 61 L- 125-5.8 L-861T(L) Base Mounted Taxiway Edge Light, Installed EA 9 $1,500.00 $13,500.00 62 L -125-5.9 .. . . .. . ........ . ...... .............. ........ . .. . ...... . ...... . . ............. ........ . . �'­ . ...... . ..... . . ...... . ....... Existing Stored L-861T(L) Taxiway Edge Light, Installed on New Base . ..... . . . . ....................... EA 27... 771� . . . ... ................ 41 . ........ . ....... . ..... . .............. . . . ... .... . . $1,500.00 ..... . . . .... . ....... . ........ . .. . ..... . ........ $61,500.00 63 .............................. SP-C-01a . ..... . ........ . .1111111­11111.­1­1111.11 ............... . .. . . ........... . ....... ...... . .................... . . ..... I Bonds r ..... LS . ..... . ......... 1 1 l $50,000.00 $50,000.00 .. ...... . ... . ......... . . .. . . . ............ . . ......... ............... .... . . . . ....... . ... ..... . ......... . ..... . .. . . ..... .. . . . ........ . .. .. ....... . ................ .... ...... ............ ............ ............................... . ...................................... 64 SP-C-01b Protective Insurance 11 LS 1 1 $3,000.00 $3,000.00' .1'Owner's . . ...... .... . . I .... . . ...... . . .......... .... . ........... . ...... . .... . ......... ............................. . .. . ..... . . ...................... . . ..... . ................. . . ................ ..... . ....... ............. . .................. . ............ ........... . ......... . ... . .................... . .... . ... . ........... . ...... . ................. . ...... . ....... . ...... . ......... . ... . . ..... . . . ..................... . .. . ................. . ............................. ....... . ...... . .. . .............. TOTALS $6,000,000.00 Negotiated Items Negotiated Bid includes reduction of project scope related to geometry adjustments to the south end of Taxiway B (future Taxiway 134) and the north end of Taxiway A (future Taxiway Al). Emery Sapp & Sons, Inc. Emery Sapp & Sons, Inc. (As -Bid) (Negotiated) UNIT UNIT PRICE AMOUNT PRICE AMOUNT .-I-111-111- . ........................ ..... . .... . ........ . ......... ..... ........... $1,355.00 . . $14,905.00 .......... ...... . ......... $1,355.00 $14,905.00 ... . ...... . ....... �'­"� ... . ...... _"­�­ -,-. "", . ..... . . . ............... $4,960.00 �­ .... . ................ - . ....... $39,680.00 .. . .... . ............. . . . ............ - $4,960.00 11111111­11-1.11 .. . ............ �­'­.­"� ­ $39,680.00 . . .............. _­'..".11-1 ........... 11111�11­­� ........ . ... . . ..... .................. $5,585.00 .......... ­­­­ .................... $106,115.00 ............ $5,585.00 ....... . ....... $106,115.00 .­1­111­111. ......... . ....... ....... . .... $6,655.00 . ....... .............. $139,755.00 ........... . ...... ........ . ................. ­­­­­ .. . ........ .. . . . ...... . .................... .... . $6,655.00 ......... . ... . .... _­­­ ......... . ... . .... ­ ­�"_ $139,755.00 . . .............. . $7,165.00 ...... . .......... �­ ­ _­� ..... . ................... $35,825.00 ...... . .......... -1.11-1­11 . . . .............. 1­1­1­111�11111111111­ ............ $7,165.00 ................ 1111-111­1 $35,825.00 . ...... . ..... ... "I�'ll,�'ll,��'..'�,�'ll""II.1111.111,�.,-.,I . . . ............ $7,670.00 . .......... . . $7,670.00 ....... . . ....... ... _.­­ .. . . ......... . .... ........... . . .............. $7,670.00 . .................... .......... ­ $7,670.00 11,11,1­1­1111.111111­," ............. _­­11.1­111 ............... ........... . . ... .. . . ..... . ..... ....... . ... ............... ............... $1,695.00 $94,920.00 $1,695.00 $941920.00 ............... 111­11-1111 $2,820.00 .................. . ............. �­ .......... . ............. . .. . ..... �11�1­11111�111­1­­­' $45,120.00 .......... ................. ­111111­­ .............. .............. .............. . $2,820.00 . ..... . ...... 120.... . ........... $45,.00 $1,635.00 $14,715.001 .... . ...... . ...... . . . ........... ........ $1,635.00 ..... . ..... . . ......... - ... . ......... ....... - $0.00 1--111-1­11 .. . .............. 11�111_1.1­11 ...................... . . .... . $1,355.00 .... . ................. . . . .... . . ....... . ... $55,555.00 .... . ......... $1,355.00 I . 1�1111111­1­ . ............................. . ..... . $36,585.00 $64,500.00 i $64,500.00 ............. ... 1111111111-1111­111 ....... ...... ...... . $64,500.00 . ....... . .......... . ............ . . . . . .................... . $64,500.00 ...... . ..... . ............. �'­ ............ ........................................ . ..... $1.00 .. . ........ . ... . ......... - - — - ------ ........... $1.00 . . ............. ....... ... I .......... $1.00 ........ ............. . . . ... . .............. . .. . . . ..... $1.001' .................... . ..... . . .............. . ....... $6,065,491.26 �wlv 9Z, Date $5,565,491.44 GARVER: 3 of 3 Garver Project 21A13211 APPENDIX A-03 TASK ORDER 03 FAYETTEVILLE — DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION CONSTRUCTION PHASE SERVICES This TASK ORDER is made as of 2021 by and between the CITY OF FAYETTEVILLE of Fayetteville. *Arknsathekreinafter 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, 2021. 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 and connector taxiway pavements, runway lighting and signage improvements, and construction of a new electrical vault. The project also includes previously designed improvements to the south Taxiway B connector to Runway 16-34. GARVER will provide professional services related to these improvements as described herein. SECTION I - SCOPE OF SERVICES GARVER will provide services as detailed in Exhibit A-03. 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 and cost plus basis. This task order is contingent upon receipt of sufficient grant funds from the Federal Aviation Administration. The table below presents a summary of the fee amounts and fee types for this contract. WORK DESCRIPTION FEE AMOUNT FEE TYPE Construction Administration Services $62,000 Lump Sum On -Site Construction Observation Services $123,000 Cost+FF Materials Testing Services $40,000 Cost+FF Project Closeout Services $10,000 Lump Sum TOTAL FEE $235,000 Construction Administration and Project Closeout Services: The CITY OF FAYETTEVILLE will pay GARVER the lump sum amount not to exceed $72,000. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit A-03 with approximate current hourly rates for each employee classification. Task Order 03 1 of 3 FYV Runway Pavement and bighting Rehabilitation (CPS) Garver Project No. 21A13211 On -Site 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 187.44% of the unburdened hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus a fixed fee of $15,782.47. Estimated cost of these services, including the fixed fee is $123,000. 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 A-03 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: 1. 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 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 187.44% of the unburdened hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus a fixed fee of $1,298.14. Estimated cost of these services, including the fixed fee is $40,000. 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 A-03 with approximate current hourly rates for each employee classification. The CITY OF FAYETTEVILLE will pay GARVER on a monthly basis, based upon statements submitted by GARVER to the CITY OF FAYETTEVILLE indicating the estimated proportion of the work accomplished. Payments not received within 60 days of invoice date will be subject to a one percent monthly simple interest charge. 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-03 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-03 Scope of Services 3.1.2 Exhibit B-03 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, Task Order 03 2 of 3 FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211 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 FAjfETTEVILLE, ARKANSAS GARVER Al A Bv: 'I or, tioneld rd AV ATTEST: `.����G�� R!(/I►t� ��'•� �: y••• G1T) By: &�2 _ V� G"Stle: Senior Vice President City Clerk = CAYEn�Y1tCE � �z •• y %9J' ••. ANSFS •�� Task Order 03 3 of 3 FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 2IA1321 1 GARVER EXHIBIT A-03 — SCOPE OF SERVICES FAYETTEVILLE — DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION (CONSTRUCTION PHASE SERVICES) Generally, the Scope of Services includes construction phase and project closeout 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, runway lighting and signage improvements, and construction of a new electrical vault. More specifically, the Scope of Services includes the following professional engineering services: • Construction Administration Services • On -Site Resident Project Representative Services • Materials Testing Services • Project Closeout Services A.1 Construction Administration Services During the construction phase of work, Garver will accomplish the tasks below A.1.1 Issued for Construction (IFC) Documents Garver will compile bid addendums and any other necessary plan changes due to post -bid project updates and/or funding changes into a final Issued for Construction (IFC) set of plans and specifications. A.1.2 SWPPP Development and ADEQ Coordination Garver will develop a SWPPP and NOI and submit to ADEQ for approval prior to start of construction. A.1.3 Construction Management Plan Garver will prepare a "Construction Management Plan" to be submitted to the Federal Aviation Administration (FAA) for approval. At a minimum, the plan shall list key construction personnel, qualifications of construction management personnel, and materials quality assurance information. The plan will be reviewed by the FAA project manager and must be approved along with the final plans and specifications for construction. A.1.4 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. Exhibit A-03 — Scope of Services FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211 GARVER A.1.5 Notice to Proceed & Preconstruction Meetin Garver will issue a Notice to Proceed letter to the Contractor. Garver will attend preconstruction meetings held in advance of both Phase 1 and in advance of Phase 2. As a minimum, Garver's Project Manager, Project Engineer, Senior Construction Obsever, Construction Observer, and Electrical Engineers will attend these meetings. A.1.6 Progress Meetings As a minimum, Garver's Project Manager and Senior Construction Observer will attend weekly progress meetings with the Owner and Contractor. These meetings may be held either on -site or virtually. During the primary runway closure (Phase 2A), Garver's Project Manager, Project Engineer, Senior Constrution Observer, and Construction Observer will attend daily on -site progress meetings with the Owner and Contractor. It is expected that a total of 26 meetings will be held. To the extent possible, progress meetings and visits to the site of the work should be scheduled to coincide with each new phase of construction, scheduled FAA inspections, and other times when Garver's presence is desirable. Garver's project engineer or his qualified representative will be available at all times when work is in progress for telephone contact by the RPR. Garver's project engineer shall direct, supervise, advise, and counsel the Resident Project Representative and construction observation personnel in the accomplishment of Garver's duties. A.1.7 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. In addition, Garver shall supply to Owner such periodic reports and information as may be required by the FAA, including FAA Form 5370-1, Construction Progress and Inspection Report, or equivalent form to the Owner on a weekly basis. A.1.8 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.1.9 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. A.1.10 Payroll Reviews Garver will assist the Owner in the observation of the Contractor's operations for proper classification of workers, review of the Contractor's payroll as necessary to determine compliance with Davis Bacon requirements, and conduct contractor employee interviews to determine compliance with Davis Bacon requirements. Garver will keep the Contractor's payroll records on file demonstrating compliance with the Davis Bacon requirements. In addition, Garver will monitor the contractor's posting of the required EEO notice and provide general oversight of any obvious instance of a segregated workplace. Exhibit A-03 — Scope of Services FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211 GARVER A.1.11 DBE Compliance Garver will assist the Owner in the review of the Contractor's compliance with the DBE goals established during bidding including preparing the monthly DBE payment log. A.1.12 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.1.13 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.1.14 Final Inspection Garver will participate in a pre -final walkthrough with the Owner. Garver will also participate in a final project inspection with the Owner and Contractor, prepare a punch list, review final project closeout documents, and submit the final pay request. A.2 On -Site Resident Project Representative Services Garver will provide full-time Resident Project Representative (RPR) services for the 85-calendar-day construction contract performance time. The proposed fee is based on observation services by a Senior Construction Observer (C-3) at approximately 40 hours per week during the construction contract performance time for all phases of work excluding the primary runway closure phase (Phase 2A). During the 16-day Phase 2A runway closure, Garver will provide full-time Resident Project Representative (RPR) services by a Senior Construction Observer (C-3) at approximately 10 hours per day and a Construction Observer (C-1) at approximately 10 hours per day. 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. In addition, Garver shall supply to the Owner such periodic reports and information as may be required by the FAA 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. Exhibit A-03 — Scope of Services FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211 GARVER 5. Maintain a file of quantities incorporated into the work, test reports, certifications, shop drawings and submittals, and other appropriate information. 6. In accordance with FAA AC 150/5370-12A, maintain a project diary which will contain information pertinent to each site visit. 7. Administer the "Construction Management Plan" prepared by Garver. 8. Monitor the contractor's conformance to the approved construction safety and phasing plan. 9. Prepare a Construction Materials Quality Control Summary. At a minimum, the summary shall include a list of all tests performed showing the date, location, pass or fail, results of retests, and whether the test is eligible or ineligible under the A.I.P. program. The Summary will include a certification that all testing was completed in accordance with the "Construction Management Plan." 10. Provide up to 20 hours of survey crew time for field checking quantities, contractor's layout, etc. 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. 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.3 Materials Testing Services Through a Subconsultant, Garver shall provide the quality assurance testing for the project as required by the Plans and Specifications in accordance with FAA and the Owner's requirements. A.4 Project Closeout Services At the conclusion of construction, Garver will assist the Owner with project closeout by providing a final project report which will include all necessary documents required for FAA grant closeout. Closeout documentation will be provided within 90 days of the final payment to the Contractor. Garver will also update the airport's ALD to show the completed project as "existing" and coordinate the submission of the updated ALD through OE/AAA. A.5 Project Deliverables The following deliverables will be submitted to the parties identified below. Unless otherwise noted below, all deliverables shall be electronic. 1. Issued for Construction Plans and Specifications to the Owner, Contractor, and FAA. a. Three hard copies to the Contractor b. One hard copy set to the Owner c. Electronic copy to the FAA 2. Electronic Construction Management Plan to the Owner and FAA 3. Electronic approved submittals to the Contractor. 4. Electronic Record Plans and Specifications to the Owner and FAA. 5. Other electronic files as requested. Exhibit A-03 — Scope of Services FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211 GARVER A.6 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. Submittals or deliverables beyond those listed herein. 2. Services after construction, such as warranty follow-up, operations support, and Part 139 inspection support. A.7 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-03 — Scope of Services FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211 GARNER Exhibit B-03 Runway Pavement and Lighting Rehabilitation Fayetteville - Drake Field Garver Hourly Rate Schedule: July 2021 - June 2022 Classification Rates Engineers / Architects E-1.............................................................................. $ 37.82 E-2.............................................................................. $ 42.64 E-3.............................................................................. $ 52.85 E-4.............................................................................. $ 65.26 E-5.............................................................................. $ 75.76 E-6.............................................................................. $ 93.11 E-7.............................................................................. $ 123.81 Planners / Environmental Specialist P-1.............................................................................. $ 45.55 P-2.............................................................................. $ 57.26 P-3.............................................................................. $ 71.18 P-4.............................................................................. $ 79.57 P-5.............................................................................. $ 91.98 P-6.............................................................................. $ 105.01 P-7.............................................................................. $ 126.90 Designers D-1.............................................................................. $ 35.31 D-2.............................................................................. $ 41.24 D-3.............................................................................. $ 49.22 D-4.............................................................................. $ 57.26 Technicians T-1............................................................................... $ 27.58 T-2............................................................................... $ 34.94 T-3.............................................................................. $ 42.61 Surveyors S-1.............................................................................. $ 16.97 S-2.............................................................................. $ 22.33 S-3.............................................................................. $ 30.06 S-4.............................................................................. $ 43.18 S-5.............................................................................. $ 57.26 S-6.............................................................................. $ 65.14 2-Man Crew (Survey)....................................................... $ 65.51 3-Man Crew (Survey)....................................................... $ 82.48 2-Man Crew (GPS Survey) ............................................... NA 3-Man Crew (GPS Survey) ............................................... NA Construction Observation C-1.............................................................................. $ 33.31 C-2.............................................................................. $ 42.87 C-3.............................................................................. $ 52.48 C-4.............................................................................. $ 64.50 Management/Administration M-1 $ 126.90 X-1.............................................................................. $ 21.65 X-2.............................................................................. $ 29.42 X-3.............................................................................. $ 40.97 X-4.............................................................................. $ 52.27 X-5.............................................................................. $ 64.09 X-6.............................................................................. $ 79.31 X-7.............................................................................. $ 95.48 Agreement for Professional Services Fayetteville - Drake Field Garver Project No. 21A13211 Exhibit B-03 Runway Pavement and Lighting Rehabilitation Fayetteville - Drake Field CONSTRUCTION ADMINISTRATION SERVICES WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 T-2 C-4 C-3 C-1 $75.76 $65.26 $52.85 $42.64 $34.94 $64.50 $52.48 $33.32 hr hr hr hr hr hr hr hr 1. Construction Administration A.1.1 Issued for Construction (IFC) Documents 1 2 6 A.1.2 SWPPP Development and ADEQ Coordination 1 8 8 A.1.3 Construction Management Plan 1 8 A.1.4 Submittals 4 10 10 A.1.5 Notice to Proceed & Preconstruction Meetings 6 8 8 A.1.6 Progress Meetings (26) 10 65 A.1.7 Owner Coordination 10 20 10 A.1.8 RFIs 10 16 A.1.9 Progress Payments 5 10 10 A.1.10 Payroll Reviews 5 5 16 A.1.12 Record Drawings 2 6 20 A.1.13 Change Orders 6 10 A.1.14 Final Inspection 10 10 35 Subtotal - Construction Administration 0 50 152 85 50 0 35 0 Hours 0 50 Salary Costs $0.00 $3,263.00 SUBTOTAL - SALARIES: $18,504.40 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $34,684.65 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $107.60 Postage/Freight/Courier $0.00 Travel Costs (50 Trips @ 25mi/trip) $725.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $832.60 SUBTOTAL: $54, 021.65 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $7,978.36 TOTAL FEE: $62,000.00 152 85 50 0 35 0 $8,033.20 $3,624.40 $1,747.00 $0.00 $1,836.80 $0.00 Exhibit B-03 Runway Pavement and Lighting Rehabilitation Fayetteville - Drake Field ON -SITE CONSTRUCTION OBSERVATION SERVICES WORK TASK DESCRIPTION C-3 C-2 C-1 S-5 S-4 2-Man Crew (Survey) $52.48 $42.87 $33.32 $57.26 $43.18 $65.51 hr hr hr hr hr hr 1. Construction Observation Resident Construction Observation - Phase 1 and Phase 2B (10 weeks @ 40hr/week) 400 Resident Construction Observation - Phase 2A (16 days @ 10hr/day) 160 160 Survey (Field Check Quantities; Layout; etc.) 4 8 20 Subtotal - Construction Observation 560 0 160 4 8 20 Hours 560 0 160 4 8 20 Salary Costs $29,388.80 $0.00 $5,331.20 $229.04 $345.44 $1,310.20 SUBTOTAL - SALARIES: $36,604.68 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $68,611.81 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $251.03 Supplies $300.00 Travel Costs (100 Trips @ 25mi/trip) $1,450.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $2,001.03 I--1113Itel /_1 Ri SUBCONSULTANTSFEE: PROFESSIONAL FEE TOTAL FEE: $107,217.52 $0.00 $15,782.47 $123,000.00 Exhibit B-03 Runway Pavement and Lighting Rehabilitation Fayetteville - Drake Field MATERIALS TESTING SERVICES WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 T-2 C-4 C-3 C-1 $75.76 $65.26 $52.85 $42.64 $34.94 $64.50 $52.48 $33.32 hr hr hr hr hr hr hr hr 1. Materials Testing Coordination with Materials Testing Firm 8 15 Review Test Results 12 25 Subtotal - Materials Testing 0 20 0 40 0 0 0 0 Hours 0 20 Salary Costs $0.00 $1,305.20 SUBTOTAL - SALARIES: $3,010.80 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $5,643.44 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $47.62 Postage/Freight/Courier $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $47.62 SUBTOTAL: $8,701.86 SUBCONSULTANTS FEE (GHBW): $30,000.00 PROFESSIONAL FEE $1,298.14 TOTAL FEE: $40,000.00 0 40 0 0 0 0 $0.00 $1,705.60 $0.00 $0.00 $0.00 $0.00 Exhibit B-03 Runway Pavement and Lighting Rehabilitation Fayetteville - Drake Field PROJECT CLOSEOUT SERVICES WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 T-2 C-4 C-3 C-1 $75.76 $65.26 $52.85 $42.64 $34.94 $64.50 $52.48 $33.32 hr hr hr hr hr hr hr hr 1. Closeout Final Construction Report 2 20 Final Reconciliation Change Order 2 5 FAA Closeout Documents 2 5 5 Final Record Drawings 1 5 15 Subtotal - Closeout 0 7 30 10 15 0 0 0 Hours 0 7 30 10 15 0 0 0 Salary Costs $0.00 $456.82 $1,585.50 $426.40 $524.10 $0.00 $0.00 $0.00 SUBTOTAL - SALARIES: $2,992.82 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $5,609.74 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $107.05 Postage/Freight/Courier $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $107.05 SUBTOTAL: $8,709.61 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $1,290.38 TOTAL FEE: $10,000.00 €0°10 9.'- StlSNtlN21tl'3TIA3LL3AVi �: uu��gti°ypo�a"�8 NOIlV11118VH321 `JNI1H`JI1 ONV 1NAVQAVd .lVMNf1TJ (Md)013133WHO � z low- yF ' e j0a 1�Ma P , u ar. gA44/tl'eRa mun WW OU' �3v� In S 'aeuivN'�.�Nf o uo aHOf � 9 V�%1%n Ylb Z5�8 OZOZltlll4 �enag �se� flrplglW3 M3�a�IMsaN�W WMsW Ili ] aiij Aviation Division Task Order 02 Amendment 01 City of Fayetteville Staff Review Form 2022-0249 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Summer Fallen 3/16/2022 AIRPORT SERVICES (760) Submitted By Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to execute Task Order 02 Amendment 01 in the amount of $30,400 with Garver, LLC to complete additional design services for the Runway Pavement and Lighting Rehabilitation project at the Airport and approval of a budget adjustment. This will utilize previously approved project contingency of up to $613,586.00 of its fund balance reserve. Budget Impact: 5550.760.3960-5860.02 Airport Account Number Fund 32101.2021 Airport Runway Pavement & Lighting Rehab Project Number Project Title Budgeted Item? Yes Current Budget $ 228,800.00 Funds Obligated $ 228,800.00 Current Balance Does item have a cost? Yes Item Cost $ 30,400.00 Budget Adjustment Attached? Yes Budget Adjustment $ 30,400.00 Remaining Budget 5 V20210527 Purchase Order Number: 2021-00000666 Previous Ordinance or Resolution # 228-21 Change Order Number: Original Contract Number: Comments: 2020-00000082 Approval Date: 4-5-22 CITY OF FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff Staff/Contract Review Committee FROM: Summer Fallen, Airport Director DATE: March 16, 2022 STAFF MEMO SUBJECT: FW Runway Pavement and Lighting Rehabilitation — Design Services Task Order Amendment RECOMMENDATION: Staff requests approval for the Aviation Division to execute Task Order 02 Amendment 01 in the amount of $30,400 with Garver, LLC to complete additional design services for the Runway Pavement and Lighting Rehabilitation project at Fayetteville — Drake Field Airport and approval of a Budget Adjustment. The initial Task Order 02 authorized design services for mill and overlay of Runway 16-34, construction of a new electrical vault and generator, and improvements to the current airfield lighting and signage system. This task order amendment will authorize additional design services for repairs to the existing storm drainage system within the Runway Safety Area (RSA). Previously approved 10% project contingency will be utilized to fund the additional design services until such time as an FAA grant amendment is awarded. 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 PCP". 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. 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. 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). To receive this additional funding, the FAA requested the City of Fayetteville change their project schedule to complete the competitive bidding process by Summer 2021. The Airport entered into an agreement with Garver, LLC to render design and bidding services for the project (Task Order 02). Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 received on June 2, 2021. At the request of the FAA, a value engineering process was undertaken after bid opening to identify potential cost saving measures. The construction cost was subsequently negotiated with the low bidder based on the revised scope to bring the project within available funding limits. Ruts and depressions were identified within the runway safety area (RSA) during the FAA's most recent Part 139 inspection completed late Summer of 2021. Following the FAA's inspection, the City completed CCTV camera inspection of the existing storm drainage system. Major deficiencies were discovered within the aging drainage infrastructure, most of which date back to the 1960s and 1970s. These deficiencies were the cause of the RSA surface issues documented by FAA. Pending approval, correction of these deficiencies will coincide with the upcoming runway closure in July/August 2022. DISCUSSION: The Airport Division is requesting approval from Council to execute a task order amendment with Garver, LLC to proceed with design services for improvement and repair of the existing storm drainage system. Following completion of design, construction costs pertaining to the storm drainage system improvements/repairs will be negotiated with Emery Sapp and Sons and added via change order to the current Runway Pavement and Lighting Rehabilitation construction contract. Costs associated with this task order amendment and future construction change order will be funded using project contingency. At the conclusion of the project a grant amendment will be submitted to the FAA for reimbursement of both design and construction costs. This amendment has already been coordinated with FAA. The FAA AIP grant program will cover 90% of the project costs of the amended work. The remaining 10% of project costs of the amended work will be funded through an Arkansas Division of Aeronautics matching grant. The FAA grant amendment and ADA grant will be submitted to reimburse costs associated design and construction of the additional drainage improvements. The only costs that will be attributed to the City for this project is $1.44 which represents the costs for non -FAA eligible Contractor insurance. Below is a summary of the anticipated costs and funding breakdown for the project. Administration and Other Costs: $10,000.00 Garver Task Order 02 (Design and Bidding *: $325,350.00 Garver Task Order 03 (Construction Phase Services)*: $235,000.00 Construction Contract (Emery Sapp and Sons) *: $5,565,491.44 Task Order 02 Amendment 01: $30,400.00 Drainage Improvements Change Order**: $570,000.00 TOTAL: $6,736,241.44 *Previously approved by the City Council. * * Estimated Cost FAA (AIP): $5,522,256.00 FAA (ARPA): $613,584.00 FAA Grant Amendment: $540,360.00 ADA Grant: $60,040.00 City: $1.44 TOTAL: $6,736,241.44 BUDGET/STAFF IMPACT: No budget or staff impacts. The Aviation Division will utilize previously approved project contingency of up to $613,586.00 of its fund balance reserve. This amount includes 10% project contingency of the approved project budget and $1.44 for ineligible project expenses (Owner Projective Insurance). Attachments: Staff Review Form Staff Memo Construction Administration Task Order Amendment (Garver, LLC) BA Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 TASK ORDER 02 FAYETTEVILLE — DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION - DESIGN AND BIDDING TASK ORDER 02 AMENDMENT NO.01 ADDITIONAL DESIGN SERVICES — RSA and DRAINAGE IMPROVEMENTS This TASK ORDER 02 AMENDMENT 01, effective on the date last written below, shall amend the original task order between the CITY OF FAYETTEVILLE and GARVER, LLC dated December 15, 2020, referred to in the following paragraphs as the Original Task Order. This TASK ORDER 02 AMENDMENT 01 adds professional services to the FYV Runway Pavement and Lighting Rehabilitation project at Fayetteville — Drake Field. Additional professional services include survey and design of Runway Safety Area (RSA) and drainage improvements added to the original project scope. The Original Task Order is hereby modified as follows: SECTION 1- SCOPE OF SERVICES GARVER will provide survey and design services for the RSA and Drainage Improvements as detailed in Exhibit A-02.1. 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 task order amendment. WORK DESCRIPTION FEE AMOUNT FEE TYPE Surveys — RSA and Drainage Improvements $8,600 Lump Sum Final Design — RSA and Drainage $21,800 Improvements 11 Lump Sum TOTAL FEE 11 $30,400 The lump sum amount to be paid under this agreement is $30,400. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-02.1 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-02.1 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. Task Order 02 1 of 2 Amendment 01 (RSA & Drainage) FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21 Al3211 SECTION 3 —EXHIBITS 3.1 The following Exhibits are attached to and made a part of this Agreement: 3.1.1 Exhibit A-02.1 Scope of Services 3.1.2 Exhibit B-02.1 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 Amendment, 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 Amendment signed by the CITY OF FAYETTEVILLE. The effective date of this Task Order Amendment shall be the last date written below. CITY OF F ILLE, ARKANSAS GARVER By By. M r, Lionel o n AT%ST- �K / By; TR i City Clerk Treo.S'AceC :`Ay G C.<` •.6ZZ ': •�� FAYEITEVILLE;�_ Task Order 02 2 of 2 FYV Runway Pavement and Lighting Rehabilitation Title: Senior Project Manager Amendment 01 (RSA & Drainage) Garver Project No. 21 A 13211 rGARVER EXHIBIT A-02.1 SCOPE OF SERVICES FAYETTEVILLE — DRAKE FIELD AIRPORT RUNWAY PAVEMENT AND LIGHTING REHABILITATION TASK ORDER 02 AMENDMENT 01 — RSA and DRAINAGE IMPROVEMENTS Generally, the Task Order 02 Amendment 01 Scope of Services includes additional survey and design services for RSA and Drainage Improvements to be performed in conjunction with the upcoming Runway Pavement and Lighting Rehabilitation project at Fayetteville — Drake Field. These improvements primarily consist of replacing aging components of the existing storm drainage system identified as safety concerns during the Federal Aviation Administration's most recent Part 139 inspection and subsequent CCTV camera inspections conducted by the City of Fayetteville. The following will be completed to facilitate this effort. A.1 Field Investigations A.1.1 Design Surveys Garver will perform survey necessary to complete additional design work for the improvements to the existing storm drainage system. 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. 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 for two days to compete the survey. Garver will incorporate data obtained during the performance of the field surveys in the AutoCAD Civil3D base map drawing created for the project. A.2 Design Services A.2.1 General Garver will prepare construction drawings and specifications for the RSA and Drainage Improvements. These documents will be submitted to the City and provided to the Contactor to develop a cost estimate for the additional work. 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. Exhibit A-02.1 — Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21Al3211 CARVER A.2.3 Existing Conditions Review A.2.3.1 Record Document Review Garver will review record document data to evaluate existing conditions. Record document data may include record drawings, record surveys, utility maps, GIS data, and previous design reports. A.2.3.2 Site Visits Garver's civil engineers will perform up to two (2) site visits to the project site to review existing conditions and evaluate survey and record document data. A.2.4 Plan Set Development The following additional sheets are expected for the RSA and Drainage Improvements: Plan Set Design Phase Issued for Construction Demolition Plans X Demolition Details X Drainage Plans X Drainage Profiles X Drainage Details X A.2.5 Specifications and Contract Documents A.2.5.1 Technical Specifications Technical specifications pertaining to the RSA and Drainage Improvements will 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.2.6 Quantities and Engineer's Opinion of Probable Cost. Garver will develop detailed quantities in PDF format for use in construction cost estimating. Quantities will be completed by pay item. A.3 Project Deliverables The following deliverables will be submitted to the parties identified below. Unless otherwise noted below, all deliverables shall be electronic. 1. Issued for Construction Plan Sheets, Specifications, and Quantities to the City of Fayetteville and Contractor. 2. Other electronic files as requested. Exhibit A-02.1 — Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21Al3211 YVER A.4 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-02.1 — Scope of Services FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211 Exhibit B-02.1 FAYETTEVILLE - DRAKE FIELD AIRPORT RSA & DRAINAGE IMPROVEMENTS Surveys (Garver) WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 S-5 S-4 2-Man Crew (Survey) $78.80 $64.59 $55.25 $45.68 $39.35 $59.56 $44.91 $68.15 hr hr hr hr hr hr hr hr 1. Administration Prepare for Survey Scoping Meeting Attend Survey Scoping Meeting (#people, on- site/virtual) Develop Survey Field Work Exhibits 2 Coordinate with Survey Crew 2 2 Badging Coordination (Weekly/Bi-Weekly) Progress Meetings (#) Site Visit (# people, # trips) Subtotal - Administration 0 0 2 2 0 2 0 0 2. Surveys - Topographic Review of Existing Control Points 2 Topographic Surveys 20 Data Processing/DTM Preparation 12 Develop Survey Basemap and Existing Surface Survey Meshing with Base Maps QC Review of Survey Data 2 4 Subtotal - Surveys - I opograp is 0 2 0 6 0 0 12 20 Hours 0 2 2 8 0 2 12 20 Salary Costs $0.00 $129.18 $110.50 $365.44 $0.00 $119.12 $538.92 $1.363.00 SUBTOTAL - SALARIES: $2,626.16 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $4,818.74 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $0.00 Postage/Freight/Cou der $0.00 Survey Supplies $0.00 Computer Modeling/Software Use $0.00 Locator/Tracer/Thermal Imager Equipment $0.00 Travel Costs $38.36 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $38.36 SUBTOTAL: $7,483.26 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $1,116.74 TOTAL FEE: $8,600.00 Exhibit B-02.1 FAYETTEVILLE - DRAKE FIELD AIRPORT RSA & DRAINAGE IMPROVEMENTS Final Design WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 P-1 D-1 T-1 $78.80 $64.59 $55.25 $45.68 $39.35 $47.38 $36.73 $28.70 hr hr hr hr hr hr hr hr 1. Civil Engineering and Project Administration Coordination with City of Fayetteville 4 4 Coordination with FAA 4 4 Record Document Review 4 4 12 Final Plans Demolition Plans 2 4 8 Demolition Details 2 4 8 Drainage Plans 4 8 12 Drainage Details 4 8 12 Utility Plans 1 2 2 Utility Details 1 2 2 Develop Final Technical Specification= 2 4 4 Develop Final Quantities_ 2 4 Develop Final Opinions of Probable Construction Costs 2 4 4 Internal Quality Control (QC) Reviem 2 4 Incorporate QC Review Comments 4 u o a - Givil Engineering and Projectminis ra ion 0 18 40 0 40 0 0 60 Subtotal - Electrical trigineenng 0 0 0 0 0 0 0 0 Hours Salary Costs SUBTOTAL - SALARIES: LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly Postage/Fre ighUC ou rier Office Supplies/Equipment Computer Modeling/Software Use SUBTOTAL - DIRECT NON -LABOR EXPENSES: 0 18 40 0 40 0 0 60 $0.00 $1.162.62 $2,210.00 $0.00 $1.574.00 $0.00 $0.00 $1,722.00 $6,668.62 $12,236.25 $59.40 $0.00 $0.00 $0.00 $0.00 $59.40 SUBTOTAL: $18,964.27 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $2,835.73 TOTAL FEE: $21,800.00 City of Fayetteville, Arkansas - Budget Adjustment Form Budget Year Division Adjustment Number AIRPORT SERVICES (760) 2022 /Org2 Requestor: Dee McCoy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff request approval of a budget adjustment to use $30,400.00 of the project contingency for Garver Task Order 02 Amendment 01. Legistar: 2022-0249 (Non -Agenda) Division Head Date Department Director Date Chief Financial Officer Date Chief of Staff Date REQUEST DATE: 3/18/2022 Ke,v&yuSpr 3/18/2022 5:56 PM Budget Director Date TYPE: E - (Administrative) JOURNAL #: GLDATE: CHKD/POSTED: / TOTAL - - v.20220314 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 5550.760.3960-5860.02 30,400 - 32101 2021 _ EX Capital Prof Svcs - Engineering/Architectu 5550.760.3960-5911.99 (30,400) - 32101 2021 EX Contingency - Capital Project H:\Budget Adjustments\2022_Budget\CITY COUNCIL\NON-AGENDA\2022-0249 BA Non Agenda Garver Task Order.xlsm 1 of 1 Aviation Division Change Order 01 with Emery Sapp and Sons, Inc City of Fayetteville Staff Review Form City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Jared Rabren 7/7/2022 AIRPORT SERVICES (760) Submitted By Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to Change Order 01 in the amount of $582,573.20 with Emery Sapp and Sons, Inc to complete additional improvements for the Runway Pavement and Lighting Rehabilitation project at Fayetteville — Drake Field Airport. Budget Impact: 5550.760.3960-5860.02 Airport Account Number Fund 32101.2021 Airport Runway Pavement & Lighting Rehab Project Number Project Title Budgeted Item? Yes Current Budget $ 588,708.56 Funds Obligated Current Balance $ 588,708.56 Does item have a cost? Yes Item Cost $ 582,573.20 Budget Adjustment Attached? No Budget Adjustment Remaining Budget 6,135.36 V20210527 Purchase Order Number: 2021-00000669 Previous Ordinance or Resolution # 228-21 Change Order Number: 1 Approval Date: 07/13/22 Original Contract Number: 2021-00000054 Comments: CITY OF FAYETTEVI'LLE r4ff ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director FROM: Jared Rabren, Interim Airport Director DATE: July 7, 2022 STAFF MEMO SUBJECT: FYV Runway Pavement and Lighting Rehabilitation — Construction Change Order RECOMMENDATION: Staff requests approval for the Aviation Division to Change Order 01 in the amount of $582,573.20 with Emery Sapp and Sons, Inc to complete additional improvements for the Runway Pavement and Lighting Rehabilitation project at Fayetteville — Drake Field Airport. The construction contract authorized construction for mill and overlay of Runway 16-34, construction of a new electrical vault and generator, and improvements to the current airfield lighting and signage system. This change order will authorize additional improvements for repairs to the existing storm drainage system within the Runway Safety Area (RSA) and stormwater quality enhancements. No budget adjustment will be required. Previously approved 10% project contingency will be utilized to fund the additional work until such time as an FAA grant amendment is awarded. 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. 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. 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). To receive this additional funding, the FAA requested the City of Fayetteville change their project schedule to complete the competitive bidding process by Summer 2021. The Airport entered into an agreement with Garver, LLC to render design and bidding services for the project (Task Order 02). Construction bids were received on June 2, 2021. At the request of the FAA, a value engineering process was undertaken after bid opening to Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 identify potential cost saving measures. The construction cost was subsequently negotiated with the low bidder based on the revised scope to bring the project within available funding limits. Ruts and depressions were identified within the runway safety area (RSA) during the FAA's most recent Part 139 inspection completed late Summer of 2021. Following the FAA's inspection, the City completed CCTV camera inspection of the existing storm drainage system. Major deficiencies were discovered within the aging drainage infrastructure, most of which date back to the 1960s and 1970s. These deficiencies were the cause of the RSA surface issues documented by FAA. Pending approval, correction of these deficiencies will coincide with the upcoming runway closure in July/August 2022. Council previously approved a task order amendment with Garver, LLC to design the proposed improvements. DISCUSSION: The Airport Division is requesting approval from Council to execute a change order with Emery Sapp and Sons, Inc to proceed with construction for improvement and repair of the existing storm drainage system. Costs associated with this construction change order will be funded using project contingency. At the conclusion of the project, a grant amendment will be submitted to the FAA for reimbursement of both design and construction costs, with the exception of the proposed stormwater quality treatment unit. This amendment has already been coordinated with FAA. With the exception of the stormwater quality treatment unit, the FAA AIP grant program will cover 90% of the project costs of the amended work. The remaining 10% of project costs of the amended work will be funded through an Arkansas Division of Aeronautics (ADA) matching grant. The FAA grant amendment and ADA grant will be submitted to reimburse costs associated design and construction of the additional drainage improvements. The only costs that will be attributed to the City for this project is $28,114.64 which represents the costs for non -FAA eligible Contractor insurance and the stormwater quality enhancements. Below is a summary of the anticipated costs and funding breakdown for the project. Administration and Other Costs* $10,000.00 Garver Task Order 02 (Design and Bidding) *: $325,350.00 Garver Task Order 03 (Construction Phase Services)*: $235,000.00 Construction Contract (Emery Sapp and Sons) *: $5,565,491.44 Garver Task Order 02 Amendment 01 * $30,400.00 Drainage Improvements Change Order: $582,573 20 TOTAL: $6,748,814.64 *Previously approved by the City Council. FAA (AIP): $5,522,256.00 FAA (ARPA): $613,584.00 FAA Grant Amendment: $526,374.00 ADA Grant: $58,486.00 City: $28.114.64 TOTAL: $6,748,814.64 BUDGET/STAFF IMPACT: No budget or staff impacts. The Aviation Division will utilize previously approved project contingency of up to $613,586.00 of its fund balance reserve. Attachments: Staff Review Form Staff Memo Construction Change Order 01 (Emery Sapp and Sons, Inc.) Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Construction Contract Change Order Project: Change Order No. 1 FYV Runway Pavement and Lighting Rehabilitation Fayetteville - Drake Field (Date Prepared: May 27,2022 Garver Job No. 21A13211 (Prepared by: Kyle Bennett, Garver Owner: Contractor: Drake Field Airport Emery Sapp & Sons 4500 S. School Ave. 5184 N. Oak Street Fayetteville, AR 72701 :Springdale. AR 72764 Description of Work Included in Contract project includes, but is not limited to, the rehabilitation of Runway 16-34 and connector taxiway pavement with a 2.5" asphalt overlay, reconstruction of airfield lighting and LThe signage, construction and installation of a new electrical vault and generator, and updates to the ATCT controls. Changes and Reasons Ordered (List Individual Changes as: A, B. C, D, etc.) This change order is for items associated with repairing safety issues and deficiencies arising from deterioration of the existing drainage infrastructure. These needs were identified during the airport's most recent Part 139 inspection and subsequent CCTV camera Inspection of the storm drain system. Repairs will include complete A. replacement of two 2 storm drain =sSin s at Runway 16 and all existing drainage boxes and inlets within the Runway Safety Area (RSA). with the exception of the P () 9 Y 9 9 Y Y ( ] p furthest south inlet. In order to provide additional stormwater quality enhancements for the Airport, the Airport will install a water treatment unit along an existing stormwater pipe. This B. system will provide stormwater treatment for stormwater runoff associated with hangars on the east side of the airfield. This item will not be eligible for AIP reimbursement. Attachments: RSA and Drainage Improvement Plan Sheets (Sheet 108 to 132), Revised Specification D-701 Pipe for Storm Drains and Culverts, Revised Specification D-751 Manholes, Cath Basins, Inlets and Inspection Holes, Specification SS-140 Demolition and Disposal, and Specification SS-223 Storm Drain Crossing Repair Bid Bid Unit Original Contract Revised Revised 0 ginal Revised Contract Item Item of Contract Unit Estimate Unit Estimated Estimated Changes No. Description Measure Quantity Price Quantitv Price Cost Cost A. SS-140-5.1 Pavement Removal (Storm Drain SY 0 250 $40.00 $0.00 $10,000.00 Crossin s A. SS-140-5.2 Inlet/Junction Box Removal EA 0 15 $1,750.00 $0.00 $26,250.00 A. SS140-5.3 Drainage Pipe Removal LF 0 1,017 $55.40 $0.00 $56.341.80 A. SS-223-5.1a Storm Drain Crossing Repair- SY 0 0 $173.00 $0 00 $0.00 Taxiwav Pavement A. SS-223-5.1b Storm Drain Crossing Repair- SY 0 250 $152.00 $0.00 $38.000.00 Runway Pavement A. C-105-6.1 (Mobilization LS 1 $230,000.00 1 $260.000.00 $230,000.00 $260,000.00 A D-701-5.1 a 115" Reinforced Concrete Pipe (Class LF 0 - 70 $109.04 $0.00 $7,632.80 A. D-701-5.1b 18'Reinforced Concrete Pipe (Class LF 0 - 778 $105 00 $0.00 $81.690.00 A. D-701-5.1c 21" Reinforced Concrete Pipe (Class Af)A. LF 0 - 16 $148.00 $0.00 $2,368.00 D-701-5.1d 4" Reinforced Concrete Pipe (Class LF 0 - 56 $148.00 $0.00 $8,288.00 A. D-701-5.1e v„ Reinforced Concrete Pipe (Class LF 0 - 40 $200.00 $0.00 $8,000.00 A. D-701-5.1f � 2" Reinforced Concrete Pipe (Class LF 0 32 $214.00 $0.00 $6,848.00 A. D-701-5.1g 23"x14" Reinforced Elliptical Pipe LF 0 16 $177.00 $0.00 $2,832.00 Class IV A. D-701-5.2a 15" Reinforced Pipe Collar EA 0 2 $800.00 $0.00 $1,600.00 A. D-701-5.2b 18" Reinforced Pipe Collar EA 0 - 8 $800.00 $0.00 $6.400.00 A. D-701-5.2c 21" Reinforced Pipe Collar EA 0 2 $800.00 $0.00 $1,600.00 A D-701-5.2d 24" Reinforced Pipe Collar EA 0 - 6 $800.00 $0.00 $4,800.00 A. D-701-5.2e 36" Reinforced Pipe Collar EA 0 4 $1,200.00 $0.00 $4,800.00 A. D-701-5.2f 42" Reinforced Pipe Collar EA 0 3 $1,300.00 $0.00 $3,900.00 A. D-701-5.2g 23"xl4" to 18" Circular Reinforced EA 0 1 $1,000.00 $0.00 $1,000.00 Pipe Collar A. D-751-5.1a .4' x 4' Airfield Single Grate Inlet EA 0 5 $13,250.00 $0.00 $66.250.00 A. D-751-5.1b 4' x 4' Airfield Alternate Single Grate EA 0 - 3 $13,500.00 $0.00 $40,500.00 Inlet A. D-751-5.1c 15' x 3' Airfield Single Grate Inlet EA 0 1 $13,950.00 $0.00 $13,950.00 A. D-751-5.1d T x 5' Airfield Double Grate Inlet EA 0 1 $19,950.00 $0.00 $19,950.00 A. D-751-5.1 a 7' x 3' Airfield Triple Grate Inlet EA 0 2 $25.500.00 $0.00 $51.000.00 A. D-751-5.1f 7' x 6' Airfield Triple Grate Inlet EA 0 1 $30,200.00 $0.00 $30,200.00 A. D-751-5.1 g 3' x 3' Airfield Junction Box EA 0 - 2 $11,900.00 $0,00 $23,800.00 A. T-904-5.1 Sodding SY 25.365 $4.20 26,903 $4.20 $106,533.00 $112,992.60 B. CO-01.1 AS-4 AquaSwirl Water Treatment LS 0 $0 00 1 $28,113.00 $0.00 $28,113.00 Unll Summation of Cost $336,533.00 1 $919,106.20 Net Cost for this Change Orderl $582,573.20 Estimated Project Cost 'Time Change Estimated Project Cost Original Contract Start Date Original Contract Time (calendar days) May 9, 2022 85 Original Contract Amount $5,565,491.44 This Change Order $582,573.20 ,Additional Calendar Days granted by this Change Order 10 New Contract Amount $6,148,064.64 New Contract Time (calendar days) 95 ;Suspended Time 0 New Construction Completion Date August 12. 2022 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE Engineer: Garver �, Senior Project Manager July 7, 2022 En ineers Si nalure Title Date ACCEPTED BY CONTRACTOR � If Asst. Vice -President July 6, 2022 Contrar 's Signature Title Date APPROVED BY OWNER Mayor 07/13/22 v ne s Si nature TIBe Cta' V