HomeMy WebLinkAbout189-23 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 189-23
File Number: 2023-1015
FYV WILDLIFE REHABILITATION (FAA GRANT ACCEPTANCE, CONSTRUCTION CONTRACT,
CHANGE ORDER 1):
A RESOLUTION TO AUTHORIZE THE ACCEPTANCE OF A FEDERAL AVIATION ADMINISTRATION
GRANT IN THE AMOUNT OF $475,738.00 TO FUND 90% OF THE COST OF AN ENVIRONMENTAL
ASSESSMENT FOR THE WILDLIFE FENCE REHABILITATION PROJECT AT DRAKE FIELD; TO APPROVE
A CONSTRUCTION CONTRACT IN THE AMOUNT OF $475,956.00 WITH MILESTONE CONSTRUCTION
COMPANY, LLC; TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $54,596.00; TO
APPROVE A NO COST CHANGE ORDER WITH MILESTONE CONSTRUCTION COMPANY, LLC; 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 grant
agreement with the Federal Aviation Administration to accept a grant in the amount of $475,738.00 to fund 90% of the
cost of an environmental assessment for the Wildlife Fence Rehabilitation Project at Drake Field, and further authorizes
the Mayor to sign all documents necessary to receive these funds and any additional funds awarded by the Federal
Aviation Administration for this project.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a
construction contract with Milestone Construction Company, LLC in the amount of $475,956.00 for the project, and
further authorizes a project contingency in the amount of $54,596.00.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to execute
Change Order 1 with Milestone Construction Company, LLC to adjust the unit of measure and contract quantity of Bid
Item 5 for consistency with project documents.
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.
PASSED and APPROVED on September 5, 2023
Page 1
Resolution: 189-23
File Number.' 2023-1015
Approved:
Page 2
Attest:
011(tirr/ll/I i
Kara Paxton, City CIS , Treasurer �r ; T
ti
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF SEPTEMBER 5, 2023
CITY COUNCIL MEMO
2023-1015
TO: Mayor Jordan and City Council
THRU: Susan Norton, Chief of Staff
FROM: Jared Rabren, Airport Director
DATE:
SUBJECT: FYV Wildlife Fence Rehabilitation — FAA Grant Acceptance, Construction Contract,
Construction Change Order 1, and Approval of a Budget Adjustment with
Contingency
RECOMMENDATION:
Staff requests approval for the Aviation Division to utilize Federal Aviation Administration grant funds to
complete construction of the Wildlife Fence Rehabilitation project at Fayetteville — Drake Field. Specifically, this
resolution will permit the following:
1. Allow the Aviation Division to accept a FAA Grant Offer in the amount of $475,738.00 (90% of eligible
project costs).
2. Allow the Aviation Division to execute a Construction Contract in the amount of $475,956.00 with Milestone
Construction Company, LLC of Springdale, AR.
3. Execute a no cost Change Order 1 with Milestone Construction Company, LLC to adjust unit of measure
and contract quantity of Bid Item 5 for consistency with project documents.
4. Approval of a budget adjustment in the amount of $600,552.00. This amount includes $475,738.00 for the
FAA grant, $17,359 for ineligible project expenses (Contractor insurance), $52,859.00 for cash -flow to cover
the ADA's 10% share until reimbursement at the end of the project, plus a 10% project contingency of the
approved project budget, or $54,596.00.
BACKGROUND:
The airport's most recent FAA Part 139 inspection identified deficiencies with the existing wildlife fencing
located south and east of the runway. Approximately 3,500 linear feet of existing barbed wire fence
construction is non -compliant and must be replaced to meet FAA standards. Fence line clearing and localized
repairs are necessary for an additional 3,400 linear feet of existing chain link fence to remain in place.
Rehabilitation of the wildlife fencing will increase airport safety by reducing the potential for wildlife hazards.
The Airport entered into an agreement with Garver, LLC to provide design and bidding services for the project
(Task Order 05). Construction bids were received on May 23, 2023. An FAA Grant Offer was received on
August 2, 2023.
DISCUSSION:
The Airport Division is requesting approval from Council to accept the FAA Grant Offer and execute a
construction contract with Milestone Construction Company, LLC. The AIP grant will cover 90% of AIP eligible
project costs, with the remaining 10% to be funded through an Arkansas Department of Aeronautics (ADA)
grant at the completion of the project. The only cost attributed to the City for this project is $17,359.00 which
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
represents the cost for non -FAA eligible Contractor insurance.
Below is a summary of the anticipated project costs and funding breakdown for the project.
Administration and Other Costs (Estimated) $1,000.00
Design and Construction Phase Services
Environmental Coordination2:
Construction Contract (Milestone
TOTAL:
$54,000.00 FAA:
$475,738.00
$15,000.00 ADA:
$52,859.00
$475,956.00 City:
$17,359.00
$545,956.00 TOTAL:
$545,956.00
1. Garver Task Order 05 previously approved by City Council on December 6, 2022
2. Garver Task Order 05 Contract Amendment 01 previously approved by City Council on June 20, 2023
BUDGET/STAFF IMPACT:
The Aviation Division may expend up to $124,814.00 of its fund balance reserve. This amount includes
$17,359 for ineligible project expenses (Contractor insurance), $52,859.00 for cash -flow to cover the ADA's
10% share until reimbursement at the end of the project, plus a 10% project contingency of the approved
project budget, or $54,596.00.
ATTACHMENTS: SRF, 2023-1015 BA Airport Wildlife Fence, FYV-SWG-3-05-0020-054-2023-Grant
Agreement - unsigned, FYV Wildlife Fence Rehab - Construction Contract and Proposal, 22A13211 FYV
Wildlife Fence Change Order 1 - signed
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2023-1015
FYV Wildlife Fence Rehabilitation — FAA Grant Acceptance, Construction Contract,
Construction Change Order 1, and Approval of a Budget Adjustment with Contingency
A RESOLUTION TO AUTHORIZE THE ACCEPTANCE OF A FEDERAL AVIATION
ADMINISTRATION GRANT IN THE AMOUNT OF $475,738.00 TO FUND 90% OF THE COST OF
AN ENVIRONMENTAL ASSESSMENT FOR THE WILDLIFE FENCE REHABILITATION
PROJECT AT DRAKE FIELD; TO APPROVE A CONSTRUCTION CONTRACT IN THE AMOUNT
OF $475,956.00 WITH MILESTONE CONSTRUCTION COMPANY, LLC; TO APPROVE A
PROJECT CONTINGENCY IN THE AMOUNT OF $54,596.00; TO APPROVE A NO COST
CHANGE ORDER WITH MILESTONE CONSTRUCTION COMPANY, LLC; 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 grant agreement with the Federal Aviation Administration to accept a grant in the amount of
$475,738.00 to fund 90% of the cost of an environmental assessment for the Wildlife Fence
Rehabilitation Project at Drake Field, and further authorizes the Mayor to sign all documents necessary
to receive these funds and any additional funds awarded by the Federal Aviation Administration for this
project.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan
to sign a construction contract with Milestone Construction Company, LLC in the amount of
$475,956.00 for the project, and further authorizes a project contingency in the amount of $54,596.00.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan
to execute Change Order 1 with Milestone Construction Company, LLC to adjust the unit of measure
and contract quantity of Bid Item 5 for consistency with project documents.
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
Jared Rabren
Submitted By
City of Fayetteville Staff Review Form
2023-1015
Item ID
9/5/2023
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
8/14/2023
Submitted Date
Action Recommendation:
AIRPORT SERVICES (760)
Division / Department
Airport Staff requests approval to utilize FAA grant funds to complete construction of the Wildlife Fence Rehab
project. This resolution will permit: 1. Acceptance of an FAA Grant Offer in the amount of $475,738.00. 2. Execution
of a Construction Contract in the amount of $475,956.00 with Milestone Construction Company, LLC of Springdale,
AR. 3. Execute no cost Change Order 1 with Milestone Construction Company, LLC to adjust unit of measure and
contract quantity of Bid Item 5 for consistency with project documents. 4. Approval of a budget adjustment in the
amount of $600,552.00.
5550.760.3960-5801.00
Account Number
32206.2022
Project Number
Budgeted Item? Yes
Budget Impact:
Airport
Fund
Wildlife Fence Rehab
Project Title
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Does item have a direct cost? Yes Item Cost
Is a Budget Adjustment attached? Yes Budget Adjustment
Remaining Budget
$ 59,350.00
$ 53,950.00
$ 5,400.00
$ 475,956.00
$ 600,552.00
129,996.00
V20221130
Purchase Order Number: Previous Ordinance or Resolution # 286-22. 143-23
Change Order Number: Approval Date:
Original Contract Number:
Comments:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division Adjustment Number
AIRPORT SERVICES (760)
/Org2
2023
Requestor: Dee McCoy
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff requests approval for the Aviation Division to utilize Federal Aviation Administration grant funds to complete
construction of the Wildlife Fence Rehabilitation project at Fayetteville — Drake Field and approval of a budget adjustment in
the amount of $600,552.00. ($475,738.00 FAA grant; $17,359 Contractor insurance; $52,859.00 ADA's 10% share until
reimbursement; $54,596.00 10% project contingency)
COUNCIL DATE:
ITEM ID#:
9/5/2023
2023-1015
Holly Black
817712023 2:43 PNI
RESOLUTION/ORDINANCE
Budget Division Date
TYPE: D - (City Council)
JOURNAL#:
GLDATE:
CHKD/POSTED:
TOTAL
Account Number
600,552 600,552
Increase / (Decrease)
Expense Revenue
Project.Sub#
Project Sub.Detl AT
v.202388
Account Name
5550.760.3960-5801.00
600,552
-
32206 2022 EX
Fixed Assets
5550.760.3960-4309.00
5550.760.3940-4999.99
-
-
475,738
124,814
32206 2022 RE
RE
Federal Grants - Capital
Use Fund Balance - Current
I of 1
91MIGIY2IX&M52IYA]
U.S. Department
II of Transportation
L
Federal Aviation
Administration
August 2, 2023
The Honorable Lioneld Jordan
Mayor of Fayetteville
113 W. Mountain St.,
Fayetteville, AR 72701
Dear Mayor Jordan:
Airports Division
Arkansas/Oklahoma Airports
District Office, Southwest Region
FAA ASW-630
10101 Hillwood Pkwy
Fort Worth, TX 76177-1524
The Grant Offer for the Bipartisan Infrastructure Law (BIL) - Airport Infrastructure Grant (AIG) Project
No. 3-05-0020-054-2023 at Drake Field Airport is attached for execution. This letter outlines the steps
you must take to properly enter into this agreement and provides other useful information. Please read
the conditions, special conditions, and assurances that comprise the grant offer carefully
You may not make any modification to the text, terms or conditions of the grant offer.
Steps You Must Take to Enter Into Agreement.
To properly enter into this agreement, you must do the following:
1. The governing body must give authority to execute the grant to the individual(s) signing the
grant, i.e., the person signing the document must be the sponsor's authorized representative(s)
(hereinafter "authorized representative").
2. The authorized representative must execute the grant by adding their electronic signature to the
appropriate certificate at the end of the agreement.
3. Once the authorized representative has electronically signed the grant, the sponsor's attorney(s)
will automatically receive an email notification.
4. On the same day or after the authorized representative has signed the grant, the sponsor's
attorney(s) will add their electronic signature to the appropriate certificate at the end of the
agreement.
5. If there are co-sponsors, the authorized representative(s) and sponsor's attorney(s) must follow
the above procedures to fully execute the grant and finalize the process. Signatures must be
obtained and finalized no later than September 13, 2023.
6. The fully executed grant will then be automatically sent to all parties as an email attachment.
Payment. Subject to the requirements in 2 CFR § 200.305 (Federal Payment), each payment request for
reimbursement under this grant must be made electronically via the Delphi elnvoicing System. Please
see the attached Grant Agreement for more information regarding the use of this System.
Project Timing. The terms and conditions of this agreement require you to complete the project without
undue delay and no later than the Period of Performance end date (1,460 days from the grant execution
date). We will be monitoring your progress to ensure proper stewardship of these Federal funds. We
i 1&1[111X11&7E1S41YA]
ect you to submit Davment reauests for reimbursement of allowable incurred oroiect expenses
consistent with project progress. Your grant may be placed in "inactive" status if you do not make draws
on a regular basis, which will affect your ability to receive future grant offers. Costs incurred after the
Period of Performance ends are generally not allowable and will be rejected unless authorized by the
FAA in advance.
Reporting. Until the grant is completed and closed, you are responsible for submitting formal reports as
follows:
• For all grants, you must submit by December 31st of each year this grant is open:
1. A signed/dated SF-270 (Request for Advance or Reimbursement for non -construction
projects) or SF-271 or equivalent (Outlay Report and Request for Reimbursement for
Construction Programs), and
2. An SF-425 (Federal Financial Report).
• For non -construction projects, you must submit FAA Form 5100-140, Performance Report within
30 days of the end of the Federal fiscal year.
• For construction projects, you must submit FAA Form 5370-1, Construction Progress and
Inspection Report, within 30 days of the end of each Federal fiscal quarter.
Audit Requirements. As a condition of receiving Federal assistance under this award, you must comply
with audit requirements as established under 2 CFR part 200. Subpart F requires non -Federal entities
that expend $750,000 or more in Federal awards to conduct a single or program specific audit for that
year. Note that this includes Federal expenditures made under other Federal -assistance programs.
Please take appropriate and necessary action to ensure your organization will comply with applicable
audit requirements and standards.
Closeout. Once the project(s) is completed and all costs are determined, we ask that you work with your
FAA contact indicated below to close the project without delay and submit the necessary final closeout
documentation as required by your Region/Airports District Office.
FAA Contact Information. Lauren Kennedy, (817) 222-5756, lauren.t.kennedy@faa.gov is the assigned
program manager for this grant and is readily available to assist you and your designated representative
with the requirements stated herein..
We sincerely value your cooperation in these efforts and look forward to working with you to complete
this important project.
Sincerely,
oi(eivl EoGts
Glenn Boles (Aug 2, 2023 15:36 CDT)
Glenn A. Boles, Manager
Arkansas/Oklahoma Airports
District Office
i:II11011111 KIII&MSKIYA]
U.S. Department
of Transportation
Federal Aviation
Administration
FY 2023 AIRPORT INFRASTRUCTURE GRANT
Federal Award Offer Date
Airport/Planning Area
Airport Infrastructure Grant
Number
Unique Entity Identifier
TO: City of Fayetteville
(herein called the "Sponsor")
GRANT AGREEMENT
Part I - Offer
August 2, 2023
Drake Field Airport
3-05-0020-054-2023
JNDMR7IAKHT3
FROM: The United States of America (acting through the Federal Aviation Administration, herein
called the "FAA")
WHEREAS, the Sponsor has submitted to the FAA a Project Application dated June 20, 2023, for a grant
of Federal funds for a project at or associated with the Drake Field Airport, which is included as part of
this Grant Agreement; and
WHEREAS, the FAA has approved a project for the Drake Field Airport (herein called the "Project")
consisting of the following:
Reconstruct Perimeter Fencing
which is more fully described in the Project Application.
NOW THEREFORE, Pursuant to and for the purpose of carrying out the Infrastructure Investment and
Jobs Act (Public Law 117-58) of 2021 referred to as the Bipartisan Infrastructure Law (BIL); and the
representations contained in the Project Application; and in consideration of: (a) the Sponsor's adoption
and ratification of the Grant Assurances attached hereto; (b) the Sponsor's acceptance of this Offer; and
(c) the benefits to accrue to the United States and the public from the accomplishment of the Project
and compliance with the Grant Assurance and conditions as herein provided;
91W1111MIX M1KIPA?
THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY
OFFERS AND AGREES to pay ninety (90) % of the allowable costs incurred accomplishing the Project as
the United States share of the Project.
Assistance Listings Number (Formerly CFDA Number): 20.106
This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS:
CONDITIONS
1. Maximum Obligation. The maximum obligation of the United States payable under this Offer is
$475,738.
The following amounts represent a breakdown of the maximum obligation for the purpose of
establishing allowable amounts for any future grant amendment, which may increase the foregoing
maximum obligation of the United States under the provisions of 49 U.S.C. § 47108(b):
$ 475,738 airport development
2. Grant Performance. This Grant Agreement is subject to the following Federal award requirements:
a. Period of Performance:
Shall start on the date the Sponsor formally accepts this Agreement and is the date signed
by the last Sponsor signatory to the Agreement. The end date of the Period of Performance
is 4 years (1,460 calendar days) from the date of acceptance. The Period of Performance
end date shall not affect, relieve, or reduce Sponsor obligations and assurances that
extend beyond the closeout of this Grant Agreement.
2. Means the total estimated time interval between the start of an initial Federal award and
the planned end date, which may include one or more funded portions or budget periods.
(2 Code of Federal Regulations (CFR) § 200.1).
b. Budget Period:
1. For this Grant is 4 years (1,460 calendar days) and follows the same start and end date as
the Period of Performance provided in Paragraph 2(a)(1). Pursuant to 2 CFR § 200.403(h), a
sponsor may charge to the Grant only allowable costs incurred up to the end of the Budget
Period. Eligible project -related costs incurred on or after November 15, 2021 that comply
with all Federal funding procurement requirements and FAA standards are allowable costs.
2. Means the time interval from the start date of a funded portion of an award to the end
date of that funded portion during which the Sponsor is authorized to expend the funds
awarded, including any funds carried forward or other revisions pursuant to 2 CFR §
200.308.
c. Close Out and Termination
Unless the FAA authorizes a written extension, the Sponsor must submit all Grant closeout
documentation and liquidate (pay-off) all obligations incurred under this award no later
than 120 calendar days after the end date of the Period of Performance. If the Sponsor
does not submit all required closeout documentation within this time period, the FAA will
proceed to close out the grant within one year of the period of performance end date with
the information available at the end of 120 days. (2 CFR § 200.344).
The FAA may terminate this Grant, in whole or in part, in accordance with the conditions
set forth in 2 CFR § 200.340, or other Federal regulatory or statutory authorities as
applicable.
3. Ineligible or Unallowable Costs. The Sponsor must not include any costs in the project that the FAA
has determined to be ineligible or unallowable.
4. Indirect Costs - Sponsor. The Sponsor may charge indirect costs under this award by applying the
indirect cost rate identified in the project application as accepted by the FAA, to allowable costs for
Sponsor direct salaries and wages.
5. Determining the Final Federal Share of Costs. The United States' share of allowable project costs
will be made in accordance with 49 U.S.C. § 47109, the regulations, policies, and procedures of the
Secretary, and any superseding legislation. Final determination of the United States' share will be
based upon the final audit of the total amount of allowable project costs and settlement will be
made for any upward or downward adjustments to the Federal share of costs.
6. Completing the Project Without Delay and in Conformance with Requirements. The Sponsor must
carry out and complete the project without undue delays and in accordance with this Agreement,
BIL (Public Law 117-58), the regulations, and the Secretary of Transportation's ("Secretary's")
policies and procedures. Per 2 CFR § 200.308, the Sponsor agrees to report and request prior FAA
approval for any disengagement from performing the project that exceeds three months or a 25
percent reduction in time devoted to the project. The report must include a reason for the project
stoppage. The Sponsor also agrees to comply with the grant assurances, which are part of this
Agreement.
7. Amendments or Withdrawals before Grant Acceptance. The FAA reserves the right to amend or
withdraw this offer at any time prior to its acceptance by the Sponsor.
8. Offer Expiration Date. This offer will expire and the United States will not be obligated to pay any
part of the costs of the project unless this offer has been accepted by the Sponsor on or before
September 13, 2023, or such subsequent date as may be prescribed in writing by the FAA.
9. Improper Use of Federal Funds. The Sponsor must take all steps, including litigation if necessary, to
recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or
misused in any other manner for any project upon which Federal funds have been expended. For
the purposes of this Grant Agreement, the term "Federal funds" means funds however used or
dispersed by the Sponsor, that were originally paid pursuant to this or any other Federal grant
agreement. The Sponsor must obtain the approval of the Secretary as to any determination of the
amount of the Federal share of such funds. The Sponsor must return the recovered Federal share,
including funds recovered by settlement, order, or judgment, to the Secretary. The Sponsor must
furnish to the Secretary, upon request, all documents and records pertaining to the determination
of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts
taken to recover such funds. All settlements or other final positions of the Sponsor, in court or
otherwise, involving the recovery of such Federal share require advance approval by the Secretary.
10. United States Not Liable for Damage or Injury. The United States is not responsible or liable for
damage to property or injury to persons which may arise from, or be incident to, compliance with
this Grant Agreement.
91WIMPA11WE, I KIYA]
11. System for Award Management (SAM) Registration and Unique Entity Identifier (UEI).
Requirement for System for Award Management (SAM): Unless the Sponsor is exempted from
this requirement under 2 CFR § 25.110, the Sponsor must maintain the currency of its
information in the SAM until the Sponsor submits the final financial report required under this
Grant, or receives the final payment, whichever is later. This requires that the Sponsor review
and update the information at least annually after the initial registration and more frequently if
required by changes in information or another award term. Additional information about
registration procedures may be found at the SAM website (currently at http://www.sam.gov).
b. Unique entity identifier (UEI) means a 12-character alpha -numeric value used to identify a
specific commercial, nonprofit or governmental entity. A UEI may be obtained from SAM.gov at
https://sam.gov/content/entity-registration.
12. Electronic Grant Payment(s). Unless otherwise directed by the FAA, the Sponsor must make each
payment request under this Agreement electronically via the Delphi elnvoicing System for
Department of Transportation (DOT) Financial Assistance Awardees.
13. Informal Letter Amendment of BIL Projects. If, during the life of the project, the FAA determines
that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor
by $25,000 or five percent (5%), whichever is greater, the FAA can issue a letter amendment to the
Sponsor unilaterally reducing the maximum obligation.
The FAA can, subject to the availability of Federal funds, also issue a letter to the Sponsor increasing
the maximum obligation if there is an overrun in the total actual eligible and allowable project costs
to cover the amount of the overrun provided it will not exceed the statutory limitations for grant
amendments. The FAA's authority to increase the maximum obligation does not apply to the
"planning" component of Condition No. 1, Maximum Obligation.
The FAA can also issue an informal letter amendment that modifies the grant description to correct
administrative errors or to delete work items if the FAA finds it advantageous and in the best
interests of the United States.
An informal letter amendment has the same force and effect as a formal grant amendment.
14. Air and Water Quality. The Sponsor is required to comply with all applicable air and water quality
standards for all projects in this grant. If the Sponsor fails to comply with this requirement, the FAA
may suspend, cancel, or terminate this Grant Agreement.
15. Financial Reporting and Payment Requirements. The Sponsor will comply with all Federal financial
reporting requirements and payment requirements, including submittal of timely and accurate
reports.
16. Buy American. Unless otherwise approved in advance by the FAA, in accordance with 49 U.S.C. §
50101, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel
or manufactured products produced outside the United States to be used for any project for which
funds are provided under this Grant. The Sponsor will include a provision implementing Buy
American in every contract and subcontract awarded under this Grant.
17. Build America, Buy American. The sponsor must comply with the requirements under the Build
America, Buy America Act (Public Law 117-58).
4
18. Maximum Obligation Increase. In accordance with 49 U.S.C. § 47108(b)(3), as amended, the
maximum obligation of the United States, as stated in Condition No. 1, Maximum Obligation, of this
Grant Offer:
a. May not be increased for a planning project;
b. May be increased by not more than 15 percent for development projects if funds are available;
c. May be increased by not more than the greater of the following for a land project, if funds are
available:
1. 15 percent; or
2. 25 percent of the total increase in allowable project costs attributable to acquiring an
interest in the land.
If the sponsor requests an increase, any eligible increase in funding will be subject to the United
States Government share as provided in BIL (Public Law 117-58), or other superseding legislation if
applicable, for the fiscal year appropriation with which the increase is funded. The FAA is not
responsible for the same Federal share provided herein for any amount increased over the initial
grant amount. The FAA may adjust the Federal share as applicable through an informal letter of
amendment.
19. Audits for Sponsors.
PUBLIC SPONSORS. The Sponsor must provide for a Single Audit or program -specific audit in
accordance with 2 CFR Part 200. The Sponsor must submit the audit reporting package to the
Federal Audit Clearinghouse on the Federal Audit Clearinghouse's Internet Data Entry System at
http://harvester.census.gov/facweb/. Upon request of the FAA, the Sponsor shall provide one copy
of the completed audit to the FAA. Sponsors that expend less than $750,000 in Federal awards and
are exempt from Federal audit requirements must make records available for review or audit by the
appropriate Federal agency officials, State, and Government Accountability Office. The FAA and
other appropriate Federal agencies may request additional information to meet all Federal audit
requirements.
20. Suspension or Debarment. When entering into a "covered transaction" as defined by 2 CFR §
180.200, the Sponsor must:
a. Verify the non -Federal entity is eligible to participate in this Federal program by:
Checking the excluded parties list system (EPLS) as maintained within the System for
Award Management (SAM) to determine if the non -Federal entity is excluded or
disqualified; or
2. Collecting a certification statement from the non -Federal entity attesting they are not
excluded or disqualified from participating; or
3. Adding a clause or condition to covered transactions attesting the individual or firm are not
excluded or disqualified from participating.
b. Require prime contractors to comply with 2 CFR § 180.330 when entering into lower -tier
transactions with their contractors and sub -contractors.
c. Immediately disclose in writing to the FAA whenever (1) the Sponsor learns they have entered
into a covered transaction with an ineligible entity or (2) the Public Sponsor suspends or debars
a contractor, person, or entity.
21. Ban on Texting While Driving.
a. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging
While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving,
December 30, 2009, the Sponsor is encouraged to:
1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted
drivers including policies to ban text messaging while driving when performing any work
for, or on behalf of, the Federal government, including work relating to a grant or subgrant.
Conduct workplace safety initiatives in a manner commensurate with the size of the
business, such as:
Establishment of new rules and programs or re-evaluation of existing programs to
prohibit text messaging while driving; and
Education, awareness, and other outreach to employees about the safety risks
associated with texting while driving.
b. The Sponsor must insert the substance of this clause on banning texting while driving in all
subgrants, contracts, and subcontracts funded with this Grant.
22. Trafficking in Persons.
a. Posting of contact information.
1. The Sponsor must post the contact information of the national human trafficking
hotline (including options to reach out to the hotline such as through phone, text,
or TTY) in all public airport restrooms.
b. Provisions applicable to a recipient that is a private entity.
1. You as the recipient, your employees, subrecipients under this Grant, and
subrecipients' employees may not:
i. Engage in severe forms of trafficking in persons during the period of time
that the Grant and applicable conditions are in effect;
ii. Procure a commercial sex act during the period of time that the Grant and
applicable conditions are in effect; or
iii. Use forced labor in the performance of the Grant or any subgrants under
this Grant.
2. We as the Federal awarding agency, may unilaterally terminate this Grant, without
penalty, if you or a subrecipient that is a private entity —
Is determined to have violated a prohibition in paragraph (a) of this Grant
Condition; or
ii. Has an employee who is determined by the agency official authorized to
terminate the Grant to have violated a prohibition in paragraph (a) of this
Grant Condition through conduct that is either —
a) Associated with performance under this Grant; or
b) Imputed to you or the subrecipient using the standards and due process
for imputing the conduct of an individual to an organization that are
provided in 2 CFR Part 180, "OMB Guidelines to Agencies on
Governmentwide Debarment and Suspension (Nonprocurement)," as
implemented by our agency at 2 CFR Part 1200.
c. Provision applicable to a recipient other than a private entity. We as the Federal awarding
agency may unilaterally terminate this Grant, without penalty, if a subrecipient that is a
private entity —
1. Is determined to have violated an applicable prohibition in paragraph (a) of this
Grant Condition; or
2. Has an employee who is determined by the agency official authorized to terminate
the Grant to have violated an applicable prohibition in paragraph (a) of this Grant
Condition through conduct that is either —
i. Associated with performance under this Grant; or
ii. Imputed to the subrecipient using the standards and due process for
imputing the conduct of an individual to an organization that are provided
in 2 CFR Part 180, "OMB Guidelines to Agencies on Governmentwide
Debarment and Suspension (Non procurement)," as implemented by our
agency at 2 CFR Part 1200.
d. Provisions applicable to any recipient.
1. You must inform us immediately of any information you receive from any source
alleging a violation of a prohibition in paragraph (a) of this Grant Condition.
2. Our right to terminate unilaterally that is described in paragraph (a) or (b) of this
Grant Condition:
Implements section 106(g) of the Trafficking Victims Protection Act of 2000
(TVPA), as amended [22 U.S.C. § 7104(g)], and
ii. Is in addition to all other remedies for noncompliance that are available to
us under this Grant.
3. You must include the requirements of paragraph (a) of this Grant Condition in any
subgrant you make to a private entity.
e. Definitions. For purposes of this Grant Condition:
1. "Employee" means either:
i. An individual employed by you or a subrecipient who is engaged in the
performance of the project or program under this Grant; or
Another person engaged in the performance of the project or program
under this Grant and not compensated by you including, but not limited to,
a volunteer or individual whose services are contributed by a third party as
an in -kind contribution toward cost sharing or matching requirements.
2. "Force labor" means labor obtained by any of the following methods: the
recruitment, harboring, transportation, provision, or obtaining of a person for labor
or services, through the use of force, fraud, or coercion for the purpose of
subjection to involuntary servitude, peonage, debt bondage, or slavery.
3. "Private entity":
i. Means any entity other than a State, local government, Indian tribe, or
foreign public entity, as those terms are defined in 2 CFR § 175.25.
ii. Includes:
a) A nonprofit organization, including any nonprofit institute of higher
education, hospital, or tribal organization other than one included in the
definition of Indian tribe at 2 CFR § 175.25(b).
b) A for -profit organization.
4. "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have
the meanings given at section 103 of the TVPA, as amended (22 U.S.C. § 7102).
23. BIL Funded Work Included in a PFC Application. Within 120 days of acceptance of this Grant
Agreement, the Sponsor must submit to the FAA an amendment to any approved Passenger Facility
Charge (PFC) application that contains an approved PFC project also covered under this Grant
Agreement as described in the project application. The airport sponsor may not make any
expenditure under this Grant Agreement until project work addressed under this Grant Agreement
is removed from an approved PFC application by amendment.
24. Exhibit "A" Property Map. The Exhibit "A" Property Map dated 1/25/11, is incorporated herein by
reference or is submitted with the project application and made part of this Grant Agreement.
25. Employee Protection from Reprisal.
a. Prohibition of Reprisals
1. In accordance with 41 U.S.C. § 4712, an employee of a Sponsor, grantee, subgrantee,
contractor, or subcontractor may not be discharged, demoted, or otherwise
discriminated against as a reprisal for disclosing to a person or body described in sub-
paragraph (a)(2) below, information that the employee reasonably believes is evidence
of:
i. Gross mismanagement of a Federal grant;
ii. Gross waste of Federal funds;
iii. An abuse of authority relating to implementation or use of Federal funds;
iv. A substantial and specific danger to public health or safety; or
v. A violation of law, rule, or regulation related to a Federal grant.
2. Persons and bodies covered. The persons and bodies to which a disclosure by an
employee is covered are as follows:
i. A member of Congress or a representative of a committee of Congress;
ii. An Inspector General;
iii. The Government Accountability Office;
iv. A Federal employee responsible for contract or grant oversight or management at
the relevant agency;
v. A court or grand jury;
vi. A management official or other employee of the Sponsor, contractor, or
subcontractor who has the responsibility to investigate, discover, or address
misconduct; or
i:IIWIMPAIII&M SKIYA]
vii. An authorized official of the Department of Justice or other law enforcement
agency.
b. Investigation of Complaints.
1. Submission of Complaint. A person who believes that they have been subjected to a
reprisal prohibited by paragraph (a) of this Condition may submit a complaint regarding
the reprisal to the Office of Inspector General (OIG) for the U.S. Department of
Transportation.
Time Limitation for Submittal of a Complaint. A complaint may not be brought under
this subsection more than three years after the date on which the alleged reprisal took
place.
Required Actions of the Inspector General. Actions, limitations, and exceptions of the
Inspector General's office are established under 41 U.S.C. § 4712(b).
c. Remedy and Enforcement Authority.
1. Assumption of Rights to Civil Remedy. Upon receipt of an explanation of a decision not
to conduct or continue an investigation by the OIG, the person submitting a complaint
assumes the right to a civil remedy under 41 U.S.C. § 4712(c)(2).
26. Prohibited Telecommunications. Sponsor agrees to comply with mandatory standards and policies
relating to use and procurement of certain telecommunications and video surveillance services or
equipment in compliance with the National Defense Authorization Act [Public Law 115-232 §
889(f)(1)] and 2 CFR § 200.216.
SPECIAL CONDITIONS
27. Disadvantaged Business Enterprise (DBE)/Airport Concessions Disadvantaged Business Enterprise
(ACDBE) Program. The Sponsor understands and agrees that the FAA will not make nor be obligated
to make any payments on this Grant until the Sponsor has received from the FAA Office of Civil
Rights approval of its DBE Program (reflecting compliance with 49 CFR Part 26), and, if applicable, its
ACDBE program (reflecting compliance with 49 CFR Part 23).
28. Wildlife Fence. The Sponsor understands that the fence is being installed to prevent wildlife from
entering the airfield. The Sponsor agrees that it will maintain the integrity of the fence for its useful
life, but no less than 20 years from the date of this Grant was issued. The Sponsor understands that
maintenance of the fence includes repair of damage to the fence or gates due to any reason.
29. Buy American Executive Orders. The Sponsor agrees to abide by applicable Executive Orders in
effect at the time this Grant Agreement is executed, including Executive Order 14005, Ensuring the
Future Is Made in All of America by All of America's Workers.
i:IIWIMPAIII&M WIPA?
The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application
incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter
provided, and this Offer and Acceptance shall comprise a Grant Agreement, constituting the contractual
obligations and rights of the United States and the Sponsor with respect to the accomplishment of the
Project and compliance with the Grant Assurances, terms, and conditions as provided herein. Such Grant
Agreement shall become effective upon the Sponsor's acceptance of this Offer.
Please read the following information: By signing this document, you are agreeing that you have
reviewed the following consumer disclosure information and consent to transact business using
electronic communications, to receive notices and disclosures electronically, and to utilize electronic
signatures in lieu of using paper documents. You are not required to receive notices and disclosures or
sign documents electronically. If you prefer not to do so, you may request to receive paper copies and
withdraw your consent at any time.
I declare under penalty of perjury that the foregoing is true and correct.'
UNITED STATES OF AMERICA
FEDERAL AVIATION ADMINISTRATION
GGeim �oi!es
Glenn Boles (Aug 2, 2023 15:36 CDT)
(Signature)
Glenn Boles
(Typed Name)
Manager, AR/OK Airports District Office
(Title of FAA Official)
1 Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C.
§ 1001 (False Statements) and could subject you to fines, imprisonment, or both.
10
3-05-0020-054-2023
Part II - Acceptance
The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties,
covenants, and agreements contained in the Project Application and incorporated materials referred to
in the foregoing Offer, and does hereby accept this Offer and by such acceptance agrees to comply with
all of the Grant Assurances, terms, and conditions in this Offer and in the Project Application.
Please read the following information: By signing this document, you are agreeing that you have
reviewed the following consumer disclosure information and consent to transact business using
electronic communications, to receive notices and disclosures electronically, and to utilize electronic
signatures in lieu of using paper documents. You are not required to receive notices and disclosures or
sign documents electronically. If you prefer not to do so, you may request to receive paper copies and
withdraw your consent at any time.
I declare under penalty of perjury that the foregoing is true and correct.2
Dated August 3, 2023
City of Fayetteville
(Name of Sponsor)
Lioneld Jordan (Aug 3, 2023 11:04 CDT)
(Signature of Sponsor's Authorized Official)
By: Lioneld Jordan
(Typed Name of Sponsor's Authorized Official)
Title: Mayor
(Title of Sponsor's Authorized Official)
Z Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C.
§ 1001 (False Statements) and could subject you to fines, imprisonment, or both.
11
3-05-0020-054-2023
CERTIFICATE OF SPONSOR'S ATTORNEY
I, Kit Williams , acting as Attorney for the Sponsor do hereby certify:
That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the
laws of the State of Arkansas Further, I have examined the foregoing Grant Agreement and the
actions taken by said Sponsor and Sponsor's official representative, who has been duly authorized to
execute this Grant Agreement, which is in all respects due and proper and in accordance with the laws
of the said State; the Infrastructure Investment and Jobs Act (Public Law 117-58) of 2021 referred to as
the Bipartisan Infrastructure Law (BIL), Division J, Title VIII; and the representations contained in the
Project Application. In addition, for grants involving projects to be carried out on property not owned by
the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further,
it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor
in accordance with the terms thereof.
Please read the following information: By signing this document, you are agreeing that you have
reviewed the following consumer disclosure information and consent to transact business using
electronic communications, to receive notices and disclosures electronically, and to utilize electronic
signatures in lieu of using paper documents. You are not required to receive notices and disclosures or
sign documents electronically. If you prefer not to do so, you may request to receive paper copies and
withdraw your consent at any time.
I declare under penalty of perjury that the foregoing is true and correct.3
Dated at September5, 2023
Ki-f wills qms
By: Kit Williams (Sep 5, 2023 16:52 CDT)
(Signature of Sponsor's Attorney)
3 Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C.
§ 1001 (False Statements) and could subject you to fines, imprisonment, or both.
12
911*111I1YAIME, SMIYA]
ASSURANCES
AIRPORT SPONSORS
A. General.
1. These assurances shall be complied with in the performance of grant agreements for airport
development, airport planning, and noise compatibility program grants for airport sponsors.
2. These assurances are required to be submitted as part of the project application by sponsors
requesting funds under the provisions of Public Law 117-58, Division J, Title Vill, as amended.
As used herein, the term "public agency sponsor" means a public agency with control of a
public -use airport; the term "private sponsor" means a private owner of a public -use airport;
and the term "sponsor" includes both public agency sponsors and private sponsors.
3. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and
become part of this Grant Agreement.
B. Duration and Applicability.
1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency
Sponsor.
The terms, conditions and assurances of this Grant Agreement shall remain in full force and
effect throughout the useful life of the facilities developed or equipment acquired for an
airport development or noise compatibility program project, or throughout the useful life of
the project items installed within a facility under a noise compatibility program project, but in
any event not to exceed twenty (20) years from the date of acceptance of a grant offer of
Federal funds for the project. However, there shall be no limit on the duration of the
assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an
airport. There shall be no limit on the duration of the terms, conditions, and assurances with
respect to real property acquired with federal funds. Furthermore, the duration of the Civil
Rights assurance shall be specified in the assurances.
2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor.
The preceding paragraph (1) also applies to a private sponsor except that the useful life of
project items installed within a facility or the useful life of the facilities developed or equipment
acquired under an airport development or noise compatibility program project shall be no less
than ten (10) years from the date of acceptance of Federal aid for the project.
3. Airport Planning Undertaken by a Sponsor.
Unless otherwise specified in this Grant Agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 23, 25,
30, 32, 33, 34, and 37 in Section C apply to planning projects. The terms, conditions, and
assurances of this Grant Agreement shall remain in full force and effect during the life of the
project; there shall be no limit on the duration of the assurances regarding Exclusive Rights and
Airport Revenue so long as the airport is used as an airport.
C. Sponsor Certification.
The sponsor hereby assures and certifies, with respect to this grant that:
Airport Sponsors Assurances Bipartisan Infrastructure Law
Page 1 of 18
1. General Federal Requirements
It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and
requirements as they relate to the application, acceptance, and use of Federal funds for this Grant
including but not limited to the following:
FEDERAL LEGISLATION
a. 49, U.S.C. subtitle VII, as amended.
b. Davis -Bacon Act, as amended — 40 U.S.C. §§ 3141-3144, 3146, and 3147, et seq.1
c. Federal Fair Labor Standards Act - 29 U.S.C. § 201, et seq.
d. Hatch Act — 5 U.S.C. § 1501, et seq.2
e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, 42 U.S.C. §
4601, et seq.1, z
f. National Historic Preservation Act of 1966 — Section 106 - 54 U.S.C. § 306108.1.'
g. Archeological and Historic Preservation Act of 1974 - 54 U.S.C. § 312501, et seq.1
h. Native Americans Grave Repatriation Act - 25 U.S.C. § 3001, et seq.
i. Clean Air Act, P.L. 90-148, as amended - 42 U.S.C. § 7401, et seq.
j. Coastal Zone Management Act, P.L. 92-583, as amended - 16 U.S.C. § 1451, et seq.
k. Flood Disaster Protection Act of 1973 — Section 102(a) - 42 U.S.C. § 4012a.1
I. 49 U.S.C. § 303, (formerly known as Section 4(f))
m. Rehabilitation Act of 1973 - 29 U.S.C. § 794.
n. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252) (prohibits
discrimination on the basis of race, color, national origin);
o. Americans with Disabilities Act of 1990, as amended, (42 U.S.C. § 12101 et seq.) (prohibits
discrimination on the basis of disability).
p. Age Discrimination Act of 1975 - 42 U.S.C. § 6101, et seq.
q. American Indian Religious Freedom Act, P.L. 95-341, as amended.
r. Architectural Barriers Act of 1968, as amended - 42 U.S.C. § 4151, et seq.1
s. Powerplant and Industrial Fuel Use Act of 1978 — Section 403 - 42 U.S.C. § 8373.1
t. Contract Work Hours and Safety Standards Act - 40 U.S.C. § 3701, et seq.1
u. Copeland Anti -kickback Act - 18 U.S.C. § 874.1
v. National Environmental Policy Act of 1969 - 42 U.S.C. § 4321, et seq.'
w. Wild and Scenic Rivers Act, P.L. 90-542, as amended —16 U.S.C. § 1271, et seq.
x. Single Audit Act of 1984 - 31 U.S.C. § 7501, et seq.z
y. Drug -Free Workplace Act of 1988 - 41 U.S.C. §§ 8101 through 8105.
z. The Federal Funding Accountability and Transparency Act of 2006, as amended (Pub. L. 109-282,
as amended by section 6202 of Pub. L. 110-252).
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 2 of 18
aa. Civil Rights Restoration Act of 1987, P.L. 100-259.
bb. Build America, Buy America Act, P.L. 117-58, Title IX.
EXECUTIVE ORDERS
a.
Executive Order 11246 — Equal Employment Opportunity'
b.
Executive Order 11990
— Protection of Wetlands
c.
Executive Order 11998
— Flood Plain Management
d.
Executive Order 12372
— Intergovernmental Review of Federal Programs
e.
Executive Order 12699
— Seismic Safety of Federal and Federally Assisted New Building
Construction'
f.
Executive Order 12898
— Environmental Justice
g.
Executive Order 13166
— Improving Access to Services for Persons with Limited English
Proficiency
h.
Executive Order 13985
— Executive Order on Advancing Racial Equity and Support for
Underserved Communities
Through the Federal Government
i.
Executive Order 13988
— Preventing and Combating Discrimination on the Basis of Gender
Identity or Sexual Orientation
j.
Executive Order 14005
— Ensuring the Future is Made in all of America by All of America's
Workers
k.
Executive Order 14008 — Tackling the Climate Crisis at Home and Abroad
FEDERAL REGULATIONS
a. 2 CFR Part 180 — OMB Guidelines to Agencies on Governmentwide Debarment and Suspension
(Nonprocurement).
b. 2 CFR Part 200— Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards. a,s
c. 2 CFR Part 1200 — Nonprocurement Suspension and Debarment.
d. 14 CFR Part 13 — Investigative and Enforcement Procedures.
e. 14 CFR Part 16 — Rules of Practice for Federally -Assisted Airport Enforcement Proceedings.
f. 14 CFR Part 150—Airport Noise Compatibility Planning.
g. 28 CFR Part 35 — Nondiscrimination on the Basis of Disability in State and Local Government
Services.
h. 28 CFR § 50.3 — U.S. Department of Justice Guidelines for the Enforcement of Title VI of the Civil
Rights Act of 1964.
i. 29 CFR Part 1— Procedures for Predetermination of Wage Rates.'
j. 29 CFR Part 3 — Contractors and Subcontractors on Public Building or Public Work Financed in
Whole or in Part by Loans or Grants from the United States.'
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 3 of 18
9II11.111I1YAIII&M SKIYA]
k. 29 CFR Part 5 — Labor Standards Provisions Applicable to Contracts Covering Federally Financed
and Assisted Construction (Also Labor Standards Provisions Applicable to Nonconstruction
Contracts Subject to the Contract Work Hours and Safety Standards Act).'
I. 41 CFR Part 60 — Office of Federal Contract Compliance Programs, Equal Employment
Opportunity, Department of Labor (Federal and Federally -assisted contracting requirements).'
m. 49 CFR Part 20 — New Restrictions on Lobbying.
n. 49 CFR Part 21— Nondiscrimination in Federally -Assisted Programs of the Department of
Transportation - Effectuation of Title VI of the Civil Rights Act of 1964.
o. 49 CFR Part 23 — Participation by Disadvantage Business Enterprise in Airport Concessions.
p. 49 CFR Part 24 — Uniform Relocation Assistance and Real Property Acquisition for Federal and
Federally -Assisted Programs.','
q. 49 CFR Part 26 — Participation by Disadvantaged Business Enterprises in Department of
Transportation Financial Assistance Programs.
r. 49 CFR Part 27 — Nondiscrimination on the Basis of Disability in Programs or Activities Receiving
Federal Financial Assistance.'
s. 49 CFR Part 28 — Enforcement of Nondiscrimination on the Basis of Handicap in Programs or
Activities Conducted by the Department of Transportation.
t. 49 CFR Part 30 — Denial of Public Works Contracts to Suppliers of Goods and Services of
Countries That Deny Procurement Market Access to U.S. Contractors.
u. 49 CFR Part 32 — Governmentwide Requirements for Drug -Free Workplace (Financial
Assistance).
v. 49 CFR Part 37 — Transportation Services for Individuals with Disabilities (ADA).
w. 49 CFR Part 38 — Americans with Disabilities Act (ADA) Accessibility Specifications for
Transportation Vehicles.
x. 49 CFR Part 41— Seismic Safety.
FOOTNOTES TO ASSURANCE (C)(1)
' These laws do not apply to airport planning sponsors.
z These laws do not apply to private sponsors.
3 2 CFR Part 200 contains requirements for State and Local Governments receiving Federal
assistance. Any requirement levied upon State and Local Governments by this regulation shall
apply where applicable to private sponsors receiving Federal assistance under Title 49, United
States Code.
4 Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for
determining the eligibility of specific types of expenses.
5 Audit requirements established in 2 CFR part 200 subpart F are the guidelines for audits.
SPECIFIC ASSURANCES
Specific assurances required to be included in grant agreements by any of the above laws, regulations or
circulars are incorporated by reference in this Grant Agreement.
Airport Sponsors Assurances Bipartisan Infrastructure Law
Page 4 of 18
911*111I1YAIME, I MIYA]
2. Responsibility and Authority of the Sponsor.
a. Public Agency Sponsor:
It has legal authority to apply for this Grant, and to finance and carry out the proposed project;
that a resolution, motion or similar action has been duly adopted or passed as an official act of
the applicant's governing body authorizing the filing of the application, including all
understandings and assurances contained therein, and directing and authorizing the person
identified as the official representative of the applicant to act in connection with the
application and to provide such additional information as may be required.
b. Private Sponsor:
It has legal authority to apply for this Grant and to finance and carry out the proposed project
and comply with all terms, conditions, and assurances of this Grant Agreement. It shall
designate an official representative and shall in writing direct and authorize that person to file
this application, including all understandings and assurances contained therein; to act in
connection with this application; and to provide such additional information as may be
required.
3. Sponsor Fund Availability.
It has sufficient funds available for that portion of the project costs which are not to be paid by the
United States. It has sufficient funds available to assure operation and maintenance of items funded
under this Grant Agreement which it will own or control.
4. Good Title.
a. It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to
the landing area of the airport or site thereof, or will give assurance satisfactory to the
Secretary that good title will be acquired.
b. For noise compatibility program projects to be carried out on the property of the sponsor, it
holds good title satisfactory to the Secretary to that portion of the property upon which Federal
funds will be expended or will give assurance to the Secretary that good title will be obtained.
S. Preserving Rights and Powers.
It will not take or permit any action which would operate to deprive it of any of the rights and
powers necessary to perform any or all of the terms, conditions, and assurances in this Grant
Agreement without the written approval of the Secretary, and will act promptly to acquire,
extinguish or modify any outstanding rights or claims of right of others which would interfere
with such performance by the sponsor. This shall be done in a manner acceptable to the
Secretary.
b. Subject to the FAA Act of 2018, Public Law 115-254, Section 163, it will not sell, lease,
encumber, or otherwise transfer or dispose of any part of its title or other interests in the
property shown on Exhibit A to this application or, for a noise compatibility program project,
that portion of the property upon which Federal funds have been expended, for the duration of
the terms, conditions, and assurances in this Grant Agreement without approval by the
Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States
Code, to assume the obligations of this Grant Agreement and to have the power, authority, and
financial resources to carry out all such obligations, the sponsor shall insert in the contract or
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 5 of 18
911*111I1YAIME, I MIYA]
document transferring or disposing of the sponsor's interest, and make binding upon the
transferee all of the terms, conditions, and assurances contained in this Grant Agreement.
c. For all noise compatibility program projects which are to be carried out by another unit of local
government or are on property owned by a unit of local government other than the sponsor, it
will enter into an agreement with that government. Except as otherwise specified by the
Secretary, that agreement shall obligate that government to the same terms, conditions, and
assurances that would be applicable to it if it applied directly to the FAA for a grant to
undertake the noise compatibility program project. That agreement and changes thereto must
be satisfactory to the Secretary. It will take steps to enforce this agreement against the local
government if there is substantial non-compliance with the terms of the agreement.
d. For noise compatibility program projects to be carried out on privately owned property, it will
enter into an agreement with the owner of that property which includes provisions specified by
the Secretary. It will take steps to enforce this agreement against the property owner
whenever there is substantial non-compliance with the terms of the agreement.
e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that
the airport will continue to function as a public -use airport in accordance with these assurances
for the duration of these assurances.
f. If an arrangement is made for management and operation of the airport by any agency or
person other than the sponsor or an employee of the sponsor, the sponsor will reserve
sufficient rights and authority to ensure that the airport will be operated and maintained in
accordance with Title 49, United States Code, the regulations and the terms, conditions and
assurances in this Grant Agreement and shall ensure that such arrangement also requires
compliance therewith.
g. Sponsors of commercial service airports will not permit or enter into any arrangement that
results in permission for the owner or tenant of a property used as a residence, or zoned for
residential use, to taxi an aircraft between that property and any location on airport. Sponsors
of general aviation airports entering into any arrangement that results in permission for the
owner of residential real property adjacent to or near the airport must comply with the
requirements of 49 U.S.C. § 47107(s) and the sponsor assurances.
6. Consistency with Local Plans.
The project is reasonably consistent with plans (existing at the time of submission of this
application) of public agencies that are authorized by the State in which the project is located to
plan for the development of the area surrounding the airport.
7. Consideration of Local Interest.
It has given fair consideration to the interest of communities in or near where the project may be
located.
8. Consultation with Users.
In making a decision to undertake any airport development project under Title 49, United States
Code, it has undertaken reasonable consultations with affected parties using the airport at which
project is proposed.
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 6 of 18
i:II�L�rI�1 r��IIr1.� S��Y.ie?
9. Public Hearings.
In projects involving the location of an airport, an airport runway, or a major runway extension, it
has afforded the opportunity for public hearings for the purpose of considering the economic,
social, and environmental effects of the airport or runway location and its consistency with goals
and objectives of such planning as has been carried out by the community and it shall, when
requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary.
Further, for such projects, it has on its management board either voting representation from the
communities where the project is located or has advised the communities that they have the right
to petition the Secretary concerning a proposed project.
10. Metropolitan Planning Organization.
In projects involving the location of an airport, an airport runway, or a major runway extension at a
medium or large hub airport, the sponsor has made available to and has provided upon request to
the metropolitan planning organization in the area in which the airport is located, if any, a copy of
the proposed amendment to the airport layout plan to depict the project and a copy of any airport
master plan in which the project is described or depicted.
11. Pavement Preventive Maintenance.
With respect to a project approved after January 1, 1995, for the replacement or reconstruction of
pavement at the airport, it assures or certifies that it has implemented an effective airport
pavement maintenance -management program and it assures that it will use such program for the
useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance
at the airport. It will provide such reports on pavement condition and pavement management
programs as the Secretary determines may be useful.
12. Terminal Development Prerequisites.
For projects which include terminal development at a public use airport, as defined in Title 49, it
has, on the date of submittal of the project grant application, all the safety equipment required for
certification of such airport under 49 U.S.C. § 44706, and all the security equipment required by rule
or regulation, and has provided for access to the passenger enplaning and deplaning area of such
airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft.
13. Accounting System, Audit, and Record Keeping Requirements.
a. It shall keep all project accounts and records which fully disclose the amount and disposition by
the recipient of the proceeds of this Grant, the total cost of the project in connection with
which this Grant is given or used, and the amount or nature of that portion of the cost of the
project supplied by other sources, and such other financial records pertinent to the project. The
accounts and records shall be kept in accordance with an accounting system that will facilitate
an effective audit in accordance with the Single Audit Act of 1984.
b. It shall make available to the Secretary and the Comptroller General of the United States, or
any of their duly authorized representatives, for the purpose of audit and examination, any
books, documents, papers, and records of the recipient that are pertinent to this Grant. The
Secretary may require that an appropriate audit be conducted by a recipient. In any case in
which an independent audit is made of the accounts of a sponsor relating to the disposition of
the proceeds of a grant or relating to the project in connection with which this Grant was given
or used, it shall file a certified copy of such audit with the Comptroller General of the United
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 7 of 18
States not later than six (6) months following the close of the fiscal year for which the audit was
made.
14. Minimum Wage Rates.
It shall include, in all contracts in excess of $2,000 for work on any projects funded under this Grant
Agreement which involve labor, provisions establishing minimum rates of wages, to be
predetermined by the Secretary of Labor under 40 U.S.C. §§ 3141-3144, 3146, and 3147, Public
Building, Property, and Works), which contractors shall pay to skilled and unskilled labor, and such
minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for
the work.
15. Veteran's Preference.
It shall include in all contracts for work on any project funded under this Grant Agreement which
involve labor, such provisions as are necessary to insure that, in the employment of labor (except in
executive, administrative, and supervisory positions), preference shall be given to Vietnam era
veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small
business concerns owned and controlled by disabled veterans as defined in 49 U.S.C. § 47112.
However, this preference shall apply only where the individuals are available and qualified to
perform the work to which the employment relates.
16. Conformity to Plans and Specifications.
It will execute the project subject to plans, specifications, and schedules approved by the Secretary.
Such plans, specifications, and schedules shall be submitted to the Secretary prior to
commencement of site preparation, construction, or other performance under this Grant
Agreement, and, upon approval of the Secretary, shall be incorporated into this Grant Agreement.
Any modification to the approved plans, specifications, and schedules shall also be subject to
approval of the Secretary, and incorporated into this Grant Agreement.
17. Construction Inspection and Approval.
It will provide and maintain competent technical supervision at the construction site throughout the
project to assure that the work conforms to the plans, specifications, and schedules approved by
the Secretary for the project. It shall subject the construction work on any project contained in an
approved project application to inspection and approval by the Secretary and such work shall be in
accordance with regulations and procedures prescribed by the Secretary. Such regulations and
procedures shall require such cost and progress reporting by the sponsor or sponsors of such
project as the Secretary shall deem necessary.
18. Planning Projects.
In carrying out planning projects:
a. It will execute the project in accordance with the approved program narrative contained in the
project application or with the modifications similarly approved.
b. It will furnish the Secretary with such periodic reports as required pertaining to the planning
project and planning work activities.
c. It will include in all published material prepared in connection with the planning project a
notice that the material was prepared under a grant provided by the United States.
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 8 of 18
911*11110411WE,52IYA?
d. It will make such material available for examination by the public, and agrees that no material
prepared with funds under this project shall be subject to copyright in the United States or any
other country.
e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise
use any of the material prepared in connection with this grant.
It will grant the Secretary the right to disapprove the sponsor's employment of specific
consultants and their subcontractors to do all or any part of this project as well as the right to
disapprove the proposed scope and cost of professional services.
g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all
or any part of the project.
h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's
approval of any planning material developed as part of this grant does not constitute or imply
any assurance or commitment on the part of the Secretary to approve any pending or future
application for a Federal airport grant.
19. Operation and Maintenance.
The airport and all facilities which are necessary to serve the aeronautical users of the airport,
other than facilities owned or controlled by the United States, shall be operated at all times in a
safe and serviceable condition and in accordance with the minimum standards as may be
required or prescribed by applicable Federal, state and local agencies for maintenance and
operation. It will not cause or permit any activity or action thereon which would interfere with
its use for airport purposes. It will suitably operate and maintain the airport and all facilities
thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal
to temporarily close the airport for non -aeronautical purposes must first be approved by the
Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for:
1. Operating the airport's aeronautical facilities whenever required;
2. Promptly marking and lighting hazards resulting from airport conditions, including
temporary conditions; and
3. Promptly notifying aviators of any condition affecting aeronautical use of the airport.
Nothing contained herein shall be construed to require that the airport be operated for
aeronautical use during temporary periods when snow, flood, or other climatic conditions
interfere with such operation and maintenance. Further, nothing herein shall be construed
as requiring the maintenance, repair, restoration, or replacement of any structure or
facility which is substantially damaged or destroyed due to an act of God or other
condition or circumstance beyond the control of the sponsor.
b. It will suitably operate and maintain noise compatibility program items that it owns or controls
upon which Federal funds have been expended.
20. Hazard Removal and Mitigation.
It will take appropriate action to assure that such terminal airspace as is required to protect
instrument and visual operations to the airport (including established minimum flight altitudes) will
be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or
otherwise mitigating existing airport hazards and by preventing the establishment or creation of
future airport hazards.
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 9 of 18
911*11111PAIME,D21W
21. Compatible Land Use.
It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to
restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and
purposes compatible with normal airport operations, including landing and takeoff of aircraft. In
addition, if the project is for noise compatibility program implementation, it will not cause or permit
any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the
airport, of the noise compatibility program measures upon which Federal funds have been
expended.
22. Economic Nondiscrimination.
It will make the airport available as an airport for public use on reasonable terms and without
unjust discrimination to all types, kinds and classes of aeronautical activities, including
commercial aeronautical activities offering services to the public at the airport.
b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the
airport is granted to any person, firm, or corporation to conduct or to engage in any
aeronautical activity for furnishing services to the public at the airport, the sponsor will insert
and enforce provisions requiring the contractor to:
Furnish said services on a reasonable, and not unjustly discriminatory, basis to all users
thereof, and
2. Charge reasonable, and not unjustly discriminatory, prices for each unit or service,
provided that the contractor may be allowed to make reasonable and nondiscriminatory
discounts, rebates, or other similar types of price reductions to volume purchasers.
c. Each fixed -based operator at the airport shall be subject to the same rates, fees, rentals, and
other charges as are uniformly applicable to all other fixed -based operators making the same or
similar uses of such airport and utilizing the same or similar facilities.
d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based
operator that is authorized or permitted by the airport to serve any air carrier at such airport.
e. Each air carrier using such airport (whether as a tenant, non -tenant, or subtenant of another air
carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules,
regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly
and substantially related to providing air transportation as are applicable to all such air carriers
which make similar use of such airport and utilize similar facilities, subject to reasonable
classifications such as tenants or non -tenants and signatory carriers and non -signatory carriers.
Classification or status as tenant or signatory shall not be unreasonably withheld by any airport
provided an air carrier assumes obligations substantially similar to those already imposed on air
carriers in such classification or status.
f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or
corporation operating aircraft on the airport from performing any services on its own aircraft
with its own employees (including, but not limited to maintenance, repair, and fueling) that it
may choose to perform.
In the event the sponsor itself exercises any of the rights and privileges referred to in this
assurance, the services involved will be provided on the same conditions as would apply to the
furnishing of such services by commercial aeronautical service providers authorized by the
sponsor under these provisions.
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 10 of 18
911*111I1Y2IME, I MIYA]
h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be
met by all users of the airport as may be necessary for the safe and efficient operation of the
airport.
i. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport
if such action is necessary for the safe operation of the airport or necessary to serve the civil
aviation needs of the public.
23. Exclusive Rights.
It will permit no exclusive right for the use of the airport by any person providing, or intending to
provide, aeronautical services to the public. For purposes of this paragraph, the providing of the
services at an airport by a single fixed -based operator shall not be construed as an exclusive right if
both of the following apply:
a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based
operator to provide such services, and
b. If allowing more than one fixed -based operator to provide such services would require the
reduction of space leased pursuant to an existing agreement between such single fixed -based
operator and such airport. It further agrees that it will not, either directly or indirectly, grant or
permit any person, firm, or corporation, the exclusive right at the airport to conduct any
aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental
and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier
operations, aircraft sales and services, sale of aviation petroleum products whether or not
conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft,
sale of aircraft parts, and any other activities which because of their direct relationship to the
operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any
exclusive right to conduct an aeronautical activity now existing at such an airport before the
grant of any assistance under Title 49, United States Code.
24. Fee and Rental Structure.
It will maintain a fee and rental structure for the facilities and services at the airport which will
make the airport as self-sustaining as possible under the circumstances existing at the particular
airport, taking into account such factors as the volume of traffic and economy of collection. No part
of the Federal share of an airport development, airport planning or noise compatibility project for
which a Grant is made under Title 49, United States Code, the Airport and Airway Improvement Act
of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be
included in the rate basis in establishing fees, rates, and charges for users of that airport.
25. Airport Revenues.
All revenues generated by the airport and any local taxes on aviation fuel established after
December 30, 1987, will be expended by it for the capital or operating costs of the airport; the
local airport system; or other local facilities which are owned or operated by the owner or
operator of the airport and which are directly and substantially related to the actual air
transportation of passengers or property; or for noise mitigation purposes on or off the airport.
The following exceptions apply to this paragraph:
1. If covenants or assurances in debt obligations issued before September 3, 1982, by the
owner or operator of the airport, or provisions enacted before September 3, 1982, in
governing statutes controlling the owner or operator's financing, provide for the use of the
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 11 of 18
911*111I1YAIME, I MIYA]
revenues from any of the airport owner or operator's facilities, including the airport, to
support not only the airport but also the airport owner or operator's general debt
obligations or other facilities, then this limitation on the use of all revenues generated by
the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply.
2. If the Secretary approves the sale of a privately owned airport to a public sponsor and
provides funding for any portion of the public sponsor's acquisition of land, this limitation
on the use of all revenues generated by the sale shall not apply to certain proceeds from
the sale. This is conditioned on repayment to the Secretary by the private owner of an
amount equal to the remaining unamortized portion (amortized over a 20-year period) of
any airport improvement grant made to the private owner for any purpose other than land
acquisition on or after October 1, 1996, plus an amount equal to the federal share of the
current fair market value of any land acquired with an airport improvement grant made to
that airport on or after October 1, 1996.
3. Certain revenue derived from or generated by mineral extraction, production, lease, or
other means at a general aviation airport (as defined at 49 U.S.C. § 47102), if the FAA
determines the airport sponsor meets the requirements set forth in Section 813 of Public
Law 112-95.
b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct
that the audit will review, and the resulting audit report will provide an opinion concerning, the
use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or
transferred to the owner or operator are paid or transferred in a manner consistent with Title
49, United States Code and any other applicable provision of law, including any regulation
promulgated by the Secretary or Administrator.
26. Reports and Inspections.
a. submit to the Secretary such annual or special financial and operations reports as the Secretary
may reasonably request and make such reports available to the public; make available to the
public at reasonable times and places a report of the airport budget in a format prescribed by
the Secretary;
b. for airport development projects, make the airport and all airport records and documents
affecting the airport, including deeds, leases, operation and use agreements, regulations and
other instruments, available for inspection by any duly authorized agent of the Secretary upon
reasonable request;
c. for noise compatibility program projects, make records and documents relating to the project
and continued compliance with the terms, conditions, and assurances of this Grant Agreement
including deeds, leases, agreements, regulations, and other instruments, available for
inspection by any duly authorized agent of the Secretary upon reasonable request; and
d. in a format and time prescribed by the Secretary, provide to the Secretary and make available
to the public following each of its fiscal years, an annual report listing in detail:
1. all amounts paid by the airport to any other unit of government and the purposes for
which each such payment was made; and
2. all services and property provided by the airport to other units of government and the
amount of compensation received for provision of each such service and property.
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 12 of 18
911*111I1YAIME, SMIYA]
27. Use by Government Aircraft.
It will make available all of the facilities of the airport developed with Federal financial assistance
and all those usable for landing and takeoff of aircraft to the United States for use by Government
aircraft in common with other aircraft at all times without charge, except, if the use by Government
aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the
cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary,
or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by
Government aircraft will be considered to exist when operations of such aircraft are in excess of
those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas
by other authorized aircraft, or during any calendar month that:
Five (5) or more Government aircraft are regularly based at the airport or on land adjacent
thereto; or
b. The total number of movements (counting each landing as a movement) of Government
aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the
airport (the total movement of Government aircraft multiplied by gross weights of such
aircraft) is in excess of five million pounds.
28. Land for Federal Facilities.
It will furnish without cost to the Federal Government for use in connection with any air traffic
control or air navigation activities, or weather -reporting and communication activities related to air
traffic control, any areas of land or water, or estate therein as the Secretary considers necessary or
desirable for construction, operation, and maintenance at Federal expense of space or facilities for
such purposes. Such areas or any portion thereof will be made available as provided herein within
four months after receipt of a written request from the Secretary.
29. Airport Layout Plan.
a. Subject to the FAA Reauthorization Act of 2018, Public Law 115-254, Section 163, it will keep up
to date at all times an airport layout plan of the airport showing:
1. boundaries of the airport and all proposed additions thereto, together with the boundaries
of all offsite areas owned or controlled by the sponsor for airport purposes and proposed
additions thereto;
2. the location and nature of all existing and proposed airport facilities and structures (such
as runways, taxiways, aprons, terminal buildings, hangars and roads), including all
proposed extensions and reductions of existing airport facilities;
3. the location of all existing and proposed non -aviation areas and of all existing
improvements thereon; and
4. all proposed and existing access points used to taxi aircraft across the airport's property
boundary.
Such airport layout plans and each amendment, revision, or modification thereof, shall be
subject to the approval of the Secretary which approval shall be evidenced by the signature of a
duly authorized representative of the Secretary on the face of the airport layout plan. The
sponsor will not make or permit any changes or alterations in the airport or any of its facilities
which are not in conformity with the airport layout plan as approved by the Secretary and
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 13 of 18
which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of
the airport.
b. Subject to the FAA Reauthorization Act of 2018, Public Law 115-254, Section 163, if a change or
alteration in the airport or the facilities is made which the Secretary determines adversely
affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or
off the airport and which is not in conformity with the airport layout plan as approved by the
Secretary, the owner or operator will, if requested, by the Secretary:
1. eliminate such adverse effect in a manner approved by the Secretary; or
2. bear all costs of relocating such property (or replacement thereof) to a site acceptable to
the Secretary and all costs of restoring such property (or replacement thereof) to the level
of safety, utility, efficiency, and cost of operation existing before the unapproved change in
the airport or its facilities except in the case of a relocation or replacement of an existing
airport facility due to a change in the Secretary's design standards beyond the control of
the airport sponsor.
30. Civil Rights.
It will promptly take any measures necessary to ensure that no person in the United States shall, on
the grounds of race, color, and national origin (including limited English proficiency) in accordance
with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to
2000d-4); creed and sex (including sexual orientation and gender identity) per 49 U.S.C. § 47123
and related requirements; age per the Age Discrimination Act of 1975 and related requirements; or
disability per the Americans with Disabilities Act of 1990 and related requirements, be excluded
from participation in, be denied the benefits of, or be otherwise subjected to discrimination in any
program and activity conducted with, or benefiting from, funds received from this Grant.
Using the definitions of activity, facility, and program as found and defined in 49 CFR §§
21.23(b) and 21.23(e), the sponsor will facilitate all programs, operate all facilities, or conduct
all programs in compliance with all non-discrimination requirements imposed by or pursuant to
these assurances.
b. Applicability
1. Programs and Activities. If the sponsor has received a grant (or other federal assistance)
for any of the sponsor's program or activities, these requirements extend to all of the
sponsor's programs and activities.
2. Facilities. Where it receives a grant or other federal financial assistance to construct,
expand, renovate, remodel, alter, or acquire a facility, or part of a facility, the assurance
extends to the entire facility and facilities operated in connection therewith.
Real Property. Where the sponsor receives a grant or other Federal financial assistance in
the form of, or for the acquisition of real property or an interest in real property, the
assurance will extend to rights to space on, over, or under such property.
c. Duration.
The sponsor agrees that it is obligated to this assurance for the period during which Federal
financial assistance is extended to the program, except where the Federal financial assistance is
to provide, or is in the form of, personal property, or real property, or interest therein, or
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 14 of 18
911*111I1YAIME, SMIYA]
structures or improvements thereon, in which case the assurance obligates the sponsor, or any
transferee for the longer of the following periods:
1. So long as the airport is used as an airport, or for another purpose involving the provision
of similar services or benefits; or
2. So long as the sponsor retains ownership or possession of the property.
d. Required Solicitation Language. It will include the following notification in all solicitations for
bids, Requests For Proposals for work, or material under this Grant Agreement and in all
proposals for agreements, including airport concessions, regardless of funding source:
"The (City of Fayetteville), in accordance with the provisions of Title VI of the Civil Rights Act of
1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all
bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant
to this advertisement, [select businesses, or disadvantaged business enterprises or airport
concession disadvantaged business enterprises] will be afforded full and fair opportunity to
submit bids in response to this invitation and no businesses will be discriminated against on the
grounds of race, color, national origin (including limited English proficiency), creed, sex
(including sexual orientation and gender identity), age, or disability in consideration for an
award."
e. Required Contract Provisions.
1. It will insert the non-discrimination contract clauses requiring compliance with the acts and
regulations relative to non-discrimination in Federally -assisted programs of the
Department of Transportation (DOT), and incorporating the acts and regulations into the
contracts by reference in every contract or agreement subject to the non-discrimination in
Federally -assisted programs of the DOT acts and regulations.
2. It will include a list of the pertinent non-discrimination authorities in every contract that is
subject to the non-discrimination acts and regulations.
3. It will insert non-discrimination contract clauses as a covenant running with the land, in
any deed from the United States effecting or recording a transfer of real property,
structures, use, or improvements thereon or interest therein to a sponsor.
4. It will insert non-discrimination contract clauses prohibiting discrimination on the basis of
race, color, national origin (including limited English proficiency), creed, sex (including
sexual orientation and gender identity), age, or disability as a covenant running with the
land, in any future deeds, leases, license, permits, or similar instruments entered into by
the sponsor with other parties:
a. For the subsequent transfer of real property acquired or improved under the
applicable activity, project, or program; and
b. For the construction or use of, or access to, space on, over, or under real property
acquired or improved under the applicable activity, project, or program.
It will provide for such methods of administration for the program as are found by the
Secretary to give reasonable guarantee that it, other recipients, sub -recipients, sub -grantees,
contractors, subcontractors, consultants, transferees, successors in interest, and other
participants of Federal financial assistance under such program will comply with all
requirements imposed or pursuant to the acts, the regulations, and this assurance.
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 15 of 18
911*111I1YAIME, SMIYA]
g. It agrees that the United States has a right to seek judicial enforcement with regard to any
matter arising under the acts, the regulations, and this assurance.
31. Disposal of Land.
For land purchased under a grant for airport noise compatibility purposes, including land
serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such
purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of
such disposition which is proportionate to the United States' share of acquisition of such land
will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2)
transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give
preference to the following, in descending order:
1. Reinvestment in an approved noise compatibility project;
2. Reinvestment in an approved project that is eligible for grant funding under 49 U.S.C. §
47117(e);
3. Reinvestment in an approved airport development project that is eligible for grant funding
under 49 U.S.C. § 47114, 47115, or 47117, or under Public Law 117-58, Division J, Title VIII;
or
4. Transfer to an eligible sponsor of another public airport to be reinvested in an approved
noise compatibility project at that airport.
If land acquired under a grant for noise compatibility purposes is leased at fair market value
and consistent with noise buffering purposes, the lease will not be considered a disposal of the
land. Revenues derived from such a lease may be used for an approved airport development
project that would otherwise be eligible for grant funding or any permitted use of airport
revenue.
b. For land purchased under a grant for airport development purposes (other than noise
compatibility), it will, when the land is no longer needed for airport purposes, dispose of such
land at fair market value or make available to the Secretary an amount equal to the United
States' proportionate share of the fair market value of the land. That portion of the proceeds of
such disposition which is proportionate to the United States' share of the cost of acquisition of
such land will, upon application to the Secretary, be reinvested or transferred to another
eligible airport as prescribed by the Secretary. The Secretary shall give preference to the
following, in descending order:
1. Reinvestment in an approved noise compatibility project;
2. Reinvestment in an approved project that is eligible for grant funding under 49 U.S.C. §
47117(e);
3. Reinvestment in an approved airport development project that is eligible for grant funding
under 49 U.S.C. §§ 47114, 47115, or 47117, or under Public Law 117-58, Division J, Title
VIII; or
4. Transfer to an eligible sponsor of another public airport to be reinvested in an approved
noise compatibility project at that airport.
c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be
needed for aeronautical purposes (including runway protection zones) or serve as noise buffer
land, and (2) the revenue from interim uses of such land contributes to the financial self -
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 16 of 18
9JS11.11110411WE, I NIPA?
sufficiency of the airport. Further, land purchased with a grant received by an airport operator
or owner before December 31, 1987, will be considered to be needed for airport purposes if
the Secretary or Federal agency making such grant before December 31, 1987, was notified by
the operator or owner of the uses of such land, did not object to such use, and the land
continues to be used for that purpose, such use having commenced no later than December 15,
1989.
d. Disposition of such land under (a), (b), or (c) will be subject to the retention or reservation of
any interest or right therein necessary to ensure that such land will only be used for purposes
which are compatible with noise levels associated with operation of the airport.
32. Engineering and Design Services.
If any phase of such project has received Federal funds under Chapter 471 subchapter 1 of Title 49
U.S.C., or Public Law 117-58, Division J, Title VIII it will award each contract, or sub -contract for
program management, construction management, planning studies, feasibility studies, architectural
services, preliminary engineering, design, engineering, surveying, mapping or related services in the
same manner as a contract for architectural and engineering services is negotiated under Chapter
11 of Title 40 U.S.C., or an equivalent qualifications -based requirement prescribed for or by the
sponsor of the airport.
33. Foreign Market Restrictions.
It will not allow funds provided under this Grant to be used to fund any project which uses any
product or service of a foreign country during the period in which such foreign country is listed by
the United States Trade Representative as denying fair and equitable market opportunities for
products and suppliers of the United States in procurement and construction.
34. Policies, Standards, and Specifications.
It will carry out any project funded under an Airport Infrastructure Grant in accordance with
policies, standards, and specifications approved by the Secretary including, but not limited to,
current FAA Advisory Circulars (https://www.faa.gov/airports/aip/media/aip-pfc-checklist.pdf) for
AIG projects as of June 20, 2023.
35. Relocation and Real Property Acquisition.
a. It will be guided in acquiring real property, to the greatest extent practicable under State law,
by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse
property owners for necessary expenses as specified in Subpart B.
b. It will provide a relocation assistance program offering the services described in Subpart C of 49
CFR Part 24 and fair and reasonable relocation payments and assistance to displaced persons as
required in Subpart D and E of 49 CFR Part 24.
c. It will make available within a reasonable period of time prior to displacement, comparable
replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24.
36. Access By Intercity Buses.
The airport owner or operator will permit, to the maximum extent practicable, intercity buses or
other modes of transportation to have access to the airport; however, it has no obligation to fund
special facilities for intercity buses or for other modes of transportation.
Airport Sponsors Assurances Bipartisan Infrastructure Law Page 17 of 18
911*111I1YAIME, SMIYA]
37. Disadvantaged Business Enterprises.
The sponsor shall not discriminate on the basis of race, color, national origin, sex, in the award and
performance of any DOT -assisted contract covered by 49 CFR Part 26, or in the award and
performance of any concession activity contract covered by 49 CFR Part 23. In addition, the sponsor
shall not discriminate on the basis of race, color, national origin or sex in the administration of its
Disadvantaged Business Enterprise (DBE) and Airport Concessions Disadvantaged Business
Enterprise (ACDBE) programs or the requirements of 49 CFR Parts 23 and 26. The sponsor shall take
all necessary and reasonable steps under 49 CFR Parts 23 and 26 to ensure nondiscrimination in the
award and administration of DOT -assisted contracts, and/or concession contracts. The sponsor's
DBE and ACDBE programs, as required by 49 CFR Parts 26 and 23, and as approved by DOT, are
incorporated by reference in this agreement. Implementation of these programs is a legal obligation
and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification
to the sponsor of its failure to carry out its approved program, the Department may impose
sanctions as provided for under Parts 26 and 23 and may, in appropriate cases, refer the matter for
enforcement under 18 U.S.C. § 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31
U.S.C. §§ 3801-3809, 3812).
38. Hangar Construction.
If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be
constructed at the airport for the aircraft at the aircraft owner's expense, the airport owner or
operator will grant to the aircraft owner for the hangar a long term lease that is subject to such
terms and conditions on the hangar as the airport owner or operator may impose.
39. Competitive Access.
a. If the airport owner or operator of a medium or large hub airport (as defined in 49 U.S.C. §
47102) has been unable to accommodate one or more requests by an air carrier for access to
gates or other facilities at that airport in order to allow the air carrier to provide service to the
airport or to expand service at the airport, the airport owner or operator shall transmit a report
to the Secretary that:
1. Describes the requests;
2. Provides an explanation as to why the requests could not be accommodated; and
3. Provides a time frame within which, if any, the airport will be able to accommodate the
requests.
b. Such report shall be due on either February 1 or August 1 of each year if the airport has been
unable to accommodate the request(s) in the six month period prior to the applicable due date.
Airport Sponsors Assurances Bipartisan Infrastructure Law
Page 18 of 18
Fayetteville — Drake Field
FYV Wildlife Fence Rehabilitation
010600 - CONTRACT
THIS AGREEMENT made this 5th day of September , 20 23 , by and between
/-71LJt5T1 Afft- (�CAL55T 2W" LU J1! LLG a Corporation
organized and existing under the laws of the State of &VAj� hereinafter called the
"Contractor", and City of Fayetteville, hereinafter called the "Owner".
WITNESSETH:
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 Wildlife Fence 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, subject to additions and deductions as provided in the
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 sixty (60)
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 the SPECIAL PROVISIONS 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. Invitation to Bid
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. Owner's Protective Insurance
Issued For Bid 010600-1 Garver Project No. 22A13211
Fayetteville — Drake Field
FYV Wildlife Fence Rehabilitation
Page Intentionally Left Blank
Issued For Bid 010600-2 Garver Project No. 22A13211
Fayetteville — Drake Field
FYV Wildlife Fence Rehabilitation
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 Contract 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 shall be a surety company of
financial resources satisfactory to the Owner, authorized to do business in the State of the Project, and shall
comply with applicable state laws.
ARTICLE 6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while
performing city 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.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping 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 shall be considered an original on the day and year first written.
Contractor.
Attest2� pd�ia)
By:
Signature 6ignature
.fir! r7 Mdod ,f,4y"V R. /qeSZ4exIr
Print Name Print Name and Title
Address
Attest:
1.
Signature �A, ' G 0.� Signature
�\-Ol(A i�GlXfvn=`��fAYFTTEVILLL�'i�net �Ordan Nla or
Print NameZ Print Name and Title
C,j�GlerK Treusu-l1Ptr,P;.•�`�:
..... • 116 W Nkbuyfti n St-
' AU (k v i tit , R
ddress
Issued For Bid 010600-3 Garver Project No. 22A13211
Fayetteville — Drake Field
FYV Wildlife Fence Rehabilitation
Page Intentionally Left Blank
Issued For Bid 010600-4 Garver Project No. 22A13211
Fayetteville — Drake Field
FYV Wildlife Fence Rehabilitation
010400 - PROPOSAL I
Place A--b,\ V 1 (j`.
Proposalof M1 M
a corporation organized and existing under the laws of the State of
Tax ID
UEI M
CAGE
Proposal of
a partnershi
Proposal of
or
AL
an individual doing business as
To: City of Fayetteville
This bid results from your advertisement for bids for the construction of the FYV Wildlife Fence 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 within sixty (60) 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 received so long as such bid is
deemed responsive and is within available project funding. The City shall have the authority to negotiate and
award with the apparent responsive responsible bidder so long as the low bid is within twenty-five percent (25%)
of the certification of funds. The order in which the aggregate of the combined schedules shall be considered
for award is as follows:
1. Base Bid
Issued For Bid 010400-1 Garver Project No. 22A13211
Fayetteville — Drake Field
FYV Wildlife Fence Rehabilitation
Bidder acknowledgeg receipt of the following addendum (addenda):
and
and
The undersigned Bidder agrees that this bid shall be good and shall not be withdrawn for a period of sixty (60)
calendar days after the opening thereof. If written notice of the acceptance of this Proposal is mailed,
telegraphed, or delivered to the undersigned within sixty (60) 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 26A5 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 once)
in the amount of 5 0/b Dollars ($ "/ % t
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. 22A13211
Fayetteville — Drake Field
FYV Wildlife Fence Rehabilitation
SEAL (If Bidder is a Corporation)
Bidder: 'I
t 1 1n 11J_n✓1
Tax Identification No
Attest: M u( By:
Signature
Sri it MAW �
Print Name
-210, J . A
Zia Z
Addiless
ZDDZ 5. q-"J Stu it A
O
c!G e Add ss of i rider zJ
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. 22A13211
Fayetteville - Drake Field
FYV Wildlife Fence Rehabilitation
010420 - STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. If necessary, questions
may be answered on separate attached sheets. The Bidder rim ra,y^1�s_1u/W Ib�mit any' additional information he desires.
1. Name of Bidder. �A'I 5f } e cm5tl l l t `m mik pqLA l U"
(�9��Z g, ►� Srr� S�i'a�e1Z1�aZ
2. Permanent main office address. f
3. When organized. q
4. If a corporation, where incorporated.
5. How many years have been engaged in the contracting business under your present firm or trade
name? H
6. Contracts on hand: (Schedule these,dishowing amount of contract and the appropriate
anticipated dates of completion). `e .fl�fTi,!s-9C�-17/qf,>
7. General character of work performed by your company. i AAW7 ti"
8. Have you ever failed to complete any work awarded to you? D
9. Have you ever defaulted on a Contract? � D
If so, where and why?
10. Have you ever been fined or had your license suspended by a Contractor's Licensing Board?
If so, where and why?
11. List the more important projects recently completed your company stating the approximate cost
.-� for each, and the month and year completed. /dC�! �/
12. List your major equipment available for this Contract. �i%. [� ^ 7:�,�o%e1 SAO <.�-Arwy
13. Experience in construction work similar in importance to this project. , y iwR
14. Background and experience of the principal members of your organization,including the gifficers.
15. Credit available: $ /47% ! 66!% u L
16. Give Bank reference: " 14jr4W
17. Will you, upon request, fill out a detailed financial statement and Jurnish any other information that
may be required by the Owner?
�i� ni Couf�lTi�urY ����1� Ec�r
Issued For Bid 010420-1 Garver Project No. 22A13211
Fayetteville — Drake Field
FYV Wildlife Fence Rehabilitation
18. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any
information requested by the Owner, in verification of the recitals comprising this statement of Bidder's
Qualifications.
19. The Bidder shall provide a brief description of any litigation or administrative proceeding of the
following types, either pending or concluded within the preceding year, to which the Bidder (and the
ultimate controlling person, if different from the Bidder) or any of its directors or executive officers was
a party or of which the property of any such person is or was the subject; the names of the parties
and the court or agency in which such litigation or proceeding is or was pending shall be given:
(a) Administrative or judicial proceedings of any state federal agency or authority concerning
environmental violations;
(b) Proceedings which may have a material effect upon the solvency of the ultimate holding
company, including but not necessarily limited to, bankruptcy and receivership; and
(c) Criminal proceedings. Dated at this � %� J day of v 6 2023
Bidder:
i
By -
,Signature
Print Name and Title
Issued For Bid 010420-3 Garver Project No. 22A13211
CITY OF
10A FAYETTEVILLE
ARKANSAS
Bid 23-25 Addendum 3
Milestone
Construction
Company,
LLC
Milestone
Construction
Company,
LLC
Supplier Response
Event Information
Number: Bid 23-25 Addendum 3
Title: Construction - FYV Wildlife Fence Rehabilitation
Type: Invitation to Bid
Issue Date: 4/23/2023
Deadline: 5/23/2023 02:00 PM (CT)
Notes:
The City of Fayetteville, AR is accepting sealed bids from properly
licensed professionals for the construction of the FYV Wildlife Fence
Rehabilitation project at Fayetteville — Drake Field Airport. The project
includes, but is not limited to, demolition of approximately 3,350 linear
feet of existing barbed wire fence, construction of approximately 3,500
linear feet of new wildlife exclusion fence, and various repairs to
approximately 3,350 linear feet of existing chain link fence to be
retained, and associated fence line clearing as shown on the plans
and indicated in the specifications. Any questions concerning the
bidding process should be directed to Amanda Beilfuss, City of
Fayetteville Sr. Purchasing Agent, at abeilfuss@fayetteville-ar.gov.
Contact Information
Contact: Amanda Beilfuss - Sr. Purchasing Agent
Address: Purchasing
City Hall
Room 306
113 W. Mountain St.
Fayetteville, AR 72701
Email: abeilfuss@fayetteville-ar.gov
Page 1 of 3 pages Vendor: Milestone Construction Company, Bid 23-25 Addendum 3
LLC
Milestone Construction Company, LLC Information
Contact:
Erin Metcalf
Address:
2002 S. 48th Street Suite A
Springdale, AR 72762
Phone:
(479) 751-3560 x202
Fax:
(479) 751-4841
Email:
emetcalf@mstonecc.com
Web Address:
mstonecc.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Erin Metcalf
Signature
Submitted at 512312023 10:30:11 AM (CT)
Requested Attachments
Bid 23-25, Required Signature Forms
emetcalf@mstonecc.com
Email
Wildlife Fencing Rehabiliation- Required Signature Forms.pdf
Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in
the 'Attachments' tab titled File #00.
Bid 23-25, Bid Bond
Bid Bond- Wildlife Fencing.pdf
Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be
delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with
submittal.
Bid Attributes
1 Arkansas Secretary of State Filing Number:
800044464
2
Arkansas Contractor License Number:
0156050424
3
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract,
with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott
Israel, the contractor must notify the contracted public entity in writing.
❑✓ Yes, I agree (Yes, I agree)
❑ No, I don't agree (No, I don't agree)
4
Addendum Acknowledgement
By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued
for this bid.
❑✓ I agree (I agree)
Bid Lines
Page 2 of 3 pages Vendor: Milestone Construction Company, Bid 23-25 Addendum 3
LLC
1 Bonds and Insurance
4
Quantity: 1 UOM: LS Price: $17,357.92 Total: $17,357.92
Response Total: $475,956.00
Page 3 of 3 pages Vendor: Milestone Construction Company, Bid 23-25 Addendum 3
LLC
C
O
I
s'
W
V
LL
4-
O
m >
0 LPL
m �
O
V
L
N
i
O
u
Ln
N
M
N
W
J
J
W�
IL _
OWua
Y
uIL4
v
v
O M O O O O O O M O O O O N
O l0 O O OO O U1 Ln n O OLr! V C1
O 11 0 0 m O I, N w Ln m I, O r,
v �o m O in zT w -4 I, �o M to Ln
Oc lc Vl ll Vl ` LD ll N l!) I", O O tY)
r1 O O -zzr CO 00 q N -zt IT N rn O I,
Gl
fV c-I -4 c-I lD 00 v} N v} Tr H N Ln c-I
O
v} v} v} v} v} v}
C
J
O
x
i
O
W
++ J
_
Ln
O C
U
O M O 0 0 0 u') Lit m .-I O Lfl N
Q
Ln
c0 lD O O cq o0 Ln I� n o0 Uf LQ Uf Cl
io r 0 0 of m I� �o w m w I, r- r,
m to m o �o ui Oo v} to � in m Ln Ln
0 O
� lc Ln lc Ln t4 LD � v) O N M
O O V 00 -4 M lD Ih
c
of v} v}
O
J V) V) V) V)J Q LL Q LL LL V) Q V)
W J W J J J W J
O
}
O O O O
F
Ln N ON O0 r, w "
Lr)ri c-I '-I e-I ON " m
rn m N "q
v
f0
v
C
y Y
v �
C C
a)
C
o u
4 u O C
O
dO a, Cr U
++
•�'
y [o O LL v O
L -O O
V N
N
M 3 O Y J LL
F Y
a�
>,C v O C— t O
N J i
c
V _
f6 LL U d (6 .I t6
O (c Q L
C E O v>> ) `� L O1 cQ
N O 'X 'N u> K V V a' J
X > s O f0 c 0
O W 0D f0 O1 LL a) a) O_
O Q (v C m W N LL
Q w Y u Y Q
Q 0 7 OD _= j J J J
j LL
O) V E C ?) N O O U Q C O
O_ V O � d N L N fd L opi
H L .� 3 O K V •E m U
u w p N p
> � is
3W 'a
c c n
V iO C Ol 7 OJ in C7 "a
` nj
L N O_ — i •- v O .0 N � -a
E O m w w U X O vui C
Y 4 CL
0 H 20 V OH ON li rj V 2 Ln m
rn -Zt
'-I N M V ll') to n OO Ol O) r-Ic-I
cN-I
J
t
LL
T N
C
C
Y
T �
"a N
�o
�m
T O
tC N O
009
V
4-J
L\
J,
Ln
�l
••
` V
E
Q
Construction Contract Change Order
Project-
Change Order No. 1
FYV Wildlife Fence Rehabilitation
Data Prepared: Juno 08.2023
Fayetteville - Drake Field
Garver Joo No. 22A13211
Prepared by: K,& Senneu, Gar,ar
Owner:
Contractor,
Drake Field Airport
Mdesione Construction Company, LLC
46M S. School Ave.
2002 S. 48th Street Suite A
Fa el,evdle, AR 72701
pNngdale. AR 72762
Doscrlptlon of Work Included In Contract
The project includes, but Is not limited to, demolition of approximately 3,350 linear feet of existing barbed wire fence, construc0on of approximately 3,500 linear feet of new
wildlife exclusion fence, and various repairs to approximately 3,350 linear feet of existing chain linkfence to be retained, and associated fence line clearing.
Changes and Reasons Ordered (List Individual Changes
as: A, B, C. D, etc.)
This no cost change order includes revisions to Bid Item No. 5 to maintain consistencywith Spaefcation Sectlon P-151 of the project manual. Revisions to the Bid
A. Item Include updating the bid item description from "Clearing and Grubbing of Approximately 1.3 Acres" to "Clearing and Grubbing", changing the unitof measure from
"Lump Sum" to "Acre", and revising the unit price and contract quantity as shown below.
Bid
Bid
Unit
Original
Contract
Revised
Revised
Original
Revised
Contract
item
Item
of
Contract
Unit
Estimated:
Unit
Estimated
Estimated
Changes
No.
Description
Measure
Quantity
Price
Quantity
Price
Cost
Cost
A.
5
Clearing and Grubbing
Acre
1
$68,569.80
1.3
1 $52,746.00
$68,569.80
$68,569.80
Summation of Cost
$68.569.80
S68.569.80
Not Cost for this Change Order
$0.00
Estimated Project Cost
Time Change
Estimated Prolecl Cast
Original Contract Start Date TBD
or ginal Contract Time (calendar days) 60
Original ContractAmcun;
$475,956.00
This Change Order
$0.00
Addit-onal Calendar Days granted by this Change Order 0
New Contract Amount
$475,956.00
New Contract Time (calendar days) 60
Suspended Time 0
New Construction Comp!olfon Date TBD
THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT
PROVISIONS AND PREVIOUS CHANGE ORDERS
ISSUED FOR REASONS
INDICATED ABOVE
Engineer: Garver
Project Manager 6-08-2023
E of I nature
Title Date
ACCEPTED BY
CONTRACTOR
Conlracto i nature
Title Date
APPROVED BY
OWNER �J
�.�iSlonature
l c�� VI 1 Qq�V�
Title JData
U
Wildlife Fence Rehabilitation Project Grant Closeout
City of Fayetteville Staff Review Form
2024-0139
Item ID N/A ARCHIVED
City Council Meeting Date-Agenda Item Only
N/A for Non-Agenda Item
Jared Rabren 2/28/2024 AIRPORT SERVICES (760)
Submitted By Submitted Date Division/Department
Action Recommendation:
Staff requests approval for the Aviation Division to execute Federal Aviation Administration (FAA)grant closeout
paperwork for the Wildlife Fence Rehabilitation Project at Drake Field.
Budget Impact:
Account Number Fund
Project Number Project Title
Budgeted Item? No Total Amended Budget
Expenses(Actual+Encum)
Available Budget $ -
Does item have a direct cost? No Item Cost
Is a Budget Adjustment attached? No Budget Adjustment
Remaining Budget
V20221130
Purchase Order Number: Previous Ordinance or Resolution# 189-23
Change Order Number: Approval Date: 03/13/2024
Original Contract Number:
Comments:
isCITY OF
FAYETTEVILLE STAFF MEMO
gilp ARKANSAS
TO: Lioneld Jordan. Mayor
THRU: Susan Norton, Chief of Staff
Staff/Contract Review Committee
FROM: Jared Rabren, Airport Director
DATE: February 28, 2024
SUBJECT: FYV Wildlife Fence Rehabilitation—FAA Grant Closeout Documents
RECOMMENDATION:
Staff requests approval for the Aviation Division to execute Federal Aviation Administration (FAA) grant
closeout paperwork for the Wildlife Fence Rehabilitation Project.
BACKGROUND:
The airport's most recent FAA Part 139 inspection identified deficiencies with the existing wildlife fencing
located south and east of the runway. Approximately 3,500 linear feet of existing barbed wire fence
construction is non-compliant and must be replaced to meet FAA standards. Fence line clearing and
localized repairs are necessary for an additional 3,400 linear feet of existing chain link fence to remain in
place. Rehabilitation of wildlife fencing will increase airport safety by reducing the potential for wildlife
hazards.
The Airport entered into an agreement with Garver, LLC to provide design and bidding services for the
project(Task Order 05). Construction bids were received on May 23, 2023, and the City Council approved
award of the construction contract pending receipt of an FAA grant offer. An FAA grant offer was received
on August 2, 2023, and fully executed on September 51h, 2023. Construction was substantially complete on
December 4, 2023.
DISCUSSION:
The Al P grant will cover 90%of the project costs,with the remaining 10%to be funded through an Arkansas
Department of Aeronautics(ADA)grant at the completion of the project.The only cost attributed to the City
for this project is$17,359.00 which represents the cost for non-FAA eligible Contractor insurance.
Below is a summary of the final project costs and funding breakdown for the project.
Administration and Other Costs $728.48
Design and Construction Phase Services: $54,000.00 FAA: $475,308.00
Environmental Coordination2: $15,000.00 ADA: $50,812.001
Construction: $455,749.76 City: $17,358.24
TOTAL: $525,478.24 TOTAL: $525,478.24
1. ADA Grant Application will be submitted following completion of FAA grant closeout.
BUDGET/STAFF IMPACT:
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
By executing the closeout documents,the Aviation Division will be able to draw down the remaining balance
of the FAA grant($29,170.00)and apply for an Arkansas Department of Aeronautics grant for the remaining
10% of eligible project costs ($50,812.00).
Attachments:
Staff Review Form
Staff Memo
FAA Grant Closeout Package
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
2
,`'---4 i
-mot. }._ -
1 ' 1
1' ;• , I
' ; r \
_ \
•
. \ •if .'•4 ,-;•' • 1 • • • r—
Final Project Report
Fayetteville — Drake Field (FYV)
Wildlife Fence Rehabilitation
AIP No. 3-05-0020-054-2023
iiiiik
\ ,
A,4111
gyp
r
Oil ' ...—._ __ sL1.1r .-..:
1111
,� r .�v k+
- \ 0111V11111 s
1_ \ r
_ ::
y+r..
•
•mot • y<=--r' - .,_ y-,4! �, 7. _ .:.
_,..4y. .�j•4. .0 '"': vim• , --' �v. s'• -•' 4ac t 1 .
r Istc.... 1,
-:'''.,.Aii :,,,X• •ytiti „, .„., - .:',, - • , .•=4...1. • . 11,`";''''",-,000-4: .177,6MOT.t.- ‘4•':'-.^... .,.\:',:< . , * - - .i.. ' s'
Prepared For:
City of Fayetteville and
Fayetteville - Drake Field Airport (FYV)
GARVER
February 2024
GarverUSA.com
4300 South J.B.Hunt Drive
Suite 240
Rogers,AR 72758
TEL 479.257.9188
GARVER www.GarverUSA.com
February 27, 2024
Federal Aviation Administration
Attn: Ms. Lauren Kennedy
10101 Hillwood Parkway
Fort Worth, TX 76177
Re: Fayetteville—Drake Field
Wildlife Fence Rehabilitation
AIP No. 3-05-0020-054-2023
Final Construction Report
Dear Ms. Kennedy:
Having completed construction for the above referenced project, this final construction report shall consist
of the following:
1. Narrative of Work Accomplished
2. Summary of Key Milestones
3. Overview of Contract Time
4. Change Order Summary
5. Explanation of Overruns and Exclusions/Underruns
6. Summary of DBE Utilization and Labor Provisions
7. Construction Material Testing and Acceptance
8. Final Inspection Report/Record of Completion
9. Project Photographs
In addition,please find attached the Final Invoice Summary, Final Project Budget(including change orders),
Final Federal Financial Reports, Sponsor Certifications, Final Inspection Report and Punch List, and
Weekly Construction Progress and Inspection Reports.
Narrative of Work Accomplished
Deficiencies with the existing wildlife fencing at Fayetteville— Drake Field were identified during the FAA's
2022 Part 139 inspection. Existing barbed wire fencing south of Runway 34 was not compliant with current
FAA standards and its poor condition provided little barrier to local wildlife. Existing chain link fencing to
the north was overgrown and in need of localized repair to restore its condition. Work completed under this
grant included replacing approximately 3,500 linear feet of existing barbed wire wildlife fence with 10-foot-
tall wildlife exclusion fence, performing localized repairs to approximately 3,400 linear feet of existing chain
link fence, and associated fence line clearing.
Construction of these improvements began in the Fall of 2023 and ended in December 2023. Disruptions
to airport operations was minimal as all work was completed outside of the runway safety area.
Ms. Kennedy
Page 2 of 10
Summary of Milestones
• May 23, 2023—Bids Received
• August 2, 2023—Grant Agreement(AIP 54) Received
• June 8, 2023—Notice of Award
• August 29, 2023—Preconstruction Conference
• September 5, 2023—Construction Contract Date
• September 26, 2023—Notice to Proceed
• October 3, 2023—Start of Construction
• December 4, 2023—Letter of Construction Substantial Completion and Punch List Issued
• February 6, 2024—Final Inspection and Acceptance
Overview of Contract Time
As referenced above, the 60-calendar day contract time started on October 3, 2023 and was substantially
complete on December 4, 2023, for a total of 60 calendar days.
A Letter of Substantial Completion and punch list were issued on December 4'h, 2023. All punch list items
were completed within 14 days of the date of substantial completion except for fence ground rods.
Installation of ground rods was delayed due to delay in material procurement. In consultation with the
airport, contract time was not restarted due to negligible impact on airport operations. Ground rod
installation was completed and final acceptance granted on February 6, 2024.
Change Order Summary
Below is a summary of all change orders associated with this project. Copies of all change orders are
attached to this report.
Change Order 01 —Net change of$0.00
• Revised bid item from "Clearing and grubbing of Approximately 1.3 acres"to"Clearing and
Grubbing"along with adjusting the unit of measure from "Lump Sum"to"Acre"to align with
Specification P-151 of the project manual.
Change Order 02—Net change of($20,206.24)
• Reconciliation of estimated quantities to as-built quantities.
Explanation of Overruns and Exclusions/Underruns
The project was completed within the project budget approved within the grant. The list below represents
notable exclusions from the project and larger quantity underruns or overruns.
• Bid Item#1 Ditch Structure Type A
Bid Item#1 was included to install a ditch structure where the fence alignment crossed a low point
in the terrain. This area was reassessed during construction once clearing was complete. It was
determined that the fence could be constructed with minimal gap under the fence bottom, negating
the need for a ditch structure. Bid Item #1 was not constructed and was removed from the project
by Change Order 02.
Ms. Kennedy
Page 3 of 10
• Bid Item#9 Fence Post for Chain Link Fence Repair, Installed
Bid Item #9 was included to replace damaged fence posts supporting the existing chain-link fence.
The number of fence posts requiring replacement was estimated during design: however.additional
damaged posts were found once fence line clearing was complete and existing fence conditions
further evaluated.
• Bid Item#10 2" x 9 qa Galvanized Fence Fabric for Chain Link Fence Repair, Installed
Bid Item #10 was included to remove and replace damaged fence fabric along the existing chain
link fence. The as-bid quantity was determined during a site visit. During construction. it was
determined that less mesh was required for fence repairs. This determination led to the underrun
of the as-bid fence mesh quantity.
• Bid Item#11 4 Point Barbed Wire for Chain Link Fence Repair, Installed
Bid Item #11 was included to replace segments of barbed wire along the existing chain link fence
that were unable to be salvaged. Similar to Bid Item #10, the quantity of barbed wire that needed
to be replaced was found to be greater than estimated once fence line clearing was complete.
Summary of DBE Utilization and Labor Provisions
A specified DBE goal of 10.80%was set for this project. Milestone Construction Company. LLC was unable
to meet this goal due to unavailability of registered DBE contractors. Adequate documentation
demonstrating good faith efforts to attain DBE participation was submitted with the bid documents.
In accordance with the contract document's specified labor provisions. the contractor submitted adequate
weekly certified payrolls for their employees and subcontractors.
Buy American Provisions
As part of the bidding process.. the Contractor certified that 100% of the steel and manufactured products
used in this project were manufactured in the United States. As part of the submittal process. Garver
rejected any submittals that appeared to not comply with this statement.
Construction Material Testing and Acceptance
Construction materials testing for the project was limited to Contractor Quality Control testing of concrete
placed for fence post construction. Four concrete samples were tested in accordance with the requirements
of specification sections F-162 and F-164. Required concrete strength for the project was 3.000 psi at 28-
days. Three samples exceeded the 28-day strength requirement. One sample was slightly below 3.000 psi
at 28-days. An extra cylinder was sampled at the time of concrete placement and was tested at 56-days.
This cylinder met the strength requirement of 3.000 psi.
No price adjustments due to unsatisfactory materials were required and no materials were accepted outside
of the tolerance limits within the specifications.
Final Inspection Report/ Record of Completion
In addition to the Sponsor Certification of Construction Project Final Acceptance. the Final Inspection
Report and project punch list are attached to this document.
Ms. Kennedy
Page 4 of 10
Pre-Construction Photographs
Y !
'• • •e. .4•40„.4.V. • ''t• Ili '4.•4 t ..,,,t1. 'T!:.7'fri,4.1*.. .... ,. .,„:.i .., J. . ,
•
“ 7
X
•. rfie. .
•
i�
l,, �, t.1;. + fF ^ tik� 11.7i'4 Te R��f 'A:4
` �.�iyY � 1/'. x � � .^.< • � 4 ,..'nix. .. -
r., ' ,
-- • x 4 ,`r,0-y, ..... ...
+ rV' 0
Y �.
,
•
•
•` .\ 5 E '. F fi.
14 a.t Y.r43, + * r. '
•
y
>ry
ram. ...•
y.
•
�tiKws ,
0' k R r-+If* ll
Y. �.F '� S3 'Y.i 1. a
Ms. Kennedy
Page 5 of 10
y'N ^� �Y \ t.
T
)) g Y �Z �'t ' •t rtu .
• t%. t r-
-.
,..- _. —. t ` jiz. .z�v �i 1 V;: , . t' P to .�Y 1 ,,.
y Hl�!
•
4ilihs. '. Sr .."'i
.A 0 t
J `I i
;r
Ms. Kennedy
Page 6 of 10
‘Algtiosirr.., 1.:::??3;,;,.
-, y
ctk y.
R
It1
4.j+�1T E (¢t4'�� rS ••• 1,��iy�q r' . •
(•` ` **no'"?i .
ye' <-1 t ',,..C,.,4 �- ';Y� `.. -� I_
NI
•L` �` .A; \ set- + \;'''' _.,
1 \C t `
Sri.
N.
.rieof ` �' .x; w to .
•
>N .0)40'.'
_ tip\ (!/ l.�r
' ys
' lit '...-. te
s` • ., . / u •
•
.., • t n�.. .
- ,ate. -
Ms. Kennedy
Page 7 of 10
Post-Construction Photographs
ti
Tom- ' \• pp:,:i { ,_tom '(l 7J, ( •
-,:- -. - -,.', -,- •i
77 t '�k ii y tip, yt".
�,• ti _...
` r• *+ � k
_, 11
••"7- . • 3 H ys. r.
[�.a. .4..... sue„ • - - _, + ,
f .---.-.:7.,
s "• wi + ,''
:t
� . " _
` A � Y• ` a\r n
"�" t ' l -.' , :-. -r --- �� ' . [ . ..,s i9+ . .� r ;�}. 1. ,* 'Wig. +a•Y`i `"
3"
Pkk-
1100
f
r ,
` :vt
i
f 1
F 1,
r! - :k''
Jr
Ms. Kennedy
Page 8 of 10
:
— r
1
•
•
•
"1*ff if It ,•„„,, ., 7„
•
3•. Y�� 9M�cq 4t.G.
-
ti Cc,
^yyAL
✓
Ms. Kennedy
Page 9 of 10
t$*
r 4i •'"".•
Y
•
..yam 'e` - .
•
' 7 td:
'1 i •itv"Atits 1 •
f;,• �f
N ' M f y
--=--
irS tR zs�
Ms. Kennedy
Page 10 of 10
We appreciate the opportunity to work with the FAA, Drake Field, and the City of Fayetteville on this project.
If you have any questions, comments, or require any supplemental material for your review, please feel
free to call me.
Please call me if you have any questions.
Sincerely,
GARVER, LLC
(//44.0 ./,0
le Bennett, P.E.
Project Manager
Attachments: Final Invoice Summary
Final Project Budget,including Change Orders
SF 425 Federal Financial Reports
SF 271 Outlay Report and Request for Reimbursement for Construction Programs
Sponsor Certification of Construction Project Final Acceptance
Final Inspection Report and Punch List
Construction Materials Testing Reports
Construction Progress and Inspection Reports
2
G E_
o
Q g r f Q z o f f
F.,
o -
f OJ " L
Lk' c > < Y ' a m
p W o O V
n u a < <
E 0 8 3 8 0 8 a m 3 n .0 8 8 $� S 8 8 £' 8 8 0 8 8 E 8
x n s 8 7 e e ,v g ! O 3 m ac _ _ d
a J a
a
N n to N in H H H H Ni,- n ,n ,n ,n ,n to ,n ,n .n ,n ,n H H N N H N N
W o 8 a 8 0 0 8 8 8 '°
2E $ 3snM 8 o _ nzm _ .. m - a r vEo
3 ^ Ol - 0 - 0 2 n a L
0
m g y N N a n N Q C c A 3 L
s 0 o 0 a E o 3
>. N ,n .n ,n ,n N VI ,n .n .n ,n ,n ,n v. .n .n ,n ,n VI n ,n v. ,n ,n ,n ..E -2, -2N
c E ; cO 0 8 8 8 8 0 3 0 - 8 8 a - - 8 v o c° 1
SoN T • • - 8 :-C, ,9g a m N yo
- 8 E• n o .. o _ 0 -• n n m .. rO1n �, n J M N ,� a, m o
cn
a a 8 a < C it O O O
F ''O ar r = N .� u
< N N Vl—^ J C - O
J C'O V
mc. 8 < E o 0
j m 6 ,n y a o a+
a
z ''' a
8 = t a E m n a r
F, y u
O - 2 L O .65
✓V in v. n n .n Ci r o .n in C r io E
o o �.'8- 8.8 0r_$ 0 8 8 n a
E _ « a o o n ,u N c
f Z E c od _ O ,n .. O , O .. n n m .. . a e - < <
a0 _ o _ - n O O O n 7 a ^ . C N C
< T in n n 7 W
a a' ....< �.
Q W a `a O m
E n 2v nnCCn -, ,. nnnnn , n . nn , , n
_
coLL V
LA
�0 5 n 4, 0
v _ E Y _ _ T Z = a
> - . — t 2 0
0 0 o c 0 <
0 0 o 0 o
C o
o 0 0 o io - o s
E o o _ o o Z m
0 0 0 - o rn
z .. rn ,c v; - , ne ; J c
N ¢ _ T Y a c O
P an ¢
n w
N N N V1 an r r
ea
c 4 a n a a a a ''
a
E E
op _ 3 < < < < x x < x x j
a x 3
C 7.i. c ti y
m m m -
1 t7 0 0 0 0 0
- - 4 E E E E _ _ E _. _ = c
"' E 2 O O O E
m Tom_n - m z a
a
'8O O C C 0
r r r r r
J - J
n a a n
c c
Ei
` r 8
EtEtt
F.
aa
W W o o c c c
j.
v Z ; < <
z V V 2 W m LT ? v u 2 .. i, K t « «
w U' kl LL °
n Z Z Z r °
W Fc 0 O W
W r
7 Z w 0
4 S .c S _ S
r 3a.
o 0 W cc
7 z c
r _ r Z
a 4 c ✓ w <
c o i p ZO
3 0 ,. a ,. o u c
F
< cc a V<1 KE. Ea c
▪ i I N u W r
• E '
cc x
r z
o < 0 0
FAYETTEVILLE-DRAKE FIELD
WILDLIFE FENCE REHABILITATION
FINAL PROJECT BUDGET
ITEM SPEC. FINAL UNIT EXTENDED
NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT
1 SS-241-5.1 a Ditch Structure Type A LF 0 $436.80 $0.00
2 SS-241-5.1b Water Gate Structure Replacement LS 1 $10,661.63 $10.661.63
3 C-102-5.1 Temporary Erosion Control LS 1 $10,530.00 $10.530.00
4 C-105-6.1 Mobilization(Maximum 5%of Total Bid) LS 1 514,600.00 $14.600.00
5 P-151-4.1 Clearing and Grubbing AC 1.3 $52,746.00 $68.569.80
6 F 164 5 1 10-ft Woven Wire Wildlife Exclusion Fence with LF 3500 $53.84 $188.440.00
Barbed Wire
7 F-164-5.2 20-ft Manual Double Swing Vehicle Gate EA 1 $1.687.50 $1,687.50
8 F-164-5.3 Wildlife Fence Removal(Barbed Wire on Wooden LF 3350 $6.75 $22.612.50
Posts)
9 F-162-5.1 Fence Post for Chain Link Fence Repair.Installed EA 36 $168.75 $6,075.00
10 F 162 5 2 2"x 9 ga Galvanized Fence Fabric for Chain Link LF 2,227 $19.83 $44,161.41
Fence Repair.Installed
11 F-162-5.3 4 Point 12.5 ga Barbed Wire for Chain Link Fence LF 2,110 $8.51 $17,956.10
Repair.Installed
12 F-162-5.4 Miscellaneous Chain Link Fence Repairs LS 1 $3.037.50 $3,037.50
13 L 119 5 1 Solar Powered L-810(L)Airport Light,Installed on EA 8 $6.257.55 $50.060.40
Fence
14 010200-1 Bonds and Insurance LS 1 $17,357.92 $17.357.92
TOTAL CONSTRUCTION COST $455,749.76
ADMINISTRATION EXPENSES $728.48
ARCHITECTURAL ENGINEERING BASIC FEES
Design Services $21,500.00
Bidding Services $7.500.00
TOTAL ARCHITECTURAL ENGINEERING BASIC FEES 529,000.00
OTHER ARCHITECTURAL AND ENGINEERING FEES(ENVIRONMENTAL SERVICES) 515,000.00
PROJECT INSPECTION FEES
Construction Phase Services $21,000.00
Closeout Services $4.000.00
TOTAL PROJECT INSPECTION FEES 525,000.00
TOTAL PROJECT COST $525,478.24
NON-AIP ELIGIBLE ITEMS
14 010200-1 Bonds and Insurance LS 1 $17,357.92 $17.357.92
TOTAL NON-AIP ELIGIBLE ITEMS 517,357.92
TOTAL PROJECT COST(AIP-ELIGIBLE) 5508,120.32
PROJECT FUNDING
Federal Aviation Administration AIP(90%) $457.308.00
Arkansas Division of Aeronautics(10%) $50.812.00
City of Fayetteville(Remainder) $17.358.24
TOTAL FUNDING 5525,478.24
GARVER
Construction Contract Change Order
•
Project! Change Order No. 1
FYV Wildlife Fence Rehabilitation
Fayetteville-Drake Field Date Prepared: June 08.2023
(Server Job No.22A13211 Prepared by: Kyle Bennett,Garver •
Owner: Contractor:
Drake Field Airport Milestone Construction Company,LLC
4500 S.School Ave. 2002 S.481h Street Suite A ,
- ..Rovilto,AR 72701 _ Springdale.AR 72762
Description of Work Included In Contract T
The project includes,but s not limited to,demolition of approximately 3,350 linear feet of existing barbed wire fence,construction of approximate y 3,500 linear feet of new
taYdgfe exclusion fence,and venous repairs to approximately 3,350 linear feet of existing chain link fence to be retained,and associated fence line clearing.
Changes and Reasons Ordered(List Individual Changes as:A.B,C.D,etc.)
This no oast change order includes revisions to Bid Item No.5 to maintain consistency with Specif cation Section P-151 of the project menus.Revisions to the Bid
A. Item include updating the bid item description from'Clearing and Grubbing of Approximately 1.3 Acres'to'Clearing end Grubbing",charging the unit of measure from
'Lump Sum'to'Ace',and revising the unit price and contract quantity as shown beiow.
Bid Bid Unit Original Contract Revised Revised Original Revised
Contract Item item of Contract Unit Estimated Unit Estimated Estimated
Changes No. Description Measure Quantity Price Cuanlity Price Cost Cost
A. 5 Clearing end Grubbing Acre 1 $68,569.80 1.3 $52,746.00 568,569.80 $68,569.80
Summation of Cost 568-56SJ0 S68,569.80 '
Net Coat for this Change Order $0.00
Estimated Project Cost Time Change
Estimated Prolecl Cost Original Contract Start Dale `BD •
Orig'nel Contract Amount S475,956.00 Orglnal Contract Time(calendar days) 60
This Change Order $0.00 Additional Calendar Days granted by this Change Order 0
New Contract Amount $475,958.00 New Contract Time(calendar days) 60
Suspended Time 0
Now Construction Completion Date TBD •
THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS
ISSUED FOR REASONS
INDICATED ABOVE
Engineer: Garver .L, 4 I, Project Manager 6-08-2023
' E A'eft ignalura Title Date
ACCEPTED BY
CONTRACTOR
contrado . - 4 Title Date
APPROVED BY • /�1/ �/ /�}/�7�� w^� /�
OWNER ! 1 ,/ / ----�.-- MO V Of V ''D✓/i-v23 .
.., or.-Sianatura// Tire 'v Cate
(.:///
Construction Contract Change Order
Project: Change Order No. 2
FYV Wildlife Fence Rehabilitation
Fayetteville-Drake Field Date Prepared: February 1,2024
Garver Job No.22A13211 Prepared by: Kyle A.Bennett.P.E.
Owner: Contractor:
Drake Field Airport Milestone Construction Company,LLC
4500 S.School Ave. 2002 S.48th Street Suite A
Fayetteville,AR 72701 Springdale.AR 72762
Description of Work Included in Contract
The project includes.but is not limited to,demolition of approximately 3,350 linear feet of existing barbed wire fence,construction of approximately 3.500 linear feet of new wildlife
exclusion fence,and various repairs to approximately 3.350 linear feet of existing chain link fence to be retained,and associated fence line clearing.
Changes and Reasons Ordered(List Individual Changes as:A,B,C,D,etc.)
A. Reconciliation of estimated quantities to as-built quantities.
Attachments:None.
Bid Bid Unit Current Contract Revised Revised Original Revised
Contract Item Item of Contract Unit Contract Unit Contract Contract
Changes No. Description Measure Quantity Price Quantity Price Cost Cost
A. 1 Ditch Structure Type A LF 50 $436.80 0 $436.80 621,840.00 $0.00
A.• 9 Fence Post for Chain Link Fence EA 25 $168.75 36 5168.75 $4.218.75 $6.075.00
Repair.Installed
2"x 9 ga Galvanized Fence Fabric
A. 10 for Chain Link Fence Repair, LF 2500 $19.83 2227 $19.83 $49,575.00 $44.161.41
Instaled
A. 11 4 Point 12.5 ga Barbed Wire for LF 1500 $8.51 2110 $8.51 512,765.00 $17,956.10
Chain Link Fence Repair.Instaled
Summation of Cost $88,398.75 $68,192.51
Net Cost for this Change Order ($20,206.24)
Estimated Project Cost Time Change
Estimated Project Cost Contract Start Date October 3,2023
Original Contract Amount $475,956.00 Original Contract Time(calendar days) 60
Previously Approved Changes $0.00 Previously Approved Changes(calendar days) 0
1 This Change Order ($20,206.24) Additional Contract Time This Change Order(calendar days) 0
New Contract Amount $455,749.76 Suspended Time(calendar days) 0
New Construction Completion Date December 4.2023
1 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS
ISSUED FOR REASONS 17 //
INDICATED ABOVE Project Manager 2/07/2024
Engineer: Garver
En in er's Signature Title Date
ACCEPTED BY 1
CONTRACTOR
Project Manager 02/07/2024
Contract Signature r Title Date
APPROVED BY •
OWNER
104/ „...4,,...--• Mayor 03/13/2024
wner's Signature Title Date
Federal Financial Report Approved Modified SF-425
(Follow form Instructions)
1.Federal Agency and Organizational Element to 2. Federal Grant or Other Identifying Number Assigned by Federal Agency
Which Report is Submitted (To report multiple grants,use FFR Attachment)
FAA/ACE-610 3-05-0020-054-2023
3. Recipient Organization (Name and complete address including Zip code)
Name: Fayetteville,Drake Field Streetl: 4500 S School Avenue,Suite F City/State Fayetteville,AR
Street2: County: Washington
Zip Code172701-8016 Province: N/A Country: US:United States
5. Recipient Account Number or Identifying Number
4a.UEI Number 4b. EIN
(To report multiple grants,use FFR Attachment)
JNDMR71AKHT3 71-6018462
6.Report Type 7.Accounting Basis 8.PERIOD OF THIS REQUEST 12023 9.Reporting Period End Date
Final Cash From: 9/5/2023 To: 2/8/2024 2/21/24
10.Transactions(Use lines a-c for single or multiple grant reporting) Cumulative
Federal Cash(To report multiple grants,also use FFR attachment): (Round Down to Nearest Dollar)
a.Cash Receipts $ 457,308.00
b.Cash Disbursements(Calculated from the Invoice Summary based on Grant Period) $ 457,308.00
c.Cash on Hand(line a minus b) $ -
Federal Expenditures and Unobligated Balance:(Use lines d-o for single grant reporting)
d.Total Federal funds authorized(Calculated from the Invoice Summary based on Grant Period) $ 475,738.00
e.Federal share of expenditures(Calculated from the Invoice Summary based on Grant Period) $ 457,308.00
f.Federal share of unliquidated obligations $ -
g.Total Federal share $ 457,308.00
h.Unobligated balance of Federal Funds(line g minus d) $ (18,430.00)
Recipient Share:
1 i.Total recipient share $ 50,813.00
j.Recipient share of expenditures $ 50,813.00
k. Remaining recipient share to be provided(line i minus j) $ -
Program Income:
I.Total Federal program income earned $ -
m.Program Income expended in accordance with the deduction alternative $ -
n. Program Income expended in accordance with the addition alternative $ -
o. Unexpended program income(line I minus line m or line n) $ -
j 11. Indirect Expense
a.Type b. Rate c. From - To d.Base e.Amount Charged f.Federal Share
$ $ $ -
g.Totals $ -
12. Remarks:Attach any explanations deemed necessary or information required by Federal sponsoring agency in
compliance with governing legislation: N/A
13.Certification:By signing this report,I certify that it is true,complete,and accurate to the best of my knowledge. I am aware that any
false,fictitious,or fraudulent information may subject me to criminal,civil or administrative penalties.(U.S.Code,Title 18,section 1001)
Name The Honorable Lioneld Jordan Title: Mayor
Phone 479-57 18330 Email Address: mayor(afavetteville-ar.gov
Date Submitted:r 03/13/2024
Signature: _ 14.Agency use only
Public reporti urden for this collecti f information is estimated to average 60 minutes per response,including time for reviewing instructions,searching existing data
sources,gathering and maintaining t d to needed,and completing and reviewing the collection of information.Send comments regarding the burden estimate or any
other aspect of this collection of inf r tion,including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-
0004),Washington,DC 20503.
PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET.SEND IT TO THE ADDRESSPROVIDED BY THE SPONSORING AGENCY.
OUTLAY REPORT AND REQUEST FOR Approved Modified SF-271
REIMBURSEMENT FOR CONSTRUCTION PROGRAMS
1.Type of Request Final I 2.Basis of Request Cash
3.Federal Agency and Organizational Element to 4.Federal Grant or Other Identifying Number Assigned by Federal Agency
Which Report is Submitted (To report multiple grants,use FFR Attachment)
FAA/ACE-610 3-05-0020-054-2023
5.PARTIAL PAYMENT REQUEST I 6.EIN 7.FINANCIAL AIN 8.PERIOD OF THIS REQUEST 2023
FINAL j 71-6018462 i From:I 9/5/20231 To:f 2/21/2024
9.Recipient Organization(Name and complete address including Zip code) __
Name: Fayetteville,Drake Field I Street1:;4500 S School Avenue,Suite F City/State Fayetteville,AR
Street2: County: Washington
Zip Code 72701-8016 Province:IN/A Country:[US:United States
10.PAYEE(Where check is to be sent if different than item 9)
Name: Streetl: City/State
Street2: County:
Zip Code Province:IN/A Country: US:United States
11. STATUS OF FUNDS(Calculated Based On Time Period In Box 8)
Classification PROGRAMS[a] FUNCTIONS[b] ACTIVITIES[c] TOTAL
(Cumulative Costs) Previous Payments Current Payments Later Payments
ADMINISTRATIVE EXPENSE $ 728.48 $ - $ - $ 728.48
PRELIMINARY EXPENSES $ - $ - $ - $ -
LAND,STRUCTURES,RIGHT-OF-WAY $ - $ - $ - $ -
ARCHITECTURAL ENGINEERING BASIC FEE $ 29,000.00 $ - $ - $ 29,000.00
OTHER ARCHITECTURAL ENGINEERING FE $ 15,000.00 $ - $ - $ 15,000.00
PROJECT INSPECTION FEES $ 19,870.45 $ 5,129.55 $ - $ 25,000.00
LAND DEVELOPMENT $ - $ - $ - $ -
RELOCATION EXPENSES $ - $ - $ - $ -
RELOCATION PAYMENTS TO IND.&BUSIP $ - $ - $ - $ -
DEMOLITION AND REMOVAL $ - $ - $ - $ -
CONSTRUCTION AND PROJECT IMPROVEI $ 411,111.33 $ 27,280.51 $ - $ 438,391.84
EQUIPMENT $ - $ - $ - $ -
MISCELLANEOUS $ - $ - $ - $ -
n.Total to date(sum a thru m) $ 475,710.26 $ 32,410.06 $ - $ 508,120.32
o.Deductions for program income $ $ - $ -
p.Net to date(linen minus line o) $ 475,710.26 $ 32,410.06 $ - $ 508,120.32
q.Federal share to date $ 428,139.00 $ 29,169.00 $ - $ 457,308.00
r.Rehab.grants(100%reimb.) $ - $ - $ - $ -
s.Total Federal share(sum q and r) $ 428,139.00 $ 29,169.00 $ - $ 457,308.00
t.Federal payments prey.requested $ 428,139.00
u.Amount requested for reimb. $ 29,169.00
v.project's physical completion% 93.62% 6.38% 100.00%
12.Certification:By signing this report,I certify that it is true,complete,and accurate to the best of my knowledge.I am aware that any
false,fictitious,or fraudulent information may subject me to criminal,civil or administrative penalties.(U.S.Code,Title 18,section 1001)
a.RECIPIENT
Name: The onorable Lion Jordan Title: Mayor
Phone 479 75-8330 Email Address: mavor@favetteville-ar.gov
Signature:
rej 004�� /.....,4........,_ Date Signed: 03/13/2024
b.REPRESENTATIVE CERTIFY TO LINE 11V
Name Kyle Bennett, Title: Project Manager
Phone 479-527-910 Email Address: KABennett@GarverUSA.com
1' I/
Signature: Date Signed:! 2/27/2024
Public reporting b rr n for this collection of information is estimated to average 60 minutes per response,including time for reviewing instructions,searching existing data
sources,gathering maintaining the data needed,and completing and reviewing the collection of information.Send comments regarding the burden estimate or any
other aspect of th ollection of information,including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-
0004(,Washington,DC 20503.
PLEASE 00 NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET.SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY.
xU.S. Department of Transportation OMB CONTROL NUMBER:2120-0569
�/ Federal Aviation Administration EXPIRATION DATE:6/30/2023
Construction Project Final Acceptance
Airport Improvement Program Sponsor Certification
Sponsor: City of Fayetteville, Arkansas
Airport: Fayetteville- Drake Field (FYV)
Project Number: 3-05-0020-053-2023
Description of Work: FYV Wildlife Fence Rehabilitation
Application
49 USC§47105(d), authorizes the Secretary to require me certification from the sponsor that it will
comply with the statutory and administrative requirements in carrying out a project under the Airport
Improvement Program. General standards for final acceptance and close out of federally funded
construction projects are in 2 CFR§200.343—Closeout and supplemented by FAA Order 5100.38. The
sponsor must determine that project costs are accurate and proper in accordance with specific
requirements of the grant agreement and contract documents.
Certification Statements
Except for certification statements below marked not applicable (N/A),this list includes major
requirements of the construction project. Selecting"Yes" represents sponsor acknowledgment and
confirmation of the certification statement. The term"will" means Sponsor action taken at appropriate
time based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with
all applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
1. The personnel engaged in project administration, engineering supervision, project inspection, and
acceptance testing were or will be determined to be qualified and competent to perform the work
(Grant Assurance).
N Yes ❑ No ❑N/A
2. Construction records, including daily logs, were or will be kept by the resident
engineer/construction inspector that fully document contractor's performance in complying with:
a. Technical standards(Advisory Circular(AC) 150/5370-12);
b. Contract requirements (2 CFR part 200 and FAA Order 5100.38); and
c. Construction safety and phasing plan measures (AC 150/5370-2).
Q Yes ❑ No ❑N/A
3. All acceptance tests specified in the project specifications were or will be performed and
documented. (AC 150/5370-12).
Q Yes ❑ No ❑N/A
FAA Form 5100-129(8/20)SUPERSEDES PREVIOUS EDITION page 1 of 3
4. Sponsor has taken or will take appropriate corrective action for any test result outside of
allowable tolerances (AC 150/5370-12).
El No ❑ N/A
5. Pay reduction factors required by the specifications were applied or will be applied in computing
final payments with a summary made available to the FAA(AC 150/5370-10).
❑Yes ❑ No ❑X N/A
6. Sponsor has notified, or will promptly notify the Federal Aviation Administration (FAA)of the
following occurrences:
a. Violations of any federal requirements set forth or included by reference in the contract
documents(2 CFR part 200);
b. Disputes or complaints concerning federal labor standards (29 CFR part 5); and
c. Violations of or complaints addressing conformance with Equal Employment Opportunity or
Disadvantaged Business Enterprise requirements(41 CFR Chapter 60 and 49 CFR part 26).
El No El N/A
7. Weekly payroll records and statements of compliance were or will be submitted by the prime
contractor and reviewed by the sponsor for conformance with federal labor and civil rights
requirements as required by FAA and U.S. Department of Labor(29 CFR Part 5).
X❑Yes ❑ No ❑ N/A
8. Payments to the contractor were or will be made in conformance with federal requirements and
contract provisions using sponsor internal controls that include:
a. Retaining source documentation of payments and verifying contractor billing statements
against actual performance (2 CFR§200.302 and FAA Order 5100.38);
b. Prompt payment of subcontractors for satisfactory performance of work(49 CFR§26.29);
c. Release of applicable retainage upon satisfactory performance of work (49 CFR§ 26.29);
and
d. Verification that payments to DBEs represent work the DBE performed by carrying out a
commercially useful function (49 CFR§26.55).
❑X Yes ❑ No ❑ N/A
9. A final project inspection was or will be conducted with representatives of the sponsor and the
contractor present that ensure:
a. Physical completion of project work in conformance with approved plans and specifications
(Order 5100.38);
b. Necessary actions to correct punch list items identified during final inspection are complete
(Order 5100.38); and
c. Preparation of a record of final inspection and distribution to parties to the contract
(Order 5100.38);
❑X Yes ❑ No ❑ N/A
10. The project was or will be accomplished without material deviations, changes, or modifications
from approved plans and specifications, except as approved by the FAA(Order 5100.38).
Q Yes ❑ No ❑ N/A
FAA Form 5100-129(8/20)SUPERSEDES PREVIOUS EDITION page 2 of 3
11. The construction of all buildings have complied or will comply with the seismic construction
requirements of 49 CFR §41.120.
❑Yes n No ❑X N/A
12. For development projects, sponsor has taken or will take the following close-out actions:
a. Submit to the FAA a final test and quality assurance report summarizing acceptance test
results, as applicable (Grant Condition);
b. Complete all environmental requirements as established within the project environmental
determination (Oder 5100.38): and
c. Prepare and retain as-built plans (Order 5100.38).
n Yes ❑ No ❑ N/A
13. Sponsor has revised or will revise their airport layout plan (ALP)that reflects improvements made
and has submitted or will submit an updated ALP to the FAA no later than 90 days from the
period of performance end date. (49 USC §47107 and Order 5100.38).
Yes n No n N/A
Attach documentation clarifying any above item marked with "No" response.
Sponsor's Certification
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and
additional documentation for any item marked "no" is correct and complete.
Executed on this 13th day of March , 2024 •
Name of Sponsor: City of Fayetteville,Arkansas
Name of Sponsor's Authorized Official: The Honorable Lioneld Jordan
Title of Sponsor's Authorized Official: Mayor
•
Signature of Sponsor's Authorized Officia �.
I declare under penalty of perjury that the foregoing is tr e d correct. I understand that knowingly and
willfully providing false information to the federal govern nt is a violation of 18 USC § 1001 (False
Statements)and could subject me to fines, imprisonment, or both.
FAA Form 5100-129(8/20)SUPERSEDES PREVIOUS EDITION page 3 of 3
0ARvea
CERTIFICATE OF SUBSTANTIAL COMPLETION for
Project Title: Wildlife Fence Rehabilitation _
Garver Project Number: 22A13211
City of Fayetteville Project 23-25
Number:
FAA AIP Number: AIP 3-05-0020-053-2023
Contract For: $475,956.00
Date of Substantial Completion: 12/4/2023
CONTRACTOR: OWNER:
Milestone Construction Company, LLC City of Fayetteville,Arkansas
2002 S.48".Street, Suite A 113 W. Mountain
Springdale,AR 72762 Fayetteville,AR 72701
The Work performed under this Contract has been reviewed and found, to the Engineer's best
knowledge, information and belief, to be substantially complete. Substantial Completion is the stage in
the progress of the Work when the Work or designated portion thereof is sufficiently complete in
accordance with the Contract Documents so the Owner can occupy or utilize the Work for its intended
use. The date of Substantial Completion of the Project or portion thereof designated above is hereby
established as stated above,which is also the date of commencement of applicable warranties required
by the Contract Documents, except as noted below:
A list of items to be completed or corrected (Punch List)is attached hereto. The failure to include any
items on such list does not alter the responsibility of the Contra or to complete all Work in accordance
with the Contract Documents.
Garver 12/5/2023
BY DATE
The Contractor will complete or correct the Work on the Punch List attached hereto within 14 calendar
days of the Date of Substantial Completion. Should the Contractor fail to complete or correct the work on
the Punch List within this period,the Substantial Completion date is null and void and the Contract Time
shall recommence.
•Contractor: 12-13 2023
BY DATE
The Owner accepts the Work or designated portion thereof as substantially complete and will assume full
possession thereof at(time)on (day and date).
Owner's ��---
Representative: Dzlfc A-c
DA E
Attachment: Punch List
Attachment (Punch List) to Certificate of Substantial Completion for
Project Title: FYV Wildlife Fence Rehabilitation
Punch List Items
1. Replace fence posts marked in the field
2. Repair damaged fabric on section along private property
3. Place tension wire along bottom of repaired chain-link mesh
4. Close gaps below fence with barbed wire and paneling
5. Install missing chain-link line post near gas line gate
6. Fill hole around fence post on south end of wildlife fence
7. Clear remaining vegetation in fence fabric
8. Spray overgrowth on chain-link fence
9. Complete water gate replacement construction
a. Add 2x10 or 2x12 to bottom to facilitate gate swing
b. Extend left side of water gate
10. Close gaps around relocated water gate
11. Add fence and gate signs
12. Install ground rods on wildlife fence
13. Smooth disturbed ground along wildlife fence and chain link fence on east side of airfield
14. Finish seeding disturbed areas
15. Remove straw wattles from site once vegetation is established
16. Clean up staging area and demobilize
•
1-0
Attachment (Punch List) to Certificate of Substantial Completion for
Project Title: FYV Wildlife Fence Rehabilitation *
ialVxwe
' r • � 9 t
.,- ,it ,firA .
yr '.., +,, ,� 1 l
/,' ''' '*1-.4ttf- 1,-4 4i... " '`" - ft64t, ? ' '
;, ' 4 '' "t f, '.-1% , ,., "....., vii0;+W?tif.4.....,., .1.- itr- .`,.i*"-<',1‘." , , - .
r I. ,' ,: , I ,'.- .1‘ ^ ':.4:.-( %,)(11'*;''et"*.... '. 'I'. ' 10 1,440,_,_,:,..::4, ,,
.., .1 ‘ , .,. .„ . ..... . AA A ,,., ,. .
)01
y.: . r1 1 ,• e 3
444
- rti .,4 ^�. y� �iyd�. `•� ,1,, N,t-�• ei�ty�s'C.t.yt.`►a. k,
•
_ ;fir ÷k '' •.4rr 5. . ' t........,
.. " ° �"�, �1,... yr
Figure 1 - Replace posts marked with spray paint and clear remaining vegetation in fence
rAt
i,: iir..fit,,:c
,!. 4.044 --it ' f.,i 'At,,
r
,*44,44:4u4040:t 4 1 e 1
kv -w*ir.A4044iked10,44,..4 4). F,. I:44,1%00 44 4', .1,4 k -(1
1„4„, i•Taitihhitiv...74......47,,w400,00,:ttlitiite.444,0.04.1.1,414vvo, /:114
..1. 4.14/44040/4Prinrirrik43121,ray, Av-4111740 4 ,riti;:tgvt,,,,,,,,,p;,...,,,,,,,,i0A,1 4, P de.,i 4 e.
41110##A0410409.4:4.74ct 4iii;4 0 4,104)tkify"):44 Sta:':?A'' ,,,a;
'*-. et'4.'44"s 4 tt- et 4,40 4 I"A444t4- v htevtr,..**Texiyo AU
a- wavo-'4't faii..v--;40, . Alov.z At TAP A'• ..-4 A ,Mrifell 14
�`'�:_ �,air,' e *Ate:441 z !, .Iq' r" �yJ70,-.", 440 �"4.'7.u.. -▪ •-4ti-s •:- i Ay
r
)'WV4:474./..40.0.1044-4r1'''''',VP4 -,i4,
4**e • .. )3�geeoe` 4;',A♦��,� 44 . Imo"
` •*� 4f4: 4 Ali► a � ,�� .� � �� �, ..,
.4-,..- d,..-/-,....se,cf,•?.-; .0.-.,..,./A4,..)
. ��4'' -.4� s 4 _ , to goAfi �.,15,,
—dor ,_ . :.-.9. 1 4,4,-.v ty'tqf if ,si ,Ne. -,,,• v-.. . ,:-...--., . --... .
I' .- .' ' t" .'err '41" i *4%;iNt = ' — -•-.'', :--,. ---, i,, ,....',!::..-;:-:.;....,., .,,,__.,
i i
_.atir �f.f►• ^S i•� yyy-(((j .,, t„r1 , s„lr'.Ctw -..-lor..?
zt~ "` =
Figure 2 -Repair damaged chain-link mesh and add tension wire to bottom of new chain-link mesh
1-1
Attachment(Punch List) to Certificate of Substantial Completion for
Project Title: FYV Wildlife Fence Rehabilitation
l ry r
r r •.-.�y -, „ • .,cam''- ,. 4
Rtit .r .i 34 i '. •r0'
?' _ ^lL e. y sue...... . YJ ,-•• .1. at . L - ae[ p~' G:.
1 : i
r N;- .}._•aer .., -., de l-- u,, -'F ,j '' .7•, y1i
ti
,+
" ...,fin', 1A 4[-e i^ r1
i.7n7 ;ter ' • ;e. 2 F-. ti, - '= \ - �{
Zi06•- �4r'. 'rr� Is,. �.t4 A .k 4.4.
Figure 3 -Close gaps under fence with barbed wire and hog wire paneling
-
: ,
Ise®4°.
10•••♦
• �ikt I ; 1 fir s: '• '' .•.�..... 1
r. , •- •-•' •I t s ;'r4 _ •may, Y,� ti• 7r\ 'g+v���
it)
'`ERR'' •
.-?.. `t -* s?.
Figure 4-Install missing fence line post
1-2
Attachment(Punch List) to Certificate of Substantial Completion for
Project Title: FYV Wildlife Fence Rehabilitation
,.,•Iv •,,,•• , ..p ''i5,' ,..:t i, PAR,t • - A,
✓
.4... ,‘, .?.,,,,,,vt.6.0, ..t ...4 • , .,1 V, 4,. .'., ' '' • •c :" , .., *r•• -tKii* .
kk �•e A
4 '
-I-:- ~td i ' 7„7 m , . te `v v 1t, t
a s
r•-:•r_••• :. - - - -- •V` '5' A, ... • ''' I" C-' :1 kt-'''. 4'' ' . 'kr, *-$11N
Figure 5-Clear remaining vegetation. Respray vegetation as needed
by ,4.0. \�1„ 'sa����-.•,��,ye�.
1 \ ►t `� ',F�y��
J ,; •;
5 -
•
\� ,',},�y� .�. A / j �.,1l
itlior
Figure 6 -Complete construction of water gate structure
1-3
Attachment(Punch List) to Certificate of Substantial Completion for
Project Title: FYV Wildlife Fence Rehabilitation
b y r I,•� .'• . .�� '
Vt.•f•.
•
�r•�0gt1 • ..-'tom .?
•
• i\I
W .V
•
3 J
Figure 7-Close gaps around relocated water gate
\ ,. •
7,, ,'
16 if i fitr/wk.. "'Ail
1,i lj,`' 81M11#
Y isi
1111.11111111111111111111, \ •
dtt � 1 '
1 s
^M1 , y '— " ;r. s'.. fi r- :-
a•:�.tw...•-` `1� 14' .: '�r`!t" t�' y' l• A ^e ,e.• ems.:-t'1`• '� ._
' riti‘-- '..,-;...,k1 1.-3-4:-'. Of"- ',-1-14.•fT•kl.. .:S t--7%. 'eq,..it• -. ;:.'''.., -'2.*'-' -- ''-- •'-
0
f . , ',L..; ��
'.' vet-. ,, -, ....,- f.---oiregoz,- - . _.:;:w7;46.1-...,.:,4-:*‘; *41, .Figure 8-Smooth ground along wildlife fence and chain-link fence on east side of airfield. Finish
seeding disturbed areas. Remove straw wattles once vegetation is established.
1-4
0
an t a)
MO
an C IV
CO C
E a a)
E
3 w
Y LL T
Cco
0) 9 O N 'O
N O a) C t0
0 0_ cc 0) L V1
CV Y
• 0) CO CIO tO
0 O. c 01 V
N
IV I— an VI
N
'y u V T
ce
o cc IN E
OJ
O. 3 w . w v v
• .� r r r r r
W
V.
7
N U N V
Ol an
CI a1 O)
YO >- >- r r r
Z CO 0.
U I:
U
u
c
N .0
X y
y _
E
L `c
O = v
L L N J VI c
in an a a a LL a y
+' a
Y
.c
vs u CO
G1 ^n "CSc
CsJ
` ° a 0 0 0 0 0 C.
CV a
IV a v > 0 0 0 rn 0 0
< C
1; O g
H o °1
iv O F.,
~ o 0m an
a
M .. CO -CNN 00 Q Cl Q1
a' 0) m W
CD • N M M N M
p C < W M .0* (Cl N M A C
6. 1:0
Q La! CO
(13 a
2
L al
O IS Lel
a, 2 1 0
4-0 V =
3 a) Q N N N NN L C O
o L o0 C u
< 7
`1 7
u▪s
vn
C U c
C
O y
u —
0
C L Z 01 01 Q1 01 Cl
N
y N � (Cl U (Cl CO U 'v
F 2
< ..,
c
c c c c c
N `l Vl O) . O) . Ol ut 0) v, G
Z V 11) 1.) N U N U N V C
c 0. C a C 0. C 0. N C 0.
F U O U O U O U O U O J
C U U U U U 3
47. n
y tn VI
« c
_a O O anH N Oit
`) a 0. LL o 0 0
a C 01 C a) a ail
CL 0 CO
0) •m (, J J al a) L
3 3 'oo
y 2 w w N L L L
LL L .c 7 0 vs
_cy U
-O N to to Le, VI Z
3 LO c
M M M (Cl M -
LL t a) O O 0 NO NO <
V c 0 NCO O N N N LA _i
C
r�^ N ) '-1 '-1 ry X
'•) "1 rl
a r
1915 N.Shiloh Dr.
GTS, Inc. Phone:
AR 72704
one:479-521-76457645
Geotechnical&Testing Services
Report On: Concrete Compression Lab No: 66527-1
Report No: 66527-1-V2
Project No: 23-11265 Cust No: 00432 Pacte 1 of 1
Client: Milestone Construction Co., LLC Project: Wildlife Fence
2002 South 48th Street
Suite A
Springdale, AR 72762
Report Date: 11/21/2023 Revised
Prey. Rpt. Date: 10/31/2023 Test Report
Location: South end gate posts Sample Date: 10/23/2023
Sampled By: Mabie, Drew
By Order Of: Shelby Shaffer
Max Compressive Average
Cylinder Age Tested Diameter Area Load Cure Strength Strength Tested
Marked (date:days) (in) (in') (Ibs) Break Type Loc (PSI) (PSI) By
1-A 10/30/23:7 4.00 12.566 26,660 Type 2 Lab 2,120 2,120 S. Houston
1-B 11/20/23:28 4.00 12.566 40,620 Type 2 Lab 3,230 R.Baker
1-C 11/20/23:28 4.00 12.566 40,670 Type 2 Lab 3,240 R.Baker
1-D 11/20/23:28 4.00 12.566 40,230 Type 3 Lab 3,200 3,220 R.Baker
1-E HOLD
Comments: HOLaLdD
N LI MEETS REFERENCE VALUE
Type 1 Type 2 Type 3 Type 4 Type 5 Type 6
Measurement Specification Specification: 3,000 psi @ 28 days Weather: Sunny
Temp.: Ambient: 78°F Source: Quikrete Transported By:Drew Mabie
Mix: 76°F Plant: n/a Placement Date: 10/23/2023
Slump: 2.5 TruckNo:n/a Time Batched: 3:35 pm
Air Content: .0 Mix Code: n/a Time Sampled: 3:40 pm
Ticket No: n/a Water Added:0 gal.
Sampled At: Mixer Curing Method: Standard
Min/Max Cure Temp:66°F/84°F
Quantity Represented: 1 cu.yds.
Placement Location: South end gate posts
Sample Location: South end gate posts
Remarks: Unless noted,concrete specimens were found and transported to the lab in satisfactory condition.
Test Method(As Applicable): Unless noted,concrete was sampled and tested in accordance with ASTM C172,C143,C231 or C173,
C1054 and C138.Compressive strength tests per ASTM C39.
Charge:Milestone Construction Co.,LLC Respectfully Submitted,
Ong:Milestone Construction Co.,LLC (1-hc copy)
1-cc GTS,Inc.Attn: Dispatchers disp
1-ec Milestone Construction Co.,LLC Attn:Mr.Shelby Shaffer
1-cc Laboratory
11/21/2023
THIS REPORT APPLIES ONLY TO THE STANDARDS OR PROCEDURES INDICATED AND TO THE SAMPLE(S)TESTED AND/OR OBSERVED AND ARE NOT NECESSARILY INDICATIVE OF
THE QUALITIES OF APPARENTLY IDENTICAL OR SIMILAR PRODUCTS OR PROCEDURES.NOR DO THEY REPRESENT AN ONGOING QUALITY ASSURANCE PROGRAM UNLESS SO
NOTED.THESE REPORTS ARE FOR THE EXCLUSIVE USE OF THE ADDRESSED CLIENT AND ARE NOT TO BE REPRODUCED WITHOUT WRITTEN PERMISSION.
1915 N.Shiloh Dr.
GTS, Inc. Fayetteville,AR 72704
Phone:hone:479-521-7645
Oeotechnical&Testing Services
Report On: Concrete Compression Lab No: 66565-1
Report No: 66565-1-V2
Project No: 23-11265 Cust No: 00432 Page 1 of 1
Client: Milestone Construction Co., LLC Project: Wildlife Fence
2002 South 48th Street
Suite A
Springdale, AR 72762
Report Date: 11/22/2023 Revised
Prey. Rpt. Date: 11/01/2023 Test Report
Location: South end line post Sample Date: 10/24/2023
Sampled By: Mabie, Drew
By Order Of: Shelby Shaffer
Max Compressive Average
Cylinder Age Tested Diameter Area Load Cure Strength Strength Tested
Marked (date:days) (in) (in2) (Ibs) Break Type Loc (PSI) (PSI) By
1-A 10/31/23: 7 3.99 12.504 43,640 Type 2 Lab 3,490 3,490 R. Baker
Comments: 8.45
1-B 11/21/23:28 4.00 12.566 53,350 Type 2 Lab 4,250 R. Baker
1-C 11/21/23:28 4.00 12.566 55,530 Type 2 Lab 4,420 R. Baker
1-D 11/21/23:28 4.00 12.566 56,350 Type 2 Lab 4,480 4,380 R.Baker
1-E HOLD
Comments: HOLD 1
mV� S Ir.I,J r 1 MEETS REFERENCE VALUE
Type 1 Type 2 Type 3 Type 4 Type 5 Type 6
Measurement Specification Specification: 3,000 psi @ 28 days Weather: Sunny
Temp.: Ambient: 78°F Source: Quikrete Transported By: Drew Mabie
Mix: 76°F Plant: N/A Placement Date: 10/24/2023
Slump: 1.25 TruckNo: N/A Time Batched: 3:05 pm
Air Content: .0 Mix Code: N/A Time Sampled: 3:10 pm
Ticket No: N/A Water Added:0 gal.
Sampled At:Truck Curing Method: Standard
Min/Max Cure Temp:77°F/82°F
Quantity Represented: 1 cu.yds.at 1 cu.yds.placed of a 1 cu.yd.total placement
Placement Location: South end line post
Sample Location: South end line post
Remarks: Unless noted,concrete specimens were found and transported to the lab in satisfactory condition.Concrete batched for a
single post
Test Method(As Applicable): Unless noted,concrete was sampled and tested in accordance with ASTM C172,C143,C231 or C173,
C1054 and C138. Compressive strength tests per ASTM C39.
Charge:Milestone Construction Co.,LLC Respectfully Submitted,
Orig:Milestone Construction Co..LLC (1-hc copy)
1-cc GTS,Inc.Attn: Dispatchers disp
1-ec Milestone Construction Co.,LLC Attn:Mr.Shelby Shaffer
1-cc Laboratory
11/22/2023
THIS REPORT APPLIES ONLY TO THE STANDARDS OR PROCEDURES INDICATED AND TO THE SAMPLE(S)TESTED AND/OR OBSERVED AND ARE NOT NECESSARILY INDICATIVE OF
THE QUALITIES OF APPARENTLY IDENTICAL OR SIMILAR PRODUCTS OR PROCEDURES.NOR DO THEY REPRESENT AN ONGOING QUALITY ASSURANCE PROGRAM UNLESS SO
NOTED.THESE REPORTS ARE FOR THE EXCLUSIVE USE OF THE ADDRESSED CLIENT AND ARE NOT TO BE REPRODUCED WITHOUT WRITTEN PERMISSION.
1915 N.Shiloh Dr.
GTS, Inc. Fayetteville,AR 7
2704
Phone:479-521-76457645
Oeotechnical&Testing Services
Report On: Concrete Compression Lab No: 66812-1
Report No: 66812-1-V2
Project No: 23-11265 Cust No: 00432 Pacie 1 of 1
Client: Milestone Construction Co., LLC Project: Wildlife Fence
2002 South 48th Street
Suite A
Springdale, AR 72762
Report Date: 11/28/2023 Revised
Prey. Rpt. Date: 11/09/2023 Test Report
Location: Southeast line post Sample Date: 10/31/2023
Sampled By: Goss,Troy
By Order Of: Shelby Shaffer
Max Compressive Average
Cylinder Age Tested Diameter Area Load Cure Strength Strength Tested
Marked (date:days) (in) (in2) (Ibs) Break Type Loc (PSI) (PSI) By
1-A 11/07/23:7 4.00 12.566 19,240 Type 2 Lab 1,530 1,530 R.Thompson
1-B 11/28/23:28 4.00 12.566 41,510 Type 2 Lab 3,300
1-C 11/28/23:28 4.00 12.566 46,280 Type 2 Lab 3,680
1-D 11/28/23:28 4.00 12.566 38,040 Type 2 Lab 3,030 3,340
1-E HOLD
Comments: HOLD
FIN (�E � r MEETS REFERENCE VALUE
Type1 Type 2 Type 3 Type 4 Type 5 Type 6
Measurement Specification Specification: 3,000 psi @ 28 days Weather: Sunny
Temp.: Ambient: 45°F Source: Quikrete Transported By: Drew Mabie
Mix: 60°F Plant: N/A Placement Date: 10/31/2023
Slump: 2.5 TruckNo:N/A Time Batched: 10:15 am
Air Content: 1.1 Mix Code: 1 Time Sampled: 10:30 am
Ticket No: N/A Water Added:0 gal.
Sampled At:Truck Curing Method: Standard
Quantity Represented: 1 cu.yds.at 1 cu.yds.placed of a 1 cu.yd.total placement
Placement Location: Southeast line post
Sample Location: Southeast line post
Remarks: Unless noted,concrete specimens were found and transported to the lab in satisfactory condition.Bag mix.GTS
understands a design strength of 3,000 psi is required.
Test Method(As Applicable): Unless noted,concrete was sampled and tested in accordance with ASTM C172,C143,C231 or C173,
C1054 and C138.Compressive strength tests per ASTM C39.
Charge:Milestone Construction Co.,LLC Respectfully Submitted,
Orig:Milestone Construction Co.. LLC (1-hc copy)
1-cc GTS,Inc.Attn: Dispatchers disp
1-ec Milestone Construction Co.,LLC Attn:Mr.Shelby Shaffer
1-cc Laboratory
11/28/2023
THIS REPORT APPLIES ONLY TO THE STANDARDS OR PROCEDURES INDICATED AND TO THE SAMPLE(S)TESTED AND/OR OBSERVED AND ARE NOT NECESSARILY INDICATIVE OF
THE QUALITIES OF APPARENTLY IDENTICAL OR SIMILAR PRODUCTS OR PROCEDURES.NOR DO THEY REPRESENT AN ONGOING QUALITY ASSURANCE PROGRAM UNLESS SO
NOTED.THESE REPORTS ARE FOR THE EXCLUSIVE USE OF THE ADDRESSED CLIENT AND ARE NOT TO BE REPRODUCED WITHOUT WRITTEN PERMISSION.
1915 N.Shiloh Dr.
GTS, Inc. Fayetteville,-AR 7-7645
Phone:hone:4795217645
Geotechnical&Testing Services
Report On: Concrete Compression Lab No: 66029-1
Report No: 66029-1-V3
Project No: 23-11265 Cust No: 00432 Paae 1 of 1
Client: Milestone Construction Co., LLC Project: Wildlife Fence
2002 South 48th Street
Suite A
Springdale, AR 72762
Report Date: 12/07/2023 Revised
Prey. Rpt. Date: 11/09/2023 Test Report
Location: Posts at Southwest of Runway Sample Date: 10/10/2023
Sampled By: Mabie, Drew
By Order Of: Shelby Shaffer
Max Compressive Average
Cylinder Age Tested Diameter Area Load Cure Strength Strength Tested
Marked (date:days) (in) (in2) (Ibs) Break Type Loc (PSI) (PSI) By
1-A 10/17/23:7 3.99 12.504 25,630 Type 2 Lab 2,050 2,050 R.Baker
1-B 11/07/23:28 4.00 12.566 36,470 Type 2 Lab 2,900 R.Baker
1-C 11/07/23:28 4.00 12.566 33,490 Type 2 Lab 2,670 R. Baker
1-D 11/07/23:28 4.00 12.566 35,300 Type 2 Lab 2,810 2,790 R. Baker
Comments: See Remarks
1-E 12/05/23:56 4.00 12.566 42,610 Type 2 Lab 3,390 3,390 R. Baker
xx
Type 1 Type 2 Type 3 Type 4 Type 5 Type 6
Measurement Specification Specification: 3,000 psi @ 28 days Weather: Sunny
Temp.: Ambient: 79°F Source: "Sakrete"mixed onsite Transported By:Drew Mabie
Mix: 85°F Plant: N/A Placement Date: 10/10/2023
Slump: 3.0 TruckNo: N/A Time Batched: 2:25 pm
Air Content: .0 Mix Code: N/A Time Sampled: 2:26 pm
Ticket No: N/A Water Added:4.0 gal.
Sampled At: Mixer Curing Method: Standard
Quantity Represented: 1 cu.yds.at 1 cu.yds.placed of a 1 cu.yd.total placement
Placement Location: Posts at Southwest of Runway
Sample Location: Posts at Southwest of Runway
Remarks: Unless noted,concrete specimens were found and transported to the lab in satisfactory condition.Contractor used 2 gallons
of water per 80 lbs bag of concrete mix.The average 28 day concrete strength did not meet the understood design strength
of 3,000 psi.GTS will test the hold cylinder at 56 days unless instructed otherwise.
Test Method(As Applicable): Unless noted,concrete was sampled and tested in accordance with ASTM C172,C143,C231 or C173,
C1054 and C138.Compressive strength tests per ASTM C39.
Charge:Milestone Construction Co.,LLC Respectfully Submitted,
Ong:Milestone Construction Co.,LLC (1-hc copy)
1-cc GTS,Inc.Attn: Dispatchers disp
1-ec Milestone Construction Co.,LLC Attn:Mr.Shelby Shaffer
1-cc Laboratory
12/07/2023
THIS REPORT APPLIES ONLY TO THE STANDARDS OR PROCEDURES INDICATED AND TO THE SAMPLE(S)TESTED AND/OR OBSERVED AND ARE NOT NECESSARILY INDICATIVE OF
THE QUALITIES OF APPARENTLY IDENTICAL OR SIMILAR PRODUCTS OR PROCEDURES,NOR DO THEY REPRESENT AN ONGOING QUALITY ASSURANCE PROGRAM UNLESS SO
NOTED.THESE REPORTS ARE FOR THE EXCLUSIVE USE OF THE ADDRESSED CLIENT AND ARE NOT TO BE REPRODUCED WITHOUT WRITTEN PERMISSION
OMB CONTROL NUMBER:2120-0569
EXPIRATION DATE:6/30/2023
Period Ending
Construction Progress and Inspection Report 10 06 2023
U.S. Department
of Transportation Airport Grant Program Project Number
Federal Aviation 3-05-0020-054-2023
Administration
Airport Name
Fayetteville- Drake Field
Project Description Contractor's Name
Wildlife Fence Rehabilitation Milestone Construction Company
1 Contract Time No. Days Charged to Date 5 Last Working Day Charged (Date) 10.072023
60 days
2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature
(On earthwork jobs. include soil conditions.)
Rain this week-0.86"on October 5th
3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading.
drainage, base, surface, lighting, etc.)
Phase 1 Clearing and Grubbing -20%; Phase 1 New Fence Construction -0%;Phase 1 Existing Fence Demolition -0°i°: Phase 1 Fence
Repairs-0%;Phase 1 Site Restoration -0%; Phase 1A Work- 0%
4. Work Completed or In Progress this Period
Contractor mobilized to site.
Began clearing and grubbing along exiting chain link perimeter fence to remain. Potential bat habitat trees marked for emergence survey.
Staked new fence alignment.
5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summanze out-of-tolerance.)
None.
5b. Material (Identify material subject to pay reduction.)
N.A
6. Description of Anticipated Work by Contractor for Next Period
Continue clearing and grubbing along chain link perimeter fence.
Remove bat habitat trees following completion of emergence survey(assuming no bats observed)
Begin setting fence posts for wildlife fence.
Identify locations for chain repair of existing chain link fence to remain.
7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays. difficulties,
etc. and actions taken.)
None.
SPONSOR'S INSPECTOR OR REPRESENTATIVE
Date Typed or Printed Name and Title Signature
10/11'2023 Logan Kiihnl, Project Engineer
FAA Form 5370-1 (7/21)SUPERCEDES PREVIOUS EDITION
OMB CONTROL NUMBER:2120-0569
EXPIRATION DATE:6/30/2023
Period Ending
1 Construction Progress and Inspection Report 10/14/2023
U.S. Department
of Transportation Airport Grant Program Project Number
Federal Aviation 3-05-0020-054-2023
Administration
Airport Name
Fayetteville-Drake Field
Project Description Contractor's Name
Wildlife Fence Rehabilitation Milestone Construction Company
1. Contract Time No. Days Charged to Date 12 Last Working Day Charged (Date) 10/14/2023
60 days
2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature
(On earthwork jobs, include soil conditions.)
Rain this week=0.0"Traces on 10/13/2023.
3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading,
drainage, base, surface, lighting, etc.)
Phase 1 Clearing and Grubbing-40%; Phase 1 New Fence Construction-5%; Phase 1 Existing Fence Demolition-0%; Phase 1 Fence
Repairs-0%; Phase 1 Site Restoration-0%;Phase 1A Work-0%
4. Work Completed or In Progress this Period
Continued clearing and grubbing.
Emergence survey performed for bat trees. Bat trees removed after emergence survey completed and verified bats were not present.
Began setting posts for wildlife fence construction.
Identified required chain link fence repairs.
5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out-of-tolerance.)
Concrete Testing for Fence Posts
Slump-Passed
Concrete cylinders for 28-day compression strength test.
5b. Material (Identify material subject to pay reduction.)
None noted.
6. Description of Anticipated Work by Contractor for Next Period
Continue clearing and grubbing.
Continue constructing wildlife fence.
Prepare for Phase 1A(NAVAID shutdown phase).
7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties,
etc. and actions taken.)
None.
SPONSOR'S INSPECTOR OR REPRESENTATIVE
Date Typed or Printed Name and Title Signature
10/16/2023 Logan Kiihnl, Project Engineer
FAA Form 5370-1 (7/21)SUPERCEDES PREVIOUS EDITION
OMB CONTROL NUMBER:2120-0569
EXPIRATION DATE:6/30/2023
Period Ending
Construction Progress and Inspection Report 10/21/2023
U.S. Department
of Transportation Airport Grant Program Project Number
Federal Aviation
Administration 3-05-0020-054-2023
Airport Name
Fayetteville-Drake Field
Project Description Contractor's Name
Wildlife Fence Rehabilitation Milestone Construction Company
1. Contract Time No. Days Charged to Date 19 Last Working Day Charged (Date) 10/21/2023
60 days
2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature
(On earthwork jobs, include soil conditions.)
Rain this week=0.0"
3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading,
drainage, base, surface, lighting, etc.)
Phase 1 Clearing and Grubbing-60%;Phase 1 New Fence Construction-20%;Phase 1 Existing Fence Demolition-0%;Phase 1
Fence Repairs-0%;Phase 1 Site Restoration-0%; Phase 1A Work-0%
4. Work Completed or In Progress this Period
Continued clearing and grubbing
Continued wildlife fence construction
5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out-of-tolerance.)
None Noted.
5b. Material (Identify material subject to pay reduction.)
None Noted.
6. Description of Anticipated Work by Contractor for Next Period
Phase 1A work(NAVAID shutdown phase)-Clearing,grubbing,fence demolition,fence construction.
7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties,
etc. and actions taken.)
None noted.
SPONSOR'S INSPECTOR OR REPRESENTATIVE
Date Typed or Printed Name and Title Signature Zia. ,e/uj.(r
10/23/2023 Logan Kiihnl, Project Engineer
FAA Form 5370-1 (7/21)SUPERCEDES PREVIOUS EDITION
OMB CONTROL NUMBER:2120-0569
EXPIRATION DATE:6/30/2023
Period Ending
Construction Progress and Inspection Report 10/28/2023
U.S. Department
of Transportation Airport Grant Program Project Number
Federal Aviation 3-05-0020-054-2023
Administration
Airport Name
Fayetteville-Drake Field
Project Description Contractor's Name
Wildlife Fence Rehabilitation Milestone Construction Company
1. Contract Time No. Days Charged to Date 26 Last Working Day Charged (Date) 10/28/2023
60 days
2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature
(On earthwork jobs, include soil conditions.)
Total Rainfall=2.12"-10/23-Traces, 10/24-0.04", 10/25=0.05", 10/26-0.93", 10/27-0.19", 10/28-0.91"
3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading,
drainage, base, surface, lighting, etc.)
Phase 1 Clearing and Grubbing-70%;Phase 1 New Fence Construction-50%; Phase 1 Existing Fence Demolition-0%; Phase 1
Fence Repairs-0%; Phase 1 Site Restoration-0%;Phase 1A Work-60%
4. Work Completed or In Progress this Period
Phase 1A work(NAVAID critical areas)-Removing existing fence,clearing and grubbing,wildlife fence construction
5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out-of-tolerance.)
Slump and concrete cylinders taken-results pending
5b. Material (Identify material subject to pay reduction.)
None noted.
6. Description of Anticipated Work by Contractor for Next Period
Complete Phase 1A work(NAVAID shutdown phase)-Clearing,grubbing,fence demolition,fence construction.
7. Problem Areas/Other Comments(Include revisions to plans and specifications approved or denied, delays, difficulties,
etc. and actions taken.)
None noted.
SPONSOR'S INSPECTOR OR REPRESENT TIVE
Date Typed or Printed Name and Title Signature
10/30/2023 Logan Kiihnl, Project Engineer
FAA Form 5370-1 (7/21)SUPERCEDES PREVIOUS EDITION
OMB CONTROL NUMBER:2120-0569
EXPIRATION DATE:6/30/2023
Period Ending
Construction Progress and Inspection Report 11/04/2023
U.S. Department
of Transportation Airport Grant Program Project Number
Federal Aviation 3-05-0020-054-2023
Administration
Airport Name
Fayetteville-Drake Field
Project Description Contractor's Name
Wildlife Fence Rehabilitation Milestone Construction Company
1. Contract Time No. Days Charged to Date 33 Last Working Day Charged (Date) 11/04/2023
60 days
2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature
(On earthwork jobs, include soil conditions.)
Total rainfall=0.44"(10/29). Ground saturated first half of the week due to rain event during previous work period.
3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading,
drainage, base, surface, lighting, etc.)
Phase 1 Clearing and Grubbing-85%; Phase 1 New Fence Construction-90%; Phase 1 Existing Fence Demolition-75%; Phase 1
Fence Repairs-0%; Phase 1 Site Restoration-0%; Phase 1A Work-95%
4. Work Completed or In Progress this Period
Phase 1A work(NAVAID critical areas)-Removing existing fence, clearing and grubbing,wildlife fence construction
5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out-of-tolerance.)
7-day breaks for concrete footings performed. Results on track for 28-day strength requirements.
5b. Material (Identify material subject to pay reduction.)
None noted.
6. Description of Anticipated Work by Contractor for Next Period
Phase 1 work(Outside of NAVAID critical areas)-clearing and grubbing, new fence construction,existing fence demolition,fence
repairs.
•
7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties,
etc. and actions taken.)
None noted.
SPONSOR'S INSPECTOR OR REPRESEN ATIVE
Date Typed or Printed Name and Title Signature
11/06/2023 Logan Kiihnl, Project Engineer
FAA Form 5370-1 (7/21)SUPERCEDES PREVIOUS EDITION
OMB CONTROL NUMBER:2120-0569
EXPIRATION DATE:6/30/2023
Period Ending
Or Construction Progress and Inspection Report 11/11/2023
U.S. Department
of Transportation Airport Grant Program Project Number
Federal Aviation 3-05-0020-054-2023
Administration
Airport Name
Fayetteville-Drake Field
Project Description Contractor's Name
Wildlife Fence Rehabilitation Milestone Construction Company
1. Contract Time No. Days Charged to Date 40 Last Working Day Charged (Date) 11/11/2023
60 days
2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature
(On earthwork jobs, include soil conditions.)
Total Rainfall=0.15"(11/09)
3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading,
drainage, base, surface, lighting, etc.)
Phase 1 Clearing and Grubbing-95%; Phase 1 New Fence Construction-95%; Phase 1 Existing Fence Demolition- 100%;Phase 1
Fence Repairs-10%; Phase 1 Site Restoration-0%; Phase 1A Work-95%
4. Work Completed or In Progress this Period
Began fence repair work,continued clearing and grubbing
5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out-of-tolerance.)
Southwest fence post 28-day concrete break=2,790 psi.3,000 psi required.QC Lab will test spare cylinder at 56 days.
5b. Material (Identify material subject to pay reduction.)
None noted.
6. Description of Anticipated Work by Contractor for Next Period
Continue chain link fence repairs.
7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties,
etc. and actions taken.)
None noted.
SPONSOR'S INSPECTOR OR REPRESENT TIVE
Date Typed or Printed Name and Title Signature
11/14/2023 Logan Kiihnl, Project Engineer
FAA Form 5370-1 (7/21)SUPERCEDES PREVIOUS EDITION
OMB CONTROL NUMBER:2120-0569
EXPIRATION DATE:6/30/2023
Period Ending
Construction Progress and Inspection Report 11/18/2023
U.S. Department
of Transportation Airport Grant Program Project Number
Federal Aviation 3-05-0020-054-2023
Administration
Airport Name
Fayetteville-Drake Field
Project Description Contractor's Name
Wildlife Fence Rehabilitation Milestone Construction Company
1. Contract Time No. Days Charged to Date 49 Last Working Day Charged (Date) 11/18/2023
60 days
2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature
(On earthwork jobs, include soil conditions.)
Total Rainfall=Traces(11/17)
3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading,
drainage, base, surface, lighting, etc.)
Phase 1 Clearing and Grubbing-95%;Phase 1 New Fence Construction-95%; Phase 1 Existing Fence Demolition- 100%; Phase 1
Fence Repairs-75%; Phase 1 Site Restoration-0%; Phase 1A Work-95%
4. Work Completed or In Progress this Period
Continued chain Link Fence Repairs and Clearing and grubbing.
5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out-of-tolerance.)
None Noted.
5b. Material (Identify material subject to pay reduction.)
None Noted.
6. Description of Anticipated Work by Contractor for Next Period
Continue Chain-link fence repairs. Finish clearing and grubbing.Seeding.
7. Problem Areas/Other Comments(Include revisions to plans and specifications approved or denied, delays, difficulties,
etc. and actions taken.)
None Noted.
SPONSOR'S INSPECTOR OR REPRESENTA VE
Date Typed or Printed Name and Title Signature
11/20/2023 Logan Kiihnl, Project Engineer
FAA Form 5370-1 (7/21)SUPERCEDES PREVIOUS EDITION
OMB CONTROL NUMBER:2120-0569
EXPIRATION DATE:6/30/2023
Period Ending
r1Construction Progress and Inspection Report 11/25/2023
U.S. Department
of Transportation Airport Grant Program Project Number
Federal Aviation 3-05-0020-054-2023
Administration
Airport Name
Fayetteville-Drake Field
Project Description Contractor's Name
Wildlife Fence Rehabilitation Milestone Construction Company
1. Contract Time No. Days Charged to Date 54 Last Working Day Charged (Date) 11/25/2023
60 days
2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature
(On earthwork jobs, include soil conditions.)
Total Rainfall= 1.23"(11/19-0.3")(11/20-0.89")(11/21 -0.01")(11/25-0.03")
3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading,
drainage, base, surface, lighting, etc.)
Phase 1 Clearing and Grubbing- 100%; Phase 1 New Fence Construction-95%; Phase 1 Existing Fence Demolition- 100%; Phase 1
Fence Repairs-90%;Phase 1 Site Restoration-0%; Phase 1A Work-95%
4. Work Completed or In Progress this Period
Finished clearing and grubbing,continued fence repairs and miscellaneous items on new fence construction.
5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out-of-tolerance.)
South end gate post concrete cylinder 28-day breaks met required compressive strength of 3,000 psi.
South end line post concrete cylinder 28-day breaks met required compressive strength of 3,000 psi.
5b. Material (Identify material subject to pay reduction.)
None noted.
6. Description of Anticipated Work by Contractor for Next Period
Install obstruction lights,finish chain-link repairs,seeding,ground rod installation, relocate water gate structure, perform punchlist
walkthrough.
7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties,
etc. and actions taken.)
None noted.
SPONSOR'S INSPECTOR OR REPRESENTATIVE
Date Typed or Printed Name and Title Signature
11/28/2023 Logan Kiihnl, Project Engineer
FAA Form 5370-1 (7/21)SUPERCEDES PREVIOUS EDITION
OMB CONTROL NUMBER:2120-0569
EXPIRATION DATE:6/30/2023
Period Ending
r1Construction Progress and Inspection Report 12/01/2023
U.S. Department
of Transportation Airport Grant Program Project Number
Federal Aviation 3-05-0020-054-2023
Administration
Airport Name
Fayetteville-Drake Field
Project Description Contractor's Name
Wildlife Fence Rehabilitation Milestone Construction Company
1. Contract Time No. Days Charged to Date 60 Last Working Day Charged (Date) 12/01/2023
60 days
2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature
(On earthwork jobs, include soil conditions.)
Total rainfall=0.56"(11/26-0.05, 11/30-0.51")
3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading,
drainage, base, surface, lighting, etc.)
Phase 1 Clearing and Grubbing- 100%; Phase 1 New Fence Construction-100%; Phase 1 Existing Fence Demolition-100%; Phase 1
Fence Repairs-100%; Phase 1 Site Restoration- 100%; Phase 1A Work-100%
4. Work Completed or In Progress this Period
Finished fence repairs, replaced water gate, seeding, installed obstruction lights,scheduled final inspection,contract time stopped.
5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out-of-tolerance.)
None noted.
5b. Material (Identify material subject to pay reduction.)
None noted.
6. Description of Anticipated Work by Contractor for Next Period
Final inspection and punch list items.
7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties,
etc. and actions taken.)
None noted.
SPONSOR'S INSPECTOR OR REPRESENTA VE
Date Typed or Printed Name and Title Signature
12/05/2023 Logan Kiihnl, Project Engineer
FAA Form 5370-1 (7/21)SUPERCEDES PREVIOUS EDITION
41 I
r is
w
w..a: � • I r'i i
//Ai 1 i k,
'" -Ifig i'
rizIsh,i54.