Loading...
HomeMy Public PortalAboutORD14212 BILL NO. 2007-25 SPONSORED BY COUNCILMAN Councilman Klindt ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A SUPPLEMENTAL AGREEMENT WITH BURNS AND MCDONNELL FOR CONSTRUCTION OVERSIGHT AND INSPECTION SERVICES RELATED TO THE PARALLEL TAXIWAY PROJECT AT THE JEFFERSON CITY MEMORIAL AIRPORT. WHEREAS, Burns and McDonnell is providing design of a new parallel taxiway at the Jefferson City Memorial Airport to serve the main instrument runway; and WHEREAS, Burns and McDonnell will also be providing construction oversight and inspection services for the parallel taxiway project; and WHEREAS, additional grant funds have become available to include the additional work necessary for completion of the project; NOW THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and City Clerk are hereby authorized to execute a Supplemental Agreement with Burns and McDonnell for the project(ProjectAIRE 06-0406- 8). Section 2. The Supplemental Agreement shall be substantially the same in form and content as that Supplemental Agreement attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: App �l o -7 Pr sidV g Officer or EST: QV O RM: ,ity CIA City Counselor ( � 2( Z SUPPLEMENTAL AGREEMENT NO. 2 TO AGREEMENT FOR CONSTRUCTION PHASE SERVICES BETWEEN BURNS & McDONNELL ENGINEERING COMPANY, INC. KANSAS CITY, MISSOURI AND CITY OF JEFFERSON, MISSOURI JEFFERSON CITY MEMORIAL AIRPORT TAXIWAY A & CONNECTING TAXIWAYS AIRE 06-04OB-8 This supplemental agreement to the original agreement,approved February 8,2006,is made by and between Burns&McDonnell Engineering Company,Inc.(C SULTANT),a Missouri Corporation and the City of Jefferson, Missouri this day of Z-64007. Burns & McDonnell Engineering Company,Inc.is found at 9400 Ward Parkway ansas City,Missouri,64114,and City of Jefferson,Missouri(SPONSOR)is found on 320 East McCarty Street,Jefferson City,MO.65101. Whereas, it is the mutual desire of the parties hereto to amend the Agreement for Professional Engineering Services entered on the 8th day of February 2006,hereinafter called the existing agreement. • Whereas, the original agreement is to be modified to account for additional scope of services, the City of Jefferson requests the scope of special services be modified to satisfy the below scope of work. This amendment provides a cost proposal breakdown and scope of services modification to the existing professional engineering services agreement. CONSULTANT will serve as SPONSOR's professional engineering CONSULTANT in those assignments to which this proposal applies, according to the Scope of Services described herein, and will give consultation and advice to SPONSOR during the performance of such services. EXHIBIT II—SCOPE OF SERVICES A. DESCRIPTION OF SERVICES TO BE PERFORMED: CONSULTANT has developed the following Scope of Services to perform construction services for the aforementioned project. The Scope of Services is defined as follows: 1. Construction Phase Services: This phase includes activities for developing a construction observation program and providing construction services throughout the project. a. Develop the Construction Observation Program. This program will conform to the criteria established by MoDOT. (See Attachment A). b. Attend and conduct a preconstruction meeting with the SPONSOR, • MoDOT and Contractor. CONSULTANT's team members attending will 41529 supagree-02-cservices 4-23-07 Page 1 of 4 Jefferson City Memorial Airport • be the Project Manager, Project Civil Engineer and Project Electrical Engineer. C. During the Design Phase, a preliminary construction schedule was developed by the CONSULTANT to determine the number of calendar days needed to complete construction of this project. As a result, the Contractor(s)will be required to complete this project within 219 calendar days. Full-time construction observation is defined as having a Resident Representative available for onsite observations, Monday through Friday for ten (10) hours per day for a total of 160 days for a not to exceed amount of 1,600 hours. In the event the Contractor elects to work more than ten (10) hours per day or on Saturdays, the Resident Representative will remain on site as needed to observe the work being performed. The hours utilized for these observations beyond ten(10) hours will be deducted from the established 1,600 hours as previously indicated. d. Provide an Assistant Project Representative, (APR) during critical activities, which physically requires the presence of more than the Resident Representative. The APR's visits are estimated to be no more than eight hours per day per trip. A maximum of ten trips for this effort are estimated e. Perform shop drawing reviews and material certifications as received from the Contractor. f. Provide through the services of a testing laboratory, all first time testing for the required quality assurance tests as identified in the Project Specifications. g. Respond to field issues throughout the duration of the project. h. Provide monthly Contractor progress estimates and prepare SPONSOR's request for federal/state reimbursement forms. i. Prepare change orders and supplemental agreements necessary for construction of the project. j. Reports. - (1) Weekly Reports: Tests reports including types of tests taken, applicable standards, location of tests, tests results (highlighting those tests which fail specification requirements),provisions for failed tests, and specification requirements shall be recorded and filed in a timely and orderly manner and shall be made available for review by the MoDOT upon request. (2) Final Report: At the end of the project, the CONSULTANT shall submit a final test and quality control report documenting the results of all tests performed. Those tests that failed or did not meet • the applicable test standard shall be highlighted and corrective 41529 supagree-02-cservices 4-23-07 Page 2 of 4 Jefferson City Memorial Airport • action/retesting noted. The report shall include the pay reductions applied and justification for accepting any out-of-tolerance materials. k. Prepare Final Punch List. The Resident Representative, Project Engineer, Project Manager, SPONSOR, MoDOT (if available) and Contractor will perform a final walk through of the project and prepare a final punch list of the project (3 people at 8 hours per person). 1. Attend a final project walk through with the Resident Representative, Project Manager, SPONSOR and MoDOT to verify final punch list items have been addressed and that the project is acceptable to SPONSOR and MoDOT (2 people at 8 hours per person). m. Prepare a record set of conforming to construction record drawings as based on the contractor's redlined markups and as coordinated with the Resident Representative (2 days at 8 hours per day) and the office staff. An electronic copy of the completed record set will be provided to the SPONSOR in AutoCAD version 14. n. Provide MoDOT closeout documents as required for final acceptance. o. Provide periodic site visits from the Project Manager(One visit per month for the duration of the project.) P. Provide overall project management throughout the construction process. q. Update the Airport Layout Drawing to illustrate the construction improvements. B. UNDERSTANDING & CITY FURNISHED ITEMS: 1. The City of Jefferson shall provide a work and storage area(as designated by the Airport Manager) for use by the CONSULTANT for storage of supplies, records,preparing of project related paper work and all related materials needed to perform construction services for this project. C. METHOD OF COMPENSATION 1. Compensation of the Scope of Work, shall be made by Cost Plus a Fixed Fee(Profit). D. AMOUNT OF COMPENSATION 1. CONSULTANT will perform the Scope of Services of this Amendment No. 2,per the terms and conditions set forth in the Agreement, for an estimated Cost Plus a Fixed Fee (Profit) Amount as shown in Table A. A detailed cost summary is shown in Exhibit IV, "Derivation of CONSULTANT Project Costs" and Exhibit V, "Engineering Basic and Special Services—Cost Breakdown." Table A SUMMARY OF COSTS Item Cost Construction Services (Office Staff) $86,791 • Construction Services Field Staff) $255,584 Total Cost $343,375 41529 supagree-02-cservices 4-23-07 Page 3 of 4 Jefferson City Memorial Airport E.AUTHORIZATION OF SERVICES 1. It is understood any or all of the above items of professional services, or additional items of a similar nature, may be authorized by SPONSOR. 2. CONSULTANT will agree not to perform services for the account of this project greater than authorization, nor will CONSULTANT be obligated to perform any services in addition to that, for which compensation is authorized. F.TIME OF COMPLETION 1. CONSULTANT is prepared to immediately start work on your order and assign experienced personnel for services to SPONSOR. 2. CONSULTANT is estimating completion of the construction phase services in approximately forty-five (45) calendar days after the City of Jefferson's acceptance of the Contractor's completed work. G. DBE PARTICIPATION OBTAINED BY CONSULTANT: I. (Not Applicable for this Work) IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their respective proper officials. • ,lol Executed by the CONSULTANT the Z3 day of ,c,,• , 2007. Executed by the SPONSOR the day of L4LJ0,__ , 2007. SPONSOR: CONSULTANT: City of Jefferson, Missouri Burns &McDonnell Engineering Company, Inc. By: rA Signature By: Title: 42yor Signature David G. Yea ans Title: Presi t Aviation &Facilities Division AT By: By: Signature Signature Titl tlty��ler David G. Hadel, P.E. A S rm: T itle: Director of General Aviation Services • cityb6tuns-6for END OF SUPPLEMENTAL AGREEMENT No. 2 41529 supagree-02-cservices 4-23-07 Page 4 of 4 Jefferson City Memorial Airport DERIVATION OF CONSULTANT PROJECT COSTS SUMMARY OF COSTS • Taxiway A&Connecting Taxiways Jefferson City Memorial Airport Construction Services(Field Staff) BASIC AND SPECIAL SERVICES April 21,2007 1 DIRECT SALARY COSTS: TITLE HOURS RATE/HOUR COST($) Project Manager 0.00 $43.11 $0.00 Resident Representative 1632.00 $35.00 $57,120.00 Sr.Civil Engineer 0.00 $38.00 $0.00 Staff Engineer 0.00 $34.00 $0.00 Asst.Civil Engineer 0.00 $27.00 $0.00 Sr.Electrical Engineer 0.00 $37.76 $0.00 Staff Electrical Engineer 0.00 $35.40 $0.00 Asst. Electrical Engineer 0.00 $29.50 $0.00 Sr.Tech. 0.00 $25.00 $0.00 Staff Tech. 0.00 $19.00 $0.00 Geotech. Engineer 0.00 $35.40 $0.00 Clerical 0.00 $16.50 $0.00 1,632.00 Total Direct Salary Costs = $57,120.00 2 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: Percentage of Direct Salary Costs @ 134.99% = $77,106.29 3 SUBTOTAL: Items 1 and 2 = $134,226.29 4 PROFIT: 10.00% %of Item 3 Subtotal = $13,422.63 Subtotal $147,648.92 Lump Sum Fee 5 OUT-OF-POCKET EXPENSES: a. Mileage(office) 0.00 Miles @ $0.485 /Mile = $0.00 b. Transport.(field) 7.00 Months @ $1,786.52 /Mo._ $12,505.64 c. Motel(office) 0.00 Nights @ $65.00 /Night= $0.00 d. Per Diem(field) 219.00 Nights @ $65.00 /Night=. $14,235.00 e. Meals 2.00 Days @ $25.00 /Day = $50.00 f. Computer CADD 0.00 Hours @ $7.00 /Hour= $0.00 g. Computer Eng. 1632.00 Hours @ $3.50 /Hour= $5,712.00 h. Materials and Supplies = $1,639.00 Total Out-of-Pocket Expenses = $34,141.64 6 SUBCONTRACT COSTS: a. Surveyor - $5,000.00 b. Geotechnical Engineer = $68,794.00 c. Permit Fees = $0.00 $73,794.00 7 MAXIMUM TOTAL FEE: • Items 1,2,3,4,5 and 6 = $255,584.56 EXHIBIT IV-SUMMARY DERIVATION OF CONSULTANT PROJECT COSTS SUMMARY OF COSTS Taxiway A&Connecting Taxiways Jefferson City Memorial Airport Construction Services(Field Staff) BASIC AND SPECIAL SERVICES April 21,2007 Classification: Project Resident Sr.Civil Staff Engineer Asst.Civil Sr.Electrical Staff Electrical Asst.Electrical Sr.Tech. Staff Tech. Geotech. Clerical Other Costs Manager Representative Engineer Engineer Engineer Engineer Engineer Engineer Gross Hourly Rate: $111.43 $90.47 $98.23 $87.89 $69.79 $97.61 $91.51 $76.25 $64.62 $49.11 $91.51 $42.65 A.BASIC SERVICES CONSTRUCTION 1 SERVICES 1632.00 (1,2,3,4,5) Total= $181,790.56 $147,648.92 $34,141.64 2 DESIGN PHASE (1,2,3,4,5) Total= 3 BIDDING&CONST. AWARD PHASE (1,2,3,4,5) Total= 4 QUALITY CONTROL (1,2,3,4,5) Total= 5 N/A (1,2,3,4,5) Total= PART A SUBTOTAL= $181,790.56 B.SPECIAL SERVICES 1 PERMIT FEES (1,2,3,4,5) Total= 2 SURVEY(Borrow Sites) (1,2,3,4,5) Total= $5,000.00 $5,000.00 3 UPDATE ALD (1,2,3,4,5) Total= 4 LAND ACQUISITION (1,2,3,4,5) Total= 5 GEOTECHNICAL (1,2,3,4,5) Total= $68,794.00 $68,794.00 PART B SUBTOTAL= $73,794.00 GRAND TOTAL= $255,584.56 (1)Mileage,Motel and Meals (3)Computer Services (5)Other(identify) (2)Equipment,Materials and Supplies (4)Vendor Services 4/21/2007 jell city Mo TWY A cservices fee 4-21-07 field DERIVATION OF CONSULTANT PROJECT COSTS SUMMARY OF COSTS • Taxiway A&Connecting Taxiways Jefferson City Memorial Airport Construction Services(Field Staff) BASIC AND SPECIAL SERVICES April 21,2007 1 DIRECT SALARY COSTS: TITLE HOURS RATE/HOUR COST($) Project Manager 138.00 $43.11 $5,949.18 Planner 32.00 $34.00 $1,088.00 Sr.Civil Engineer 233.00 $38.00 $8,854.00 Staff Engineer 146.00 $34.00 $4,964.00 Asst.Civil Engineer 0.00 $27.00 $0.00 Sr.Electrical Engineer 0.00 $37.76 $0.00 Staff Electrical Engineer 98.00 $35.40 $3,469.20 Asst.Electrical Engineer 8.00 $29.50 $236.00 Sr.Tech. 32.00 $25.00 $800.00 Staff Tech. 16.00 $19.00 $304.00 Geotech.Engineer 0.00 $35.40 $0.00 Clerical 27.00 $16.50 $445.50 730.00 Total Direct Salary Costs = $26,109.88 2 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: Percentage of Direct Salary Costs @ 172.42% = $45,018.66 • 3 SUBTOTAL: Items 1 and 2 = $71,128.54 4 PROFIT: 10.00% %of Item 3 Subtotal = $7,112.85 Subtotal $78,241.39 Lump Sum Fee 5 OUT-OF-POCKET EXPENSES: a. Mileage(office) 6734.02 Miles @ $0.485 /Mile = $3,266.00 b. Transport.(Feld) 0.00 Months @ $1,786.52 /Mo._ $0.00 c. Motel(office) 0.00 Nights @ $65.00 /Night= $0.00 d. Per Diem(field) 0.00 Nights @ $75.00 /Night= $0.00 e. Meals 25.00 Days @ $25.00 /Day = $625.00 f. Computer CADD 48.00 Hours @ $7.00 /Hour= $336.00 g. Computer Eng. 682.00 Hours @ $3.50 /Hour= $2,387.00 h.Materials and Supplies = $1,936.00 Total Out-of-Pocket Expenses = $8,550.00 6 SUBCONTRACT COSTS: a. Surveyor = $0.00 b. Geotechnical Engineer = $0.00 c. Permit Fees = $0.00 $0.00 7 MAXIMUM TOTAL FEE: • Items 1,2,3,4,5 and 6 = $86,791.39 EXHIBIT IV-SUMMARY • • • DERIVATION OF CONSULTANT PROJECT COSTS SUMMARY OF COSTS Taxiway A&Connecting Taxiways Jefferson City Memorial Airport Construction Services(Field Staff) BASIC AND SPECIAL SERVICES April 21,2007 Classification: Project Planner Sr.Civil Staff Engineer Asst.Civil Sr.Electrical Staff Electrical Asst.Electrical Sr.Tech. Staff Tech. Geotech. Clerical Other Costs Manager Engineer Engineer Engineer Engineer Engineer Engineer Gross Hourly Rate: $129.18 $101.89 $113.87 $101.89 $80.91 $113.15 $106.08 $88.40 $74.92 $56.94 $106.08 $49.44 A.BASIC SERVICES CONSTRUCTION 1 SERVICES 136.00 232.00 140.00 98.00 8.00 24.00 25.00 (1,2,3,4,5) Total= $80,443.83 $17,569.06 $26,418.20 $14,263.91 $10,395.87 $707.20 $1,797.97 $1,236.11 $8,055.50 2 DESIGN PHASE (1,2,3,4,5) Total= 3 BIDDING&CONTT. AWARD PHASE (1,2,3,4,5) Total= 4 QUALITY CONTROL (1,2,3,4,5) Total= 5 N/A (1,2,3,4,5) Total= PART A SUBTOTAL= $80,443.83 B.SPECIAL SERVICES 1 PERMIT FEES (1,2,3,4,5) Total= 2 DESIGN SURVEY (1,2,3,4,5) Total= 3 UPDATE ALD 2.00 32.00 1.00 6.00 8.00 16.00 2.00 (1,2,3,4,5) Total= $6,347.56 $258.37 $3,260.32 $113.87 $611.31 $599.32 $910.97 $98.89 $494.50 4 LAND ACQUISITION (1,2,3,4,5) Total= 5 GEOTECHNICAL (1,2,3,4,5) Total= PART B SUBTOTAL= $6,347.56 GRAND TOTAL= $86,791.39 (1)Mileage,Motel and Meals (3)Computer Services (5)Other(identify) (2)Equipment,Materials and Supplies (4)Vendor Services 4/21/2007 Jeff city Mo TWY A cservices fee 4-21-07 office MISSOURI DEPARTMENT OF TRANSPORTATION AVIATION SECTION STATE AVIATION TRUST FUND PROGRAM CONSTRUCTION OBSERVATION PROGRAM ATTACHMENT A I. Construction Observation Program (COP) At least a minimum of 10 days prior to the pre-construction meeting, the Engineer shall submit a Construction Observation Program (COP) to MoDOT for review and approval. MoDOT concurrence with the issuance of the Notice-to-Proceed is.contingent upon submittal of an acceptable observation program. The COP shall detail the measures and procedures to be utilized by the Engineer to comply with quality assurance provisions of the construction contract, including, but not limited to, all tests required by the project specifications. The program shall include the following items as a minimum: a. Scope of Work: Brief narrative that describes the general scope of the project work. b. Name and title of the Sponsor's authorized representative (Airport Manager, City Engineer, etc.). c. Name of Contractor and project Superintendent. d. Name of the Project Engineer/Manager that has overall responsibility for administration of the construction contract. This person shall have the authority, as described in Section 50-08 of the General Provisions, to take necessary actions to assure compliance with the contract requirements. e. Name of Resident Observer. Identify the limits of the observer's responsibilities. f. Name of Sponsor's Quality Assurance testing laboratory. g. Name of Contractor's Quality Control testing laboratory including a point of contact. h. Names of any other engineering firms with quality assurance responsibilities for the project including a description of the services to be provided by each firm. i. List qualifications for the Project Engineer/Manager, resident observer, testing personnel, and laboratory personnel. 1 of 7 Rev.09/01/05 j. Itemized listing of all tests required by the contract specification, including the type and frequency of tests to be taken, the method of sampling, the applicable test standard, and the acceptance criteria or tolerances permitted for each type of test. k. Identify procedures for assuring that: 1. tests are taken in accordance with the approved construction observation program; 2. tests are documented properly; 3. corrective actions/retesting is taken for failed tests; 4. mix designs meet project specifications and Engineer's approval is properly documented; 5. quality and quantity of materials meet project requirements; 6. reports are transmitted to proper parties. II. Engineer's Field Office and Laboratory, Equipment and Contract Documents a. The Engineer shall assure that a facility suitable for use as a field office and laboratory is provided for within the construction contract documents (Reference Section 60-05 of the General Provisions). b. The Engineer shall assure that equipment required for surveying, material testing, and project inspection is provided for in the construction contract specifications and is in proper working order. c. The Engineer shall assure that approved plans and/or specifications are available to construction observation and testing laboratory personnel employed by the Engineer or working under contract with the Engineer. III. Personnel Qualifications a. Project Engineer/Manager The Project Engineer/Manager shall be a Professional Engineer, licensed in the state where construction takes place (or a reciprocal state), and shall have overall responsibility for construction observation of the project. 1. The engineer must be on the project site at the beginning of any critical operations and shall supervise all additional construction observation personnel. Critical operations shall be specifically defined in the COP. 2 of 7 2. The engineer shall have authority to make decisions regarding the project, subject to approval of the sponsor/owner and MoDOT. Official project documents (i.e. change orders, inspection reports, etc.) shall be signed by the Project Engineer. 3. Unless otherwise approved by MoDOT, the Project Engineer shall meet the following minimum requirements: • Earthwork - 3 years experience in earthwork construction. • Base and Subbase - 3 years experience in base and subbase construction. • Concrete or Asphalt - 5 years experience in airport or highway pavement construction. b. Resident Observer The engineering consulting firm may supplement the Project Engineer with a resident observer. The use of a Resident Observer shall not diminish the responsibility of the Project Engineer. The Project Engineer must be present at the start of all critical operations to assure contractor compliance. The Resident Observer may assist the Project Engineer with construction observation but shall not assume the overall responsibility of the Project Engineer. The qualifications for construction observation personnel will vary depending upon the material being placed. Consult the minimum standards for materials to ascertain the minimum qualifications for the resident observer. c. Field Testing Personnel Unless otherwise specified, field-testing personnel shall have a minimum of one-year experience in field-testing of the material being placed or constructed. In lieu of working experience, a certificate of completion from an acceptable training course may be accepted subject to MoDOT approval. d. Laboratory Personnel The supervisors of the main testing laboratory and field laboratory shall have as a minimum; two years of prior employment with the official project testing laboratory or other testing laboratories with approved accreditation. The supervisor is ultimately responsible for the testing activity, but need not be present for field sampling or field-testing. IV. Testing Laboratory a. The laboratory furnishing testing services for the project shall be proficient in performing those test standards as required by the construction contract specifications. 3 of 7 b. Testing functions occurring in the field such as density testing, material sampling, or specimen preparation shall be performed by qualified personnel. Field-testing personnel shall have as a minimum, one year of experience with the appropriate material and construction methods. V. Surveying a. The surveying included in this portion of the observation program is limited to that required for construction of the project. All field notes and data collected during design should be made available to the Project Engineer regardless of who designs the project. The survey party shall consist of a qualified party chief and survey crew. All survey equipment shall be verified for proper operation prior to use. If property surveying is required, the party chief shall be a registered land surveyor. b. Horizontal and Vertical Control: Per Section 50-06 of the General Provisions, the Sponsor's engineer shall be responsible for establishing horizontal and vertical control. Occasional spots shall be required to assure the integrity of the control monuments. Due to accuracy requirements for aeronautical information, the construction monuments for runway projects shall be tied into the National Geodetic Service (NGS) survey Datums. For horizontal control, the referenced datum shall be NAD83. For vertical control, the referenced datum shall be NAVD88. The construction monuments shall be adequately protected throughout the duration of the project. c. Construction Layout and Staking: Construction layout and staking shall be accomplished by the Contractor using the horizontal and vertical control monuments established by the Sponsor's surveyor. The Sponsor shall avoid situations that have their engineering consultant accomplishing the construction layout and staking. The responsibility and risk associated with construction layout and staking shall remain with the Contractor. d. During the course of the project work, the Sponsor's survey party shall make spot checks on alignment, verify proper cross sections of the completed pavement layers (subgrade, subbase, base course and surface course) and verify final cross sections for computing final pay quantities. VI. Construction Observation and Material Testing a. Subgrade, Subbase, and Base Course Construction Personnel 1. Field Construction Observer: The Engineer shall provide at least one on site construction observer per shift with a minimum of 2 years experience in earthwork, and aggregate subbase/base course 4 of 7 construction. Subject to MoDOT approval, a four-year college degree in engineering or a certificate of completion from an acceptable training course may be substituted for up to one year of experience. If additional assistant construction observers are required they shall have a working knowledge of earthwork and subbase/base coarse construction procedures. 2. Field Testing Personnel: Unless otherwise specified, field-testing personnel shall have a minimum of one-year experience in field-testing of subgrade, subbase, and base courses. In lieu of working experience and subject to MoDOT approval, a certificate of completion from an acceptable training course may be accepted. 3. Laboratory Personnel: The supervisor(s) of the main testing laboratory and field laboratory shall have as a minimum, two years of prior employment with the official project testing laboratory or other testing laboratories with approved accreditation. The supervisor is ultimately responsible for the testing activity, but need not be present for field sampling or field-testing. b. Bituminous Paving Observation Personnel 1. Field and Plant Observers: The Sponsor's Engineer shall furnish a sufficient number of observers to adequately observe plant and field laydown operations. A minimum of one on site observer per shift shall have at least five years of experience in the field of bituminous pavement construction. Subject to MoDOT approval, a four-year college degree in engineering or a certificate of completion from an acceptable training course may be substituted for up to one year of experience. Additional assistant observers shall have a working knowledge of the appropriate construction procedures. This includes observers for construction of bituminous seal coats and surface courses. 2. Field Testing Personnel: Unless otherwise specified, field-testing personnel shall have a minimum of one-year experience in field testing and sampling of bituminous concrete. In lieu of working experience and subject to MoDOT approval, a certificate of completion from an acceptable training course may be accepted. 3. Laboratory Personnel: The supervisor(s) of the main laboratory and field laboratory shall have a minimum of two years of supervisory employment with this laboratory or other laboratories with approved accreditation. Additional laboratory personnel shall have a working knowledge of bituminous mixture testing. The supervisor is ultimately responsible for the testing activity, but need not be present for field sampling or field-testing. 5 of 7 c. Concrete Paving and Structural Concrete Observation Personnel 1. Field Observers: The Sponsor's Engineer shall furnish a sufficient number of observers to adequately inspect plant and field placement operations. A minimum of one on site observer per shift shall have a least 5 years experience in concrete pavement construction. Subject to MoDOT approval, a four-year college degree in engineering or a certificate of completion from an acceptable training course may be substituted for up to one year of experience. The observer shall be on site during the placing, initial sawing and initial curing operations. Additional assistant observers shall have a working knowledge of concrete paving procedures. 2. Field Testing Personnel: Unless otherwise specified, field-testing personnel shall have a minimum of one-year experience in field testing and sampling of Portland cement concrete. In lieu of working experience and subject to MoDOT approval, a certificate of completion from an acceptable training course may be accepted. 3. Testing Laboratory Personnel: The supervisor of the main laboratory and field laboratory shall have a minimum of two years of employment with this laboratory or other laboratories that have approved accreditation. Additional laboratory personnel shall have a working knowledge of concrete testing. The supervisor is ultimately responsible for the testing activity, but need not be present for field sampling or field-testing. d. Manufactured Materials For manufactured items such as cement, asphalt, steel, lime, flyash, etc., the Project Engineer may accept the vendor's certification that the materials meet the specifications or may require the material to be tested for compliance to the specifications. e. Report of Test Results to the Contractor The contractor shall be verbally notified of the test results immediately after the tests have been completed. The information shall include the results of the tests and any pavement deductions due to substandard construction materials. In no case shall the Contractor be verbally notified later than 4 working hours after the test results have been completed. Additional written notification shall be provided to the Contractor within 7 days after the tests have been completed. f. Retesting The testing laboratory shall provide written notification to the Sponsor and the Contractor of additional costs incurred from retesting of failed materials and additional quality assurance tests. 6 of 7 VII. Reports a. Daily Reports: The sponsor's resident observer shall maintain daily records that sufficiently describe the work accomplished that day. The sponsor is not required to submit the daily records to MoDOT, however, such records shall be made available to MoDOT upon request. The Sponsor shall maintain the records for a period not less than three years from the date of project acceptance. As a minimum, the following shall be recorded: • Daily weather conditions • Worked accomplished that day • Material delivered • Type of equipment in use • Size of workforce including presence of contractor's supervisor • Hours worked per day • Acceptance tests conducted and results obtained • Corrective actions taken by the contractor • Safety Plan measures implemented or modified • Estimate of percentage of work completed to date • Identification of critical construction issues b. Weekly Reports: At the end of each workweek, the sponsor's resident observer shall submit to MoDOT a Weekly Construction Progress and Inspection Report (attachment no.1) including weekly test reports'. c. Final Testing Report: At the end of the project, the Project Engineer shall submit a final test and quality control report containing the minimum applicable documentation per the Final Testing Report (Checklist) (attachment no. 2) including the Electrical Systems Testing Report (attachment no. 3), Precision Approach Path Indicator (PAPI) Inspection Report (attachment no. 4), and the Preliminary Data Information For New/Relocated PAPI Facilities (attachment no. 5), if applicable. NOTE: The Final Testing Report (Checklist) is to be included as part of the Final Testing Report. Each applicable item that is not "marked" and included, as part of the referenced report, must be fully explained on a separate sheet as to why it was not included. 'The weekly test reports shall include type of tests taken, applicable test standards, location of tests, test results (highlighting those test which fail specification requirements), corrective action/retesting noted for failed tests, and project specification requirements. Examples of weekly test reports are shown in attachment nos. 6 through 8. 7 of 7 Attachment No. 1 Period Beginning/Ending WEEKLY CONSTRUCTION PROGRESS AND INSPECTION REPORT MoDOT Project Number Airport Name Contractor's Name Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface,lighting,marking,etc.) Work Completed or in Progress this Period. Brief Weather Summary this Period including Approximate Rainfall and Periods of Below Freezing Temperature. (On earthwork jobs include soil conditions) Contract Time Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out-of-tolerance material.Identify material subject to pay reduction). Number Days Last Working Day Charged To Date Charged(Date) Describe Anticipated Work by Contractor for Next Period. Problem Areas/Other Comments. (Revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title Signature Rev.09/01/02 Attachment No. 2 MoDOT Project Number • FINAL TESTING REPORT (CHECKLIST) Airport Name ITEMh!MO-152, EXCAVATION AND EMBANKMENT INCLUDED Density test results. ❑ Moisture test results. ❑ Smoothness test results. ❑ ITEM MO 209; CRUSHED AGGREGATE BASE.COURSE" ` INCLUDED Density test results. ❑ Moisture test results (at time of placement). ❑ Smoothness test results. ❑ Thickness test results. ❑ ITEMM0-,15 5;.FLY ASH (LIME) TREA EDrSUBGRADE 3. ;`,'IN'CLU,DED Density test results. ❑ • Moisture test results. ❑ Smoothness test results. ❑ Thickness test results. ❑ ITEIIA M0-401yk.PLANT MIX 0M.13M U'1,11 0US P'AVEME�NTS 1`II GD--,GT& ROM W-77,47#770MW Copy of the engineer's approval letter for the job mix formula. ❑ Copy of the engineer's approval letter for the contractor's quality control ❑ program. Copy of the certification letter signed by the manager of the testing laboratory (used to develop the mix design) stating that it meets the requirements of ❑ ASTM D 3666. Mat density results. ❑ Joint density results. ❑ Thickness results. ❑ Smoothness results (straightedge and/or profilograph). ❑ Grade results. ❑ • 1 of 2 ITEM MO-501, PORTLAND,CEMENT CONCRETE PAVEMENT INCLUDER, • Copy of the engineer's approval letter for the job mix formula. ❑ Copy of the engineer's approval letter for the contractor's quality control ❑ program. Copy of the certification letter signed by the manager of the testing laboratory (used to develop the mix design) stating that it meets the requirements of ❑ ASTM C 1077. Compressive strength results*. ❑ Thickness results*. ❑ Smoothness results (straightedge and/or profilograph). ❑ Grade results. ❑ Edge slump results. ❑ Dowel bar alignment results. ❑ * including percentage of material within limits (PWL) calculations. ❑ ITEM MO-610, STRUCTURAL PORTLAND CEMEENT:CONCRETE INCLUDED` • Compressive test results. ❑ ITEMS ACCEPTED BY MANUFi o►CTUER'S'''AND/OR;1/ENDER'S' INCLUDED h CERT IFICATION Provide a list of all manufactured items, materials, etc., that were accepted on manufacturer's and/or vendor's certification (i.e. asphalt cement, paint, ❑ lighting items, etc.) RECORD OF FINAL INSPECTION=. INCLUDED In addition, the Final Test Report shall include a Record of Final Inspection. The date of the inspection and those present shall be identified. Deficiencies and unfinished work should be listed along with a date for completion of any corrective action. If the deficiencies and unfinished work are minor in nature, the Sponsor may deem the project work to be substantially complete and thus accept the project conditioned upon corrective action being taken to resolve ❑ any punch list items. The Record of Final Inspection should include a statement similar to the following: "Based on the visual observation and the results obtained from acceptance tests, the project work is found to be substantially in accordance with the requirements of the contract". The Project Engineer shall sign this report. • NOTE: This Final Testing Report Checklist is to be included as part of the Final Testing Report. Each applicable item that is not "marked" and included, as part of the referenced report must be fully explained on a separate sheet as to why it was not included. 2 of 2 Attachment No. 3 i MoDOT Project Number • ELECTRICAL SYSTEMS TESTING REPORT Airport Name ITEM DESCR[PTION YES NO N/T All airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications have the prior approval of the FAA, and are listed in Advisory Circular (AC) ❑ El E] Latest Edition, Airport Lighting Equipment Certification Program (Attach a list of those items accepted by certification to this form.) All lighting power and control circuits are continuous and free ❑ ❑ El shorts. All circuits are free from unspecified grounds. ❑ ❑ ❑ The insulation resistance to ground of all nongrounded series ❑ ❑ ❑ circuits is not less than 50 megohms. The insulation resistance to ground of all nongrounded ❑ ❑ ❑ conductors of multiple circuits is not less than 50 megohms. • All circuits are properly connected in accordance with applicable ❑ ❑ ❑ wiring diagrams. All circuits are operable. Tests have been conducted that include operating each control not less than 10 times and the continuous ❑ El 1:1 of each lighting and power circuit for not less than 1/2 hour. Additional Comments Note: Each item with a "no" response must be fully explained on a separate attachment. SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title Signature • Rev.09/01/02 Attachment No. 4 MoDOT Project Number PRECISION APPROACH PATH INDICATOR (PAPI) INSPECTION REPORT Airport Name RUNWAY STATION PAPI UNITS AIMING ANGLE MEASURED ANGLE Inner Box Second Box Third Box Outer Box IT=EM:DESCRIPTION YES NO The front face of each light unit in a bar is located on a line perpendicular to the El runway centerline within a tolerance +/- 6 inches. Each light unit is aimed outward into the approach zone on a line parallel to the F-1 ❑ runway centerline within a tolerance of +/- '/2 degree. The beam centers of all light units are within 1 inch of a horizontal plane that El ❑ corresponds to the elevation given on the plans. The lay out of each light unit is according to plan and the difference in lateral ❑ ❑ spacing between light units does not exceed one foot. • RUNWAY STATION PAPI UNITS AIMING ANGLE MEASURED ANGLE Inner Box Second Box Third Box Outer Box ITEM DES`CRIPTI,ON � y F{ n YE, a Np ... The front face of each light unit in a bar is located on a line perpendicular to the runway centerline within a tolerance +/- 6 inches. Each light unit is aimed outward into the approach zone on a line parallel to the runway centerline within a tolerance of+/- '/Z degree. The beam centers of all light units are within 1 inch of a horizontal plane that corresponds to the elevation given on the plans. The lay out of each light unit is according to plan and the difference in lateral 0 ❑ spacing between light units does not exceed one foot. Note: Each item with a "no" response must be fully explained on a separate attachment. SPONSOR'S INSPECTOR OR REPRESENTATIVE • Date Typed or Printed Name and Title Signature Rev.09/01/02 Attachment No. 5 PRELIMINARY DATA INFORMATION • FOR NEW/RELOCATED PAPI FACILITIES REQUIRED DATA Airport Name: Location: Runway: Airport Identifier: Owner of PAPI: Type of PAPI (Ex: PAPI-2L, PAPI-4R): The distance from the Runway Reference Point (RRP)(The point where the PAPI angle intercepts the feet runway centerline) to the runway threshold (or the displaced threshold if one exists) to the nearest foot. ' The angle the PAPI is set to the hundredth of a degree. The TCH at,the threshold (or displaced threshold if one exists) to the tenth of a foot. PROVIDE THE FOLLOWING DATA IF AVAILABLE The elevation of the runway centerline at the RRP to the tenth of a foot (Ex. 750.2). Submit elevations in NAVD88 feet vertical datum (may be in EGM-96 if military). The coordinates for both ends of the runway and all displaced thresholds. Submit coordinates in NAD/83 horizontal datum (may be in WGS/84 or EGM-96 if military). The data on record at flight check can be viewed at: http://avnwww.iccbi.gov/datasheet/. Runway# Latitude Longitude Elevation To the hundredth of a second To the hundredth of second To the tenth of a foot SUBMITTED BY: Name: Date: Title: Phone: Organization: E-mail: Data forms should be sent to MoDOT by fax (573) 526-4709 or e-mail aviationa-modot.mo.gov. • Questions? Call Aviation Systems Standards (AVN) at (405) 954-5698/5878/7937/5930. Flightcheck Data Submission Format — 6/15/2005 SAMPLE (this is only a sample format and should be adjusted to meet project specific report requirements) SUMMARY OF WEEKLY TEST RESULTS (Soil Or Baserock Compaction) Sponsor's Name: Project Number: Airport Name: Week of- Date Report Test Optimum Optimum Dry Percent Percent +/-Opt. Compact Moisture Test Sample Location No. I No. Density Moisture Density Compaction Moisture Moisture Pass/Fail Pass/Fail Pass/Fail Specification limit 95% +/-2% 1/27/00 1 7 1 99.7 21.0 97.5 97.8 24.9 3.9 P F F Sta 13+50, 80' rt. C/L 5'below grade 1/27/00 7 2 99.7 21.0 90.9 91.2 31.7 10.7 F F F Sta 13+70, 100' rt. C/L, 5'below grade y 1/27/00 7 3 99.7 21.0 93.3 93.6 28.3 7.3 F F F Sta 13+70,90' rt. C/L,moisture only 1/27/00 7 4 99.7 21.0 94.7 95.0 7.5 -13.5 P F F Sta 13+25,200' rt. C/L,moisture only �� 1/28/00 8 1 99.7 21.0 97.5 97.8 22.0 1.0 P P P Sta 13+50, 75' rt.C/L,retest for 7-1 CD z 0 CN Remarks: SAMPLE (this is only a sample format and should be adjusted to meet project specific report requirements) SUMMARY OF WEEKLY CONCRETE COMPRESSIVE STRENGTH Sponsor's Name: Project Number: Airport Name: Week of: Slump Air Content Test Age Unit Date Cyl.ID Lot>Sublot ° Date Cast Date Tested Strength Sample Location �1°� ��0� (Days) (psi) Specification Limit 0-1.5 5± 1.5 3500 lA 1/1 1 1/4 6.0 1/27 2/24 28 5,250 Runway left lane, Sta. 5+00 Y 1B 1/1 11/4 6.1 1/27 2/24 28 4,800 >v 2A 1/2 1 1/2 5.8 1/27 2/24 28 5,100 Runway left lane, Sta. 10+00 2B 1/2 1 5.0 1/27 2/24 28 5,500 C 3A 1/3 1 1/4 5.5 1/27 2/24 28 4,600 Runway left lane, Sta. 15+00 Z 3B 1/3 3/4 6.0 1/27 2/24 28 4,750 o 4A 1/4 1 5.9 1/27 2/24 28 5,000 Runway left lane, Sta. 20+00 4B 1/4 11/4 6.3 1/27 2/24 28 4,900 " Remarks: • • • SAMPLE (this is only a sample format and should be adjusted to meet project specific report requirements) SUMMARY OF WEEKLY ASPHALT COMPACTION AND THICKNESS TESTS Sponsor's Name: Project Number: Airport Name: Week of: Lot/ Surface Dry Weight Surface Weight In Bulk Field-Bulk Lab-Bulk Percentage Date Thickness In Air Water Volume Specific Specific of Sample Location Sublot Dry(SSD) (in) (grams) Wt(grams) (grams) (cc) Gravity Gravity Compaction Specification Limit 2.0 >98.0 1/1 2.1 780.8 788.3 450.8 337.5 2.313 2.339 98.9 Runway, 18' Lt. C/L,Sta. 14+00 1/2 2.2 826.1 832.2 472.5 359.7 2.297 2.339 98.2 Runway,23' Lt. C/L, Sta. 18+00 >v 1/3 2.0 766.8 768.1 438.3 329.8 2.325 2.339 99.4 Runway,26' Lt. C/L,Sta. 23+00 1/4 2.1 775.7 777.1 443.1 334.0 2.322 2.339 99.3 Runway,28' Lt. C/L,Sta. 27+00 CD z 0 00 Remarks: • COST ESTIMATE WORKSHEET Irerracon JEFFERSON CITY TAXIWAY A AND CONNECTORS Jefferson Ci , Missouri Task Unit Type No.of Units Unit Rate Subtotal Total L Field Density Testing(flyash stabilized subgrade,base rock&soil) Technician I estimate 60 days at 9 hours per day hours 540 $ 52.00 $ 28,080.00 Trip Charge(mileage) trips 60 $ 35.00 $ 2,100.00 Engineering Reports and Review hours 54 $ 98.00 $ 5.292.00 subtotal $ 35,472 11.1 Laboratory Testing and Fly Ash Optimization Technician Proctor Pick-Up) hours 10 $ 52.00 $ 520.00 Trip Charge mileage trips 3 $ 35.00 $ 105.00 Standard Proctor Test each 15 $ 140.00 $ 2,100.00 Callfomia Bearing Ratio each 24 $ 250.00 $ 6,000.00 Atterberg Limits each 15 $ 53.00 $ 795.00 Engineering Reports and Review hours 15 $ 98.00 $ 1,470.00 subtotal $ 10,990 Ill.Portland Cement Concrete Field Testing Technician estimate 12 trips at 13 houraftrip one technician)- hours 156 $ 52.00 $ 8,112.00 Technician I concrete pickup 12 trips at 2 hrs/Irip hours 24 $ 44.00 $ 1,056.00 Core Machine Equipment Rental days 7 $ 100.00 $ 700.00 Coring Tech 1(7 trips @ 6hmraip) hours 56 $ 44.00 $ 2,464.00 Core Measuring hours 25 $ 44.00 $ 1,100.00 Trip Charge(mileage) trips 31 $ 35.00 $ 1,085.00 Engineering Reports and Review hours 17 $ 98.00 $ 1,666.00 subtotal $ 16,183 IV.Meetings Pro ect Engineer 0 meeting a month 0 4hra/nreetin hours 28 $ 98.00 $ 2,744.00 Site Visits by Project Manager 8 site visits C 4 hrsMsh hours 32 $ 90.00 $ 2,880.00 Trip ha a I mileage) trips 15 $ 35.00 $ 525.00 subtotal $ 6,149 TOTAL Items 1.through IV. $ 68,794 This worksheet Is a cost estimate based u n the above-listed hours trips,and qua ntitles and Is not a guaranteed maximum • 430/2007 2:00 PM Proposal Number.Copy of C0907117 from terracon Construct Taxiway A and Taxiway Comiectors February 2007 i I Said ENGINEER will act as the OWNER'S representative and shall assume all rights and authority assigned to the ENGINEER as stated within the Contract Documents in connection with the completion of the Project Work. i IN WITNESS WHEREOF, OWNER and CONTRACTOR have executed five (5) copies of this Agreement on the day and year first noted herein. OWNER CONTRACTOR City of Jefferson Name: 320 E. McCarty Street Address Jefferson City,Missouri 65101 i By: By: Signature Mayor Title of Representative ATTEST ATTEST I. By: By: Signature City Clerk Title of Representative �I APPROVED AS TO FORM City Counselor CITY SEAL: 1 JefCity Mo-100.doc 116 Jefferson City Memorial Airport Bill 2007-23 Exhibit B Supplemental Appropriations Fiscal Year 2007 Budget AIRPORT FUND: Revenue: 6100-0000-0335-0010 $ 174,999 (Federal Grants) 6100-0000-0800-3502 $ 9,211 (Transfer from Cl Tax matching funds) Expenditure: 6100-6100-7000-0030 $ 184,210 (Airport Capital Imprs) Bill 2007-23 Page 3 of 3 FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid No. 2336 - Construct Taxiway and Connectors, Airport Division Opened on April 24, 2007 - Community Development BIDS RECEIVED: Base Bid and Alternate 1 Emery Sapp & Sons, Columbia, MO $2,035,827.20 Lehman Construction, California,MO $ 2,063,554.70 J. C. Industries, Jefferson City, MO $2,132,070.70 Schnieders Excavating Co.,Inc., Jefferson City,MO $2,161,174.51 Columbia Curb & Gutter, Columbia, MO $ 2,209,469.35 Gaines Construction, Wentzville, MO $ 2,339,190.70 �. Knife River Midwest LLC, Decorah, IA $ 2,468,721.80 FISCAL NOTE: 6100-6100-7000-0030 Purchase/Improvement,Building and Land 2006-2007 Budget $ 2,228,542.00 Supplemental Appropriation 184 210.00 Total $ 2,412,752.00 Bid 2336 $ 2,035,827.20 Balance $ 376,924.80 PAST PERFORMANCE: Staff believes that this vendor will complete the project as specified and bid. RECOMMENDATION: Staff recommends award to Emery Sapp& Sons of Columbia, Missouri in the amount of $2,035.827.20. ATTACHMENTS - SUPPORTING DOCUMENTATION S ignatur P ch gent Dire or Comm evelopment City of 1111 111 , III of em, rson Lit, COMMUNITY DEVELOPMENT W Memorandum 320 East McCarty Street • Jefferson City, Missouri 65101 • P: 573.634.6410 • F: 573.634.6457 • www.jeffcitymo.org/cd TO: Dan Klindt, Chairman Public Works and Planning Committee FROM: Janice McMillan, Deputy Director for Planning &Transportation Services DATE: May 24, 2007 - UPDATED/CORRECTED INFORMATION SUBJECT: 2007 Grant-Funded Airport Projects 1. Contract with Emery Sapp & Sons to Construct Taxiway A and Taxiway Connectors and Amending the 2006-2007 Budget by Appropriating Additional Funds for the Project a. Construction project. Bids have been taken on the airport construction project planned and budgeted for 2007. Emery Sapp & Sons of Columbia, MO was the apparent low bidder for construction of a parallel taxiway to serve the main instrument runway. This project will also include construction of connecting taxiways, pavement repairs to the airport parking apron and installation of taxiway lighting. This project is recommended by our airport layout plan and has the approval of the Federal Aviation Administration (FAA) and Missouri Department of Transportation (MoDOT). Total project cost for all construction is $2,035,827.20. This includes the base bid of $1,706,082.60 for construction of the parallel taxiway and Bid Alternate 1 in the amount of $329,744.60 for construction of the taxiway connector. This is a 95% grant-funded project. This project was included in the CIP budget. City/5% = $101,791.36 FAA/95% = $1,934,035.84 b. Supplemental Appropriation. MoDOT is allocating an additional $174,999 in grant funds for this project. A supplemental appropriation is needed to recognize the grant funds and to appropriate the 5% local match. Funds are available in the CIP fund. UPDATED: City/5% = $9,211 FAA/95% = $174,999 Total = $184,210 2. Contract with Burns and McDonnell for Construction Oversight and Inspection Services Related to the Parallel Taxiway Project As part of the construction process for a new parallel taxiway for the main instrument runway, the firm of Burns and McDonnell will be providing construction oversight and inspection services. This agreement provides payment for those inspection and oversight services and outlines the scope of services. Total cost for professional services provided is $343,375. This is also a 95% grant-funded item. Funds will be allocated from the CIP budget. UPDATED: City/5% = $17,168.75 FAA195% = $326,206.25 Total = $343,375.00 3. Contract Change Order with Burns and McDonnell for Additional Design Services As part of the design process for a new parallel taxiway for the main instrument runway, a need for additional work on the airport apron was identified and approved by MoDOT. This amendment allows for payment for the design and engineering services necessary for that additional work. The design work performed by the Engineer results in an additional $26,759.04. This is a 90% grant funded project, from state aviation funds. City funds will be allocated from the CIP budget. City/10% = $2,675.90 MoDOT/90% =$24,083.14 Total = $26,759.04 Is4. Totals City= $121,636.01 Grants = $2,284,325.23 Total = $2,405,961.24 "building a better community"