Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2020-091 - 3/3/2020 - NA
TASK ORDER NO. 20 This Task Order pertains to a Master Services Agreement for Professional Services by and between City of Corpus Christi, Texas (City) and Garver, LLC., (ENGINEER) dated February 16, 2016 by Ordinance 030765, (Agreement). ENGINEER shall perform services on the project described below as provided in this Task Order and in the Agreement. This Task Order shall not be binding until it has been properly signed by both parties. Upon execution, this Task Order shall supplement the Agreement as it pertains to the project described below. PROJECT NAME: 20260A CCIA Rehabilitate Terminal Apron Phase IV 20261A East GA Apron Phase V 1. PROJECT DESCRIPTION: The concrete pavement reconstruction for the Terminal and East GA aprons, concrete pavement rehabilitation of the West GA Apron, rehabilitation of the Service Road between the west GA and Terminal Apron. 2. SCOPE OF SERVICES: The scope of services includes surveying, design, and bidding services for improvements to Terminal Apron, East GA Apron, West GA Apron and associated improvements at the Corpus Christi International Airport. This task order is more fully described in Exhibit A. 3. COMPENSATION:The total amount not to exceed for Task Order No. 20 only is$331,000.00 This Task Order is approved and Consultant may proceed. All other terms and conditions of the Agreement remain in full force and effect. CITY OF CO PU' 'IST GARVER, LLC. -0/0d /10j,i';72/28/2020 eff H. Edmonds, P.E. . k M , P.E. Date Director of Engineering Services 3010 Gaylord Parkway, Suite 190 Frisco, TX 75034 (972) 377-7540 Office FOMcIllwain©GarverUSA.com Task Order 20 Page 1 of 2 (' nninictl Accounting Unit Account No. Activity No. Amount 3020-274 550950 20260A1583020C 163,845.00 3018-274 550950 20260A1583018C 18,205.00 3020-274 550950 20261A1583020C 134,055.00 3018-274 550950 20261A1583018C 14,895.00 Total: $331,000.00 Task Order 20 Page 2 of 2 EXHIBIT A GARVER 1AI AI AI farvcrl ICA nnm February 11, 2020 Victor Gonzalez. Corpus Christi International Airport (CCIA) Corpus Christi, Texas Re: Task Order 20 for Preliminary Design through 90% Proposal 20260A CCIA Rehabilitate Terminal Apron Phase IV and 20261A East GA Apron Phase V Dear Mr. Gonzalez We appreciate the opportunity to serve the Corpus Christi International Airport by providing preliminary engineering through 90% design documents services for the Rehabilitate Terminal Apron Phase IV and East GA Apron Phase V project with this proposal. We also request that Garver's Master Services Agreement (MSA)with the City of Corpus Christi be reauthorized with additional funding, since the fee for this proposal nearly depletes the current authorized amount. The MSA renewal needs to occur soon in order to complete the design to 100% and provide bidding and construction services within the FAA's funding deadline. Per our previous conversations, our proposal includes design efforts for proposed additive alternates to this project which would include pavement maintenance rehabilitation of the west GA apron, and rehabilitation of the perimeter road and access gate pavement between the west GA and terminal apron. We have assessed the project scope, coordinated with sub consultants, and developed this proposal to serve you. See attached Appendix A for the Scope of Services, Appendix B for a fee summary, and Appendix C for a proposed project limits. Please call me if you have any questions. Sincerely, GARVER Derek Mayo, P.E., MP Project Manager Attachments: Appendix A:Scope of Services Appendix B: Fee Summary Appendix C: Project Limits Exhibit A Page 1 of 14 GARVER APPENDIX A SCOPE OF SERVICES CORPUS CHRISTI INTERNATIONAL AIRPORT REHABILIATE TERMINAL APRON PHASE IV AND EGA APRON PHASE V PRELIMINARY DESIGN SERVICES THROUGH 90% DESIGN DOCUMENTS CORPUS CHRISTI, TEXAS 1.1 General Generally, the scope of services includes surveying, design, and bidding services for improvements to Terminal Apron, East GA Apron, West GA Apron and associated improvements at the Christi International airport. Improvements will consist primarily concrete pavement reconstruction for the Terminal and East GA aprons, concrete pavement rehabilitation of the West GA Apron, rehabilitation of the Service Road between the west GA and terminal apron. See Appendix C for a Project Limits exhibit. 1.2 Surveys a. Design Surveys Existing survey from LNV, Inc. provide by the airport will be used for the design for the Terminal Apron and EGA Apron limits only. The existing survey data is assumed to be correct up to up to the limits of the previously reconstructed pavements. For areas that have not been included in the previous survey data, Garver will provide field survey data from field work for designing the project, and this survey will be tied to the Client's control network. Garver will conduct field surveys, utilizing radial topography methods, at intervals and for distances along the project site as appropriate for modeling the existing ground, including locations of pertinent features or improvements. Buildings and other structures, streets, drainage features, trees over eight inches in diameter, visible utilities as well as those underground utilities marked by their owners and/or representatives, and any other pertinent topographic features that may be present at and/or along the project site, will be located. Control points will be established for use during construction. 1.3 Geotechnical Services For the Service Road between the West GA and Terminal Apron, Garver will be responsible for obtaining, interpreting, and evaluating geotechnical data necessary for the design. For the East GA Apron and the Terminal Apron, existing geotechnical information acquired by Garver and others will be utilized and is assumed to be correct. Existing geotechnical information for the East GA Apron was previously provided to Garver by the Owner and will be assumed to be correct. 1.4 Preliminary Coordination Garver will serve as the Client's representative in the preliminary phase of the project and furnish consultation and advice to the Client during the performance of this service. Garver will attend preliminary conferences alone or with Client's representatives, local officials, state and federal agencies, utility companies and others regarding the proposed project, its general design, functions, and impact. Garver will assist the Client in ordering and directing the accomplishment of such special services as soil borings and material tests as may be necessary. Garver will prepare a Appendix A- Scope of Services 1 of 4 CLIA Rehabilitate Terminal Apron IV and East GA V Garver Project No. 19A06171 Preliminary Design up to 90% Design Documents Exhibit A Page 2 of 14 GARVER preliminary engineering report, supported by preliminary plans, and submit copies for review and approval to the Client and FAA in the number required. Garver will attend conferences for review and conduct coordination conference of interested agencies and utilities, if required. 1.5 Utility Coordination Garver will furnish plans to all known utility owners potentially affected by the project at each stage of development. Garver shall conduct coordination meetings among all known affected utility owners to enable them to coordinate efforts for any necessary utility relocations. Garver will include the surveyed locations of the observable and marked utilities in the construction plans. Garver will also include proposed and/or relocated utility information in the construction plans as provided by the utility companies. 1.6 Environmental Services Environmental services shall not be part of this scope. Garver will not perform wetland delineation or obtain environmental permits for the project from the US Army Corps of Engineers or obtain clearance from the US Fish and Wildlife Service (USFWS) and the State Historic Preservation Office (SHPO). 1.7 Drainage Study Drainage improvements will consist of that to maintain existing conditions. Existing conditions of current drainage structures include, but are not limited to culverts, ditches, or subsurface drainage, and will be included in the design, if necessary, but incorporated to match existing drainage characteristics. Garver will not develop a hydrologic model using HEC-HMS and will not perform hydrologic analyses of the existing drainage basin. 1.8 30% Design Preliminary Engineering Report(PER) The 30% PER phase submittal will include a Preliminary Engineering Report (PER). The PER will include an evaluation of existing conditions, design criteria and approach, and an opinion of probable construction cost. This submittal will be for the purpose of coordinating the proposed improvements with the Client and developing an order of magnitude cost estimate for the project. A PER has already been done for portions of the project, but specifically, the PER will be to document the design of the West GA Apron and perimeter road between the West GA and Terminal Apron. Garver may complete the PER concurrent with the design phase, contingent upon Owner approval. 1.9 Design Submittals (60% and 90%) Garver will prepare detailed construction drawings, specifications, instructions to bidders, general provisions and special provisions, all based on guides furnished to Garver by the Client and FAA. Contract Documents (Plans, Specifications, and Estimates) will be prepared for award of one (1) construction contract. These designs shall conform to the standards of practice ordinarily used by members of GARVER's profession practicing under similar conditions and shall be submitted to the FAA office from which approval must be obtained. Detailed specifications shall be developed using FAA "Standards for Specifying Construction for Airports" AC 150/5370-10 (latest edition) or other appropriate standards approved for use by the FAA. A specimen copy of the General Provisions and applicable prevailing wage rates will be obtained by Garver from the FAA or Department of Labor as appropriate for incorporation into the specifications for the proposed project. Appendix A- Scope of Services 2 of 4 CCIA Rehabilitate Terminal Apron IV and East GA V Garver Project No. 19A06171 Preliminary Design up to 90% Design Documents Exhibit A Page 3 of 14 GARVER Garver will submit to the FAA Airport's Regional Office advance copies of the plans and specifications and cost estimates for review. Garver will make any additions to respond to comments by the FAA, and when the documents have been approved, Garver will furnish plans to the FAA and to the Client for bidding and coordination purposes. Garver will also prepare sedimentation and erosion control plans and details for the contract documents and specifications so that a Stormwater Pollution Prevention Plan (SWPPP) can be obtained by the Contractor. 1.10 Property Acquisition Documents Property acquisition documents shall not be part of this scope. 1.11 Bidding Services Bidding services are not included in the scope of services for this task order. It is anticipated that they will be provided in a future task order. 1.12 Construction Phase Services Construction services may be added to this scope by amendment or through a separate agreement. 1.13 Project Deliverables All submissions will include an electronic version (pdf) and the following hardcopies: Submittal Hardcopies Hardcopies Hardcopies to Copies to City to FAA to Airport City Development Engineering . Services" 60% Design (half size plans, specifications) 1 3 3 0 90% Design (half size plans, specifications) 1 3 3 0 `It is assumed that the airport will coordinate with City Development Services. 1.14 Extra Work The following items are not included under this agreement but will be considered as extra work: 1. Property surveys. 2. 100% design documents, Bidding Documents, and Bidding Services are not included in this scope of work. 3. Redesign for the Owner's convenience or due to changed conditions after previous alternate direction and/or approval. 4. Submittals or deliverables in addition to those listed herein. 5. Design of any utility relocation other than water or airfield electrical, or any utilities not located within the project limits. 6. Retaining walls or other significant structural design. 7. Street lighting or other electrical design. 8. Preparation of a Storm Water Pollution Prevention Plan (SWPPP). The construction contract documents will require the Contractor to prepare, maintain, and submit a SWPPP to DEQ. Appendix A- Scope of Services 3 of 4 CCIA Rehabilitate Terminal Apron IV and East GA V Garver Project No. 19A06171 Preliminary Design up to 90% Design Documents Exhibit A Page 4 of 14 GARVER 9. Construction materials testing. 10. Environmental Handling and Documentation, including wetlands identification or mitigation plans or other work related to environmentally or historically(culturally) significant items. 11. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR. 12. Construction phase services or project closeout services. 13. Coordination with the City development services for permitting requirements or approvals, including permit fees. Extra Work will be as directed by the Client in writing for an additional fee as agreed upon by the Client and Garver. 1.15 Schedule Garver shall begin work under this Agreement within ten (10) days of a Notice to Proceed and shall complete the work in accordance with the schedule below: Phase Description Calendar Days 30% PER and 60% Design 44 days from NTP 90% Design 21 days from 60% design review meeting with staff or receipt of complete comments from airport and staff Appendix A- Scope of Services 4 of 4 CLIA Rehabilitate Terminal Apron IV and East GA V Garver Project No. 19A06171 Preliminary Design up to 90% Design Documents Exhibit A Page 5 of 14 APPENDIX B City of Corpus Christi Rehabilitate Terminal Apron Phase IV and EGA Apron Phase V Terminal Apron (ONLY) PRELIMINARY DESIGN THROUGH 90% FEE SUMMARY Title I Services Fee Type Estimated Fees Surving Services(LNV, Inc.) Lump Sum $25,685.00 Geotechnical Investigation(Rock Engineering and Testing, Inc.) Lump Sum $3,190.00 30% PER Submittal Lump Sum $22,825.00 60% Design Submittal Lump Sum $74,910.00 90% Design Submittal Lump Sum $55,440.00 Subtotal for Title I Services $182,050.00 C:\Users\dwmayo\AppData\Roaming\Microsoft\Excel\19A06171-CCIA%20Term%201V%20EGA%20V%20-%20APPENDIX307883862851819210\19A06171- CCIA%20Term%201V%20EGA%20V%20-%20APPENDIX((Unsaved-307883471097544300)) Exhibit A Page 6 of 14 APPENDIX B City of Corpus Christi Rehabilitate Terminal Apron Phase IV and EGA Apron Phase V East GA Apron (ONLY) PRELIMINARY DESIGN THROUGH 90% FEE SUMMARY Title I Services Fee Type Estimated Fees Surving Services(LNV, Inc.) Lump Sum $21,015.00 Geotechnical Investigation(Rock Engineering and Testing, Inc.) Lump Sum $2,610.00 30% PER Submittal Lump Sum $18,675.00 60% Design Submittal Lump Sum $61,290.00 90% Design Submittal Lump Sum $45.360.00 Subtotal for Title I Services $148,950.00 C:\Users\dwmayo\AppData\Roaming\Microsoft\Excel\19A06171-CCIA%20Term%201 V%20EGA%20V%20-%20APPENDIX307883862851819210\19A06171- CCIA%20Term%201V%20EGA%20V%20-%20APPENDIX((Unsaved-307883471097544300)) Exhibit A Page 7of14 APPENDIX B City of Corpus Christi Rehabilitate Terminal Apron Phase IV and EGA Apron Phase V 30%PER Submittal WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-1 T-2 C-2 X-2 hr hr hr hr hr hr hr hr 1. Civil/Electrical Engineering Administrative/Invoicing/VVeekly Reports 2 4 2 Project Kickoff Meeting/Site Visit 12 12 West GA Apron Pavement Inspection and Evaluation 16 16 Coordinate with West and East GA Apron Stakeholders 2 2 Coordination of Survey 2 Coordination of Geotech 4 Records research,and review 2 4 4 Process Survey Data,Merge with Existing Base Map 1 4 4 Review Geotech Report/Meet with Subconsultant for Report Findings 3 Preliminary Engineering Report(PER) Document Existing Pavement Distresses for Rehabilitation 1 4 4 Service and Haul Road Pavement Design 2 6 Prepare Exhibits for Report 1 2 4 4 Develop Engineer's Opinion of Probable Cost 1 2 6 Draft Preliminary Engineering Report 1 2 12 8 4 Draft Report Internal QC Review 4 4 4 Reproduction and delivery of draft report 2 4 Prepare for and conduct PER review meeting-Run Concurrent with 60% Contractor coordination for Constructibility 4 Revise and Finalize Report 1 2 4 2 Reproduction and delivery of final report 2 4 Subtotal-Civil/Electrical Engineering 4 19 46 44 56 18 0 10 Hours 4 19 46 44 56 18 0 10 SUBTOTAL-SALARIES: $36,135.00 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $451.00 Postage/FreightGourier $100.00 Office Supplies/Equipment $50.00 Computer Modeling/Software Use $25.00 Travel Costs $3,039.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $3,665.00 SUBTOTAL: $39,800.00 SUBCONSULTANTS FEE: $1,700.00 TOTAL FEE: $41,500.00 19A06171 CCIA Term IV EGA V Proposal Appendix B Page 4 of 8 GARVER Exhibit A Page 8 of 14 APPENDIX B City of Corpus Christi Rehabilitate Terminal Apron Phase IV and EGA Apron Phase V 60% Design Submittal WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-1 T-2 C-2 X-2 hr hr hr hr hr hr hr hr 1. Civil Engineering Administrative/Invoicing/Weekly Reports 2 4 4 Coordination with Owner 8 16 Coordination with FAA 2 2 Coordination with City Engineering/Utilities 8 4 Stakeholder's Coordination/Info Gathering(GA tenants,airlines,FAA,CCIA,FBOs) 2 4 2 Kickoff Meeting with Design Team 2 1 1 1 Weekly Design Review Meetings 8 8 8 Phasing Design Meeting with Operations/Airport Staff(includes travel) 12 12 2 Airspacing Analysis and 7460 Submittal to FAA OE/AAA 2 6 4 Preliminary Plans Cover Sheet and Index of Sheets 1 1 General Notes 1 1 2 1 Project Layout Plan 1 4 4 4 Survey Layout Plan 1 4 4 4 Construction Safety and Phasing Plan 2 6 6 4 2 Construction Safety and Phasing Notes 1 2 1 2 1 Existing Conditions 1 1 4 1 Sedimentation and Erosion Control Layout 1 2 6 4 Sedimentation and Erosion Control Notes 1 1 2 2 Demolition Plan 1 2 8 6 Site Layout Plan 2 4 10 10 Rehabilitation Plan 2 5 20 16 PCC Joint Layout Plan 2 5 6 4 Drainage Improvements Plan 2 4 8 4 Pavement Marking Plan 2 3 8 8 Utility Plans 2 6 12 4 Apron,Service Road Profiles 1 6 8 4 Site Layout Details 1 2 4 2 Demolition Details 1 2 2 1 PCC Joint Details 2 2 2 1 Typical Sections 1 2 4 1 Drainage and Utility Details 1 4 6 2 Pavement Marking Details 1 1 2 1 Cross Sections 4 6 16 4 City of Corpus Christi Front End Specifications 2 4 12 Technical Specifications 2 8 12 Quantity Calculations 2 4 8 12 Engineer's Opinion of Probable Cost 1 3 6 Constructability Review and QC Review 4 8 8 1 1 8 Revisions to Plans/Specifications 2 4 6 6 Prepare and Submit City Engineering Submittal Forms 1 2 2 Preparation and Delivery of 60%Submittal Documents to FAA and Owner 1 2 2 6 Review City Comments and Submit Responses 2 2 2 Prepare for and Attend Formal 60%Review Meeting with City Engineering/CRP 12 12 2 2 FAA 60%Design Review Meeting(teleconference) 2 1 Design Review Meeting Minutes and Responses 1 2 1 Subtotal-Civil Engineering 4 50 135 113 222 113 8 10 19A06171 CCIA Term IV EGA V Proposal Appendix B Page 5 of 8 GARVER Exhibit A Page 9 of 14 APPENDIX B City of Corpus Christi Rehabilitate Terminal Apron Phase IV and EGA Apron Phase V 60% Design Submittal WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-1 T-2 C-2 X-2 hr hr hr hr hr hr hr hr 2. Electrical Engineering Coordination with Project Manager 2 4 4 Coordination with Owner 4 Coordination with Utility Provider 4 4 Records Review and Research 2 4 Site Visit(includes travel) 12 2 Preliminary Plans Electrical Utility Demolition Plan 2 4 2 Electrical Utility Installation Plan 4 8 2 Electrical Utility Details 4 4 2 Technical Specifications 4 2 Quantity Calculations 2 4 Engineer's Opinion of Probable Cost 2 2 Constructability Review and QC Review 4 2 Revisions to Plans/Specifications 2 4 Review City Comments and Submit Responses 2 2 Subtotal-Electrical Engineering 0 6 48 0 44 0 8 0 Hours 4 56 183 113 266 113 16 10 SUBTOTAL-SALARIES: $133,782.00 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $824.00 Postage/Freight/Courier $125.00 Office Supplies/Equipment $50.00 Computer Modeling/Software Use $25.00 Travel Costs $1,394.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $2,418.00 SUBTOTAL: $136,200.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $136,200.00 19A06171 CCIA Term IV EGA V Proposal Appendix B Page 6 of 8 GARVER Exhibit A Page 10 of 14 APPENDIX B City of Corpus Christi Rehabilitate Terminal Apron Phase IV and EGA Apron Phase V 90% Design Submittal WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-1 T-2 C-2 X-2 hr hr hr hr hr hr hr hr 1. Civil Engineering Administrative/Invoicing/Weekly Reports 1 2 2 Address 60%Design Review Meeting Comments 2 4 12 6 Coordination with Owner 4 8 4 Coordination with FAA 2 2 Coordination with City Engineering/Utilities 4 4 Weekly Design Review Meetings 2 2 2 Final Plans 4 Cover Sheet and Index of Sheets 1 General Notes 1 1 1 2 Project Layout Plan 1 1 2 8 Survey Layout Plan 1 1 4 4 Construction Safety and Phasing Plan 1 2 4 4 Construction Safety and Phasing Notes 2 1 1 1 Existing Conditions 1 2 1 1 Sedimentation and Erosion Control Layout 1 2 6 4 Sedimentation and Erosion Control Notes 1 1 2 1 Demolition Plan 1 1 4 4 Site Layout Plan 2 6 10 10 Rehabilitation Plan 1 4 12 10 PCC Joint Layout Plan 2 4 6 4 Drainage Improvements Plan 1 3 6 4 Pavement Marking Plan t 3 4 4 Utility Plans 1 2 2 2 Apron,Service Road Profiles 1 4 6 6 Site Layout Details 1 2 2 2 Demolition Details 1 1 1 1 PCC Joint Details 1 1 2 2 Typical Sections 1 t 1 2 Drainage and Utility Details 1 2 4 4 Pavement Marking Details 1 1 2 2 Cross Sections 1 4 12 8 City of Corpus Christi Front End Specifications 2 4 10 Technical Specifications 2 8 10 Quantity Calculations 1 4 6 8 Engineer's Opinion of Probable Cost 2 4 4 Constructability Review and QC Review 4 8 8 1 1 8 Revisions to Plans/Specifications 2 4 6 6 Prepare and Submit City Engineering Submittal Forms 1 2 2 Preparation and Delivery of 90%Submittal Documents to FAA and Owner 1 2 2 6 Review City Comments and Submit Responses 2 2 2 Prepare for and Attend Formal 90%Review Meeting with City Engineering/CRP 12 4 2 FAA 90%Design Review Meeting(teleconference) 2 1 Design Review Meeting Minutes and Garver Responses 1 2 1 Subtotal-Civil Engineering 4 19 82 96 157 115 8 8 19A06171 CCIA Term IV EGA V Proposal Appendix B Page 7 of 8 GARVER Exhibit A Page 11 of 14 APPENDIX B City of Corpus Christi Rehabilitate Terminal Apron Phase IV and EGA Apron Phase V 90% Design Submittal WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-1 T-2 C-2 X-2 hr hr hr hr hr hr hr hr 2. Electrical Engineering Address 60%Design Review Meeting Comments 2 4 4 Coordination with Project Manager 6 2 Coordination with Owner 4 Coordination with Utility Provider 4 4 Preliminary Plans Electrical Utility Demolition Plan 2 3 2 Electrical Utility Installation Plan 4 8 2 Electrical Utility Details 2 4 2 Technical Specifications 4 2 Quantity Calculations 2 2 Engineer's Opinion of Probable Cost 2 2 Constructability Review and QC Review 6 2 Revisions to Plans/Specifications 2 4 Review City Comments and Submit Responses 2 2 Subtotal-Electrical Engineering 0 8 38 0 37 0 8 0 Hours 4 27 120 96 194 115 16 8 SUBTOTAL-SALARIES: $99,047.00 DIRECT NON-LABOR EXPENSES Document Printing/Reproduction/Assembly $878.00 Postage/Freight/Couner $125.00 Office Supplies/Equipment $50.00 Computer Modeling/Software Use $25.00 Travel Costs $675.00 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $1,753.00 SUBTOTAL: $100,800.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $100,800.00 19A06171 CCIA Term IV EGA V Proposal Appendix B Page 8 of 8 GARVER Exhibit A Page 12 of 14 APPENDIX B City of Corpus Christi Rehabilitate Terminal Apron Phase IV and EGA Apron Phase V PRELIMINARY DESIGN THROUGH 90% TOTAL FEE SUMMARY Title I Services Fee Type Estimated Fees Surving Services (LNV, Inc.) Lump Sum $46,700.00 Geotechnical Investigation (Rock Engineering and Testing, Inc.) Lump Sum $5,800.00 30% PER Submittal Lump Sum $41,500.00 60% Design Submittal Lump Sum $136,200.00 90% Design Submittal Lump Sum $100,800.00 Total Fee for Task Order 20: $331,000.00 19A06171 CCIA Term IV EGA V Proposal Appendix B Page 1 of 8 GARVER Exhibit A Page 13 of 14 ,.. I - ,; APPENDIX C - PROJECT LIMITS h 4h 114 •+ '- ''`•'}' .v \' ...%. ffilk * - ��j�•( i kt' . g r. > �, p • ir p+ •:'r•'rr4. R 1 M I t O :• 4 :.:y - r •f a 1 : 4 • "�fD r 1.— , � M r t . �. , tK: ia : c/9—,m7, Q: ". •ay • axe i meirr • r f is t Li„ ` w..�. •..,.-., r .•....._ 111 • v - 11� • 11000RSR■ ilk '. ::_::. LIMITS OF APRON r- °� RECONSTRUCTION ................ : Master Services Agreement Garver Engineers !DESCRIPTION NOT TO EXCEED AMOUNT) Maximum Contract Amount Original(February 16,2016) $1,500,000.00 Maximum Contract Amount Renewal One(December 22,2017) $1,500,000.00 Maximum Contract Amount Renewal Two(August 20,2018) $1,500,000.00 Total Maximum Contract Amount $4,500,000.00 Task 1—Design and Bid Phase Services for the Perimeter Fence Replacement and Improvements Project (E15221) $298,716.00 Task 2— Construction Phase&Close out Phase Services for the Perimeter Fence Replacement and Improvements Project (E15221) $346,964.00 Task 2,Amendment 1-Decrease Resident Project Rep and increase Construction Materials testing,No Value $0.00 Task 3—Surveying,Design and Bid Phase Services for Rehab of Taxiway Kilo(E16451) $166,400.00 Task 4—Surveying,Design and Bid Phase Services for Air Carrier Ramp and East GA Apron(E15223&E15234) $279,100.00 Task 5— Construction Phase&Close out Phase Services for Taxiway Kilo(E16451) $361,774.00 Task 5,Amendment 1-Decrease Resident Project Rep and increase Construction Materials testing,No Value $0.00 Task 6—Taxiway K Fire Suppression Incident(E17071) $34,500.00 Task 7—Construction Phase,Testing and Close Out for East GA&Terminal Apron (E15223&E15234) $585,800.00 Task 8-Design and Bid Phase Services for Terminal Apron Reconstruction Il(E17112)and East GA Apron(E17113) $286,000.00 Task 9- Service Animal Relief Areas(SARA)Proposal $24,900.00 Task 10-CRP AOA Fencing E15221-Construction Administration Service Hours Added $141,665.60 Task 11-Adding ACHM Design to E17112/E17113 Rehabilitate Terminal Apron PH II and East GA Apron PH III $28,500.00 Task 12-Add additional design and bidding services to extend the pavement rehabilitation limits(E17113) $21,100.00 Task 13-To support the development of the DBE goals for CCIA(18113A) $3,200.00 Task 14-Construction Admin Services and Closeout for TA Reconstruction II(E17112),East GA Apron(E17113) $510,528.00 Task 15-Design and Bidding Services for TA Reconstruction Ph Ill(18148A),East GA Apron Ph IV(18149A) $287,200.00 Task 16-Airport Concession Disadvantaged Business Enterprise(ACDBE)Program(19039A) $13,567.00 Task 17-Additional Construction Support Services TA Reconstruction II(E17112),East GA Apron Ill(E17113) $106,902.86 Total Task Orders $3,496,817.46 Amount Remaining on Master Services Agreement $1,003,182.54 TO 18$594,358 TO 19 $39,975 TO 20$331,000 Total Remaining: $37,849.54 Task Order Summary Page 1 of 1