Loading...
HomeMy WebLinkAbout187-24 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 187-24 File Number: 2024-292 FEDERAL AVIATION ADMINISTRATION DESIGN GRANT (APPLICATION AUTHORIZATION): A RESOLUTION TO AUTHORIZE THE APPLICATION FOR A FEDERAL AVIATION ADMINISTRATION DESIGN GRANT IN THE AMOUNT OF $238,500.00 TO FUND 90% OF THE COSTS FOR DESIGN AND BIDDING OF THE PROPOSED TAXIWAY E EXTENSION PROJECT AT DRAKE FIELD; TO EXECUTE THE GRANT UPON RECEIPT OF A FEDERAL AVIATION ADMINISTRATION GRANT OFFER; TO EXECUTE TASK ORDER 08 IN THE AMOUNT OF $257,000.00 WITH GARVER, LLC TO PROVIDE ENGINEERING DESIGN AND BIDDING SERVICES; AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, there are currently over 80 aircraft based east on the east side of the airfield; and WHEREAS, the southernmost taxiway providing access to the east side of the airfield is currently Taxiway E, located 3,400 feet from the Runway 16 threshold; and WHEREAS, under favorable conditions, most small to medium sized aircraft arriving on Runway 16 can decelerate in time to safely maneuver onto Taxiway D, however, larger aircraft, and smaller aircraft under unfavorable conditions are unable to decelerate prior to reaching Taxiway D and must exit the runway to the west then cross the runway at either Taxiway D or Taxiway C to reach their intended destination; and WHEREAS, this project will provide a new taxiway connector located 4,800 feet from the Runway 16 threshold; and WHEREAS, analysis of aircraft performance data from the Federal Aviation Administration (FAA) indicated increasing the available distance from 3,400 feet to 4,800 feet from the Runway 16 end will significantly reduce the number of aircraft having to cross the runway to access hangars on the east side of the airfield; and WHEREAS, reducing runway crossings will improve airport safety by reducing the potential for runway incursions. NOW, THEREFORE, 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 submit an application for an FAA Design Grant in the amount of $238,500.00 to fund 90% of project costs for design and bidding of the proposed Taxiway E Extension Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to execute the grant upon receipt of an FAA grant offer. Page 1 Resolution: 187-24 File Number.' 2024-292 Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to execute Task Order 08 with Garver, LLC in the amount of $257,000.00 to provide engineering design and bidding services. 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 July 16, 2024 Page 2 Attest: `���t t ►iii� QI\I Y O,c ••G Kara Paxton, City CIA Treasurer _U: FAYETTEVILLL;� G •. = '%9s,'.�QKANSP• Jam`. i�A .••.• O �� /111 �OtA CITY OF FAYETTEVILLE ARKANSAS MEETING OF JULY 16, 2024 TO: Mayor Jordan and City Council CITY COUNCIL MEMO 2024-292 THRU: Susan Norton, Chief of Staff FROM: Jared Rabren, Airport Director SUBJECT: FYV Taxiway E Extension Design —FAA AIP Grant and Garver Task Order 08 RECOMMENDATION: Airport requests to pursue a Federal Aviation Administration design grant to fund 90% of project costs for design and bidding of the proposed Taxiway E Extension project at Drake Field. 1. Submit an FAA Grant Application in the amount of $238,500.00 (90% of Total Project Costs). 2. Execute the grant upon receipt of an FAA Grant Offer (anticipated Summer 2024). 3. Execute Task Order 08 for $257,000.00 with Garver to provide engineering design and bidding services. 4. Approve and process a budget adjustment. BACKGROUND: There are currently over 80 aircraft based east on the east side of the airfield. The southernmost taxiway providing access to the east side of the airfield is currently Taxiway E, located 3,400 ft from the Runway 16 threshold. Under favorable conditions, most small- to medium sized aircraft arriving on Runway 16 can decelerate in time to safely maneuver onto Taxiway D. However; larger aircraft, and smaller aircraft under unfavorable conditions, are unable to decelerate prior to reaching Taxiway D and must exit the runway to the west. These aircraft must then cross the runway at either Taxiway D or Taxiway C to reach their intended destination. This project will provide a new taxiway connector located 4,800 ft from the Runway 16 threshold. Analysis of aircraft performance data available from the FAA indicates increasing the available distance from 3,400 ft to 4,800 ft from the Runway 16 end will significantly reduce the number of aircraft having to cross the runway to access hangars on the east side of the airfield. Reducing runway crossings will improve airport safety by reducing the potential for runway incursions. This project is included in the Airport's 5-year Capital Improvement Plan (CIP). The first phase of this project included completing an Environmental Assessment (EA). The EA was funded using a FY2023 FAA AIP Grant (Grant No. 3-05-0020-053-2023). A Finding of No Significant Impact (FONSI) and Record of Determination was issued by the FAA on June 12, 2024. The second phase of the project includes design and bidding, which is programmed for an FAA AIP grant in FY 2024. Construction will be funded under a future FAA grant programmed for FY 2026 DISCUSSION: The Aviation Division is requesting permission to apply for an FAA AIP Grant in the amount of $238,500.00, to execute the grant upon receipt of a Grant Offer, and to execute Task Order 08 with Garver, LLC in the amount of $257.000.00 to provide project design and bidding services. The FAA AIP grant will cover 90% of project Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 costs. The Aviation Division will submit a grant application to the Arkansas Department of Aeronautics (ADA) for reimbursement of the remaining 10% of project costs at the conclusion of the design and bidding phase. Below is a summary of the anticipated costs and funding breakdown for this grant. Federal FY 2024 - Taxiway E Extension Design and Biddin_p Administration and Other Costs*: Garver Task Order 08 (Design and Biddin TOTAL (Environmental Assessment): *Amount estimated at this time. BUDGET/STAFF IMPACT: FAA: $238,500.00 $8000.00 ADA: $26,500.00 $257,000.00 City: $0.00 $265,000.00 TOTAL: $265,000.00 The Aviation Division may expend up to $26,500 of its fund balance reserve. This amount includes the cash - flow to cover the ADA's 10% share of billed invoices until reimbursement at the end of the project. ATTACHMENTS: SRF (#3), BA (#4), FYV Taxiway E Design Services - Grant Application Package - FINAL (Reduced) (#5) 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 #: 2024-292 FYV Taxiway E Extension Design —FAA AIP Grant and Garver Task Order 08 A RESOLUTION TO AUTHORIZE THE APPLICATION FOR A FEDERAL AVIATION ADMINISTRATION DESIGN GRANT IN THE AMOUNT OF $238,500.00 TO FUND 90% OF THE COSTS FOR DESIGN AND BIDDING OF THE PROPOSED TAXIWAY E EXTENSION PROJECT AT DRAKE FIELD; TO EXECUTE THE GRANT UPON RECEIPT OF A FEDERAL AVIATION ADMINISTRATION GRANT OFFER; TO EXECUTE TASK ORDER 08 IN THE AMOUNT OF $257,000.00 WITH GARVER, LLC TO PROVIDE ENGINEERING DESIGN AND BIDDING SERVICES; AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, there are currently over 80 aircraft based east on the east side of the airfield; and WHEREAS, the southernmost taxiway providing access to the east side of the airfield is currently Taxiway E, located 3,400 feet from the Runway 16 threshold; and WHEREAS, under favorable conditions, most small to medium sized aircraft arriving on Runway 16 can decelerate in time to safely maneuver onto Taxiway D, however, larger aircraft, and smaller aircraft under unfavorable conditions are unable to decelerate prior to reaching Taxiway D and must exit the runway to the west then cross the runway at either Taxiway D or Taxiway C to reach their intended destination; and WHEREAS, this project will provide a new taxiway connector located 4,800 feet from the Runway 16 threshold; and WHEREAS, analysis of aircraft performance data from the Federal Aviation Administration (FAA) indicated increasing the available distance from 3,400 feet to 4,800 feet from the Runway 16 end will significantly reduce the number of aircraft having to cross the runway to access hangars on the east side of the airfield; and WHEREAS, reducing runway crossings will improve airport safety by reducing the potential for runway incursions. NOW, THEREFORE, 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 submit an application for an FAA Design Grant in the amount of $238,500.00 to fund 90% of project Page 1 Resolution: 187-24 File Number: 2024-292 costs for design and bidding of the proposed Taxiway E Extension Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to execute the grant upon receipt of an FAA grant offer. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to execute Task Order 08 with Garver, LLC in the amount of $257,000.00 to provide engineering design and bidding services. 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 2 City of Fayetteville Staff Review Form City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Jared Rabren Submitted By Submitted Date Action Recommendation: 6/24/2024 AIRPORT SERVICES (760) Division / Department Airport requests to pursue a Federal Aviation Administration design grant to fund 90% of project costs for design and bidding of the proposed Taxiway E Extension project at Drake Field. 1. Submit an FAA Grant Application in the amount of $238,500.00 (90% of Total Project Costs). 2. Execute the grant upon receipt of an FAA Grant Offer (anticipated Summer 2024). 3. Execute Task Order 08 for $257,000.00 with Garver to provide engineering design and bidding services. 4. Approve and process a budget adjustment. Budget Impact: 5550.760.3960-5+t4M. 5S 6 O / 0 Z Airport Account Number °3 za 2024 Project Number Budgeted Item? No Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Purchase Order Number: Change Order Number: Original Contract Number: Comments: Fund Taxiway E Extension -Design Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 257,000.00 $ 265,000.00 VZUZZ 7 7 JU Previous Ordinance or Resolution # Approval Date: City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number AIRPORT SERVICES (760) /Org2 2024 Requestor: Dee Simpson BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Airport asks for approval of a budget adjustment to recongize $238,500 in Federal Aviation Grant funds, as well as to $26,500 of its fund balance reserve. This amount includes the cash -flow to cover the ADA's 10% share of billed invoices until reimbursement at the end of the project COUNCIL DATE: 7/16/2024 ITEM ID#: 2024-292 Holly Black 6/27/202q 3:33 Pln RESOLUTION/ORDINANCE Budget Division Date TYPE: D - (City Council) JOURNAL #: GLDATE: CHKD/POSTED: TOTAL Account Number 265,000 265,000 Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.2024522 Account Name 5550.760.3960-5860.02 265,000 - 32305 2024 EX Capital Prof Svcs - Engineering/Architecture 5550.760.3960-4309.00 5550.760.3940-4999.99 - - 238,500 26,500 32305 2024 RE RE Federal Grants - Capital Use Fund Balance - Current I of 1 Y = FAYETTEVILLE ARKANSAS July 2, 2024 Federal Aviation Administration Attn: Ms. Lauren Kennedy 10101 Hillwood Parkway Fort Worth, TX 76177 Re: Fayetteville — Drake Field Taxiway E Extension — Design FAA Grant Application (3-05-0020-056-2024) Dear Ms. Kennedy: We are pleased to submit our application for a FY 2024 design grant for our Taxiway E Extension project. If you have any questions regarding the application, please feel free to contact me or Kyle Bennett with Garver. Sincerely, Jared Rabren Airport Director City of Fayetteville Attachments: SF 424 Application FAA Form 5100-100 Sponsor Certifications Record of Negotiations Engineering Contract Exhibit A — Airport Property Map OMB Number: 4040-0004 Expiration Date: 11/30/2025 Application for Federal Assistance SF-424 *1. Type of Submission: ❑ Preapplication ❑X Application ❑ Changed/Corrected Application *2. Type of Application * If Revision, select appropriate letter(s): ❑X New ❑ Continuation * Other (Specify) ❑ Revision *3. Date Received: 4. Applicant Identifier: 07/02/2024 FYV 5a. Federal Entity Identifier: *5b. Federal Award Identifier: State Use Only: 6. Date Received by State: 7. State Application Identifier: B. APPLICANT INFORMATION: *a. Legal Name: City of Fayetteville *b. Employer/Taxpayer Identification Number (EIN/TIN): 71-6018462 *c. UEI: JNDMR71 AKHT3 d. Address: *Street 1: 4500 S School Avenue Street 2: *City: Fayetteville County/Parish: *State: AR *Province: *Country: USA: United States *Zip / Postal Code 72701-8016 e. Organizational Unit: Department Name: Transportation Division Name: Aviation f. Name and contact information of person to be contacted on matters involving this application: Prefix: Mr. *First Name: Jared Middle Name: *Last Name: Rabren Suffix: Title: Aviation Director Organizational Affiliation: City of Fayetteville Aviation Division, Drake Field, FYV *Telephone Number: 479-718-7642 Fax Number: (479) 718-7646 *Email: jrabren@fayetteville-ar.gov Application for Federal Assistance SF-424 *9. Type of Applicant 1: Select Applicant Type: C: City or Township Government Type of Applicant 2: Select Applicant Type: Pick an applicant type Type of Applicant 3: Select Applicant Type: Pick an applicant type *Other (Specify) *10. Name of Federal Agency: Federal Aviation Administration 11. Catalog of Federal Domestic Assistance Number: 20.106 CFDA Title: Airport Improvement Program *12. Funding Opportunity Number: N/A *Title: N/A 13. Competition Identification Number: N/A Title: N/A 14. Areas Affected by Project (Cities, Counties, States, etc.): *15. Descriptive Title of Applicant's Project: Taxiway E Extension Design Attach supporting documents as specified in agency instructions. Application for Federal Assistance SF-424 16. Congressional Districts Of: *a. Applicant: AR-003 *b. Program/Project: AR-003 Attach an additional list of Program/Project Congressional Districts if needed. 17. Proposed Project: *a. Start Date: 08/01/2024 *b. End Date: 06/30/2026 18. Estimated Funding (E): *a. Federal $ 238,500 *b. Applicant $ 0 *c. State $ 26,500 *d. Local $ 0 *e. Other $ 0 *f. Program Income $ 0 *g. TOTAL $ 265,000 *19. Is Application Subject to Review By State Under Executive Order 12372 Process? ❑ a. This application was made available to the State under the Executive Order 12372 Process for review on ❑ b. Program is subject to E.O. 12372 but has not been selected by the State for review. ❑X c. Program is not covered by E.O. 12372. *20. Is the Applicant Delinquent On Any Federal Debt? ❑ Yes OX No If "Yes", explain: 21. *By signing this application, I certify (1) to the statements contained in the list of certifications** and (2) that the statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances** and agree to comply with any resulting terms if I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U. S. Code, Title 218, Section 1001) 0 ** I AGREE ** The list of certifications and assurances, or an internet site where you may obtain this list, is contained in the announcement or agency specific instructions. Authorized Representative: Prefix: *First Name: Lioneld Middle Name: *Last Name: Jordan Suffix: *Title: Mayor, City of Fayetteville *Telephone Number: 479-575-8330 Fax Number: * Email: Ijordan@fayetteville-ar.gov *Signature of Authorized Representative: -Date Signed: 7 V " 7 U.S. Department of Transportation 1v Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 12/31/2026 Application for Federal Assistance (Development and Equipment Projects) PART II — PROJECT APPROVAL INFORMATION Part II - SECTION A The term "Sponsor" refers to the applicant name provided in box 8 of the associated SF-424 form. Item 1. Does Sponsor maintain an active registration in the System for Award Management 0 Yes ❑ No (www.SAM.gov)? Item 2. Can Sponsor commence the work identified in the application in the fiscal year the ❑X Yes El No El N/A grant is made or within six months after the grant is made, whichever is later? Item 3. Are there any foreseeable events that would delay completion of the project? If yes, ❑ Yes ❑X No ❑ N/A provide attachment to this form that lists the events. Item 4. Will the project(s) covered by this request have impacts or effects on the environment that require mitigating measures? If yes, attach a summary listing of ❑X Yes ❑ No ❑ N/A mitigating measures to this application and identify the name and date of the environmental document(s). Item 5. Is the project covered by this request included in an approved Passenger Facility ❑ Yes 0 No ❑ N/A Charge (PFC) application or other Federal assistance program? If yes, please identify other funding sources by checking all applicable boxes. ❑ The project is included in an approved PFC application. If included in an approved PFC application, does the application only address AIP matching share? ❑ Yes ❑ No ❑ The project is included in another Federal Assistance program. Its CFDA number is below. Item 6. Will the requested Federal assistance include Sponsor indirect costs as described in ❑ Yes 0 No ❑ N/A 2 CFR Appendix VII to Part 200, States and Local Government and Indian Tribe Indirect Cost Proposals? If the request for Federal assistance includes a claim for allowable indirect costs, select the applicable indirect cost rate the Sponsor proposes to apply: ❑ De Minimis rate of 10% as permitted by 2 CFR § 200.414. ❑ Negotiated Rate equal to % as approved by (the Cognizant Agency) on (Date) (2 CFR part 200, appendix VII). Note: Refer to the instructions for limitations of application associated with claiming Sponsor indirect costs. FAA Form 5100-100 (1/24) SUPERSEDES PREVIOUS EDITION Page 1 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 12/31/2026 PART II - SECTION B Certification Regarding Lobbying The declarations made on this page are under the signature of the authorized representative as identified in box 21 of form SF-424, to which this form is attached. The term "Sponsor" refers to the applicant name provided in box 8 of the associated SF-424 form. The Authorized Representative certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Sponsor, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the Authorized Representative shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The Authorized Representative shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. FAA Form 5100-100 (1/24) SUPERSEDES PREVIOUS EDITION Page 2 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 12/31/2026 PART II — SECTION C The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use — The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: The Sponsor has adopted Drake Field Ordinance 2607, which regulates and restricts all land use activities in the vicinity of Fayetteville -Drake Field. Adopted January 20, 1980 and as amended. 2. Defaults — The Sponsor is not in default on any obligation to the United States or any agency of the United States Government relative to the development, operation, or maintenance of any airport, except as stated herewith: None 3. Possible Disabilities — There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of the Grant Assurances, either by limiting its legal or financial ability or otherwise, except as follows: None 4. 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. True 5. Consideration of Local Interest — It has given fair consideration to the interest of communities in or near where the project may be located. True 6. Consultation with Users — In making a decision to undertake an airport development project under Title 49, United States Code, it has consulted with airport users that will potentially be affected by the project (§ 47105(a)(2)). True 7. 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. N/A 8. Air and Water Quality Standards — In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable and air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. N/A FAA Form 5100-100 (1/24) SUPERSEDES PREVIOUS EDITION Page 3 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 12/31/2026 PART II — SECTION C (Continued) 9. Exclusive Rights — There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the Sponsor except as follows: None 10. Land — (a) The sponsor holds the following property interest in the following areas of land, which are to be developed or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A". [1] The sponsor holds all property as shown on the most recent update to the airport's master plan and the attached Exhibit A. The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A". [1] N/A (c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction work under the Project, the following property interest in the following areas of land which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit "A". [1] N/A ' State the character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. FAA Form 5100-100 (1/24) SUPERSEDES PREVIOUS EDITION Page 4 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 12/31/2026 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A —GENERAL 1. Assistance Listing Number: 20.106 2. Functional or Other Breakout: 3-05-0020-56-2024 SECTION B — CALCULATION OF FEDERAL GRANT Cost Classification Latest Approved Amount (Use only for revisions) Adjustment + or (-) Amount (Use only for revisions Total Amount Required 1. Administration expense $ 8,000 2. Preliminary expense 3. Land, structures, right-of-way 4. Architectural engineering basic fees 257,000 5. Other Architectural engineering fees 6. Project inspection fees 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal 11. Construction and project improvement 12. Equipment 13. Miscellaneous 14. Subtotal (Lines 1 through 13) $ 265,000 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 265,000 17. Less: Ineligible Exclusions (Section C, line 23 g.) 18. Subtotal (Lines 16 through 17) $ 265,000 19. Federal Share requested of Line 18 238,500 20. Grantee share 21. Other shares 26,500 22. TOTAL PROJECT (Lines 19,20 & 21) $ 265,000 FAA Form 5100-100 (1/24) SUPERSEDES PREVIOUS EDITION Page 5 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 12/31/2026 SECTION C — EXCLUSIONS 23. Classification (Description of non -participating work) Amount Ineligible for Participation a. b. C. d. e. f. g. Total SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 24. Grantee Share — Fund Categories Amount a. Securities b. Mortgages c. Appropriations (by Applicant) d. Bonds e. Tax Levies f. Non -Cash g. Other (Explain): h. TOTAL - Grantee share 25. Other Shares Amount a. State 26,500 b. Other c. TOTAL - Other Shares 26. TOTAL NON-FEDERAL FINANCING SECTION E — REMARKS (Attach sheets if additional space is required) 10% share of Al eligible costs will be reimbursed by an Arkansas Department of Aeronautics grant. FAA Form 5100-100 (1/24) SUPERSEDES PREVIOUS EDITION Page 6 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 12/31/2026 PART IV — PROGRAM NARRATIVE (Suggested Format) PROJECT: Taxiway E Extension Design AIRPORT: Fayetteville - Drake Field 1. Objective: This phase of the project will be to complete design of an 1800 ft extension of Taxiway E to the south in line with Taxiway B. This design phase follows the Environmental Assessment phase completed under AIP Grant 3-05-0020-053-2023. A Finding of No Significant Impact (FONSI) an Record of Decision (ROD) was issued June 2024. 2. Benefits Anticipated: The planned extension of Taxiway E will eliminate runway crossing at Taxiway C & D by aircraft wishing to access the east side of the airfield following a Runway 16 arrival. The overall project will improve safety at FYV by eliminating unnecessary runway crossings. 3. Approach: (See approved Scope of Work in Final Application) Design and Bidding in FY 2024 with construction programmed for FY 2026. 4. Geographic Location: 4500 South Scool Ave, Fayetteville, AR 72701-8016 5. If Applicable, Provide Additional Information: 6. Sponsor's Representative: (include address & telephone number) Mr. Jared Rabren, Airport Director 4500 South School Ave Fayetteville, AR 72701 FAA Form 5100-100 (1/24) SUPERSEDES PREVIOUS EDITION Page 7 of 7 U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 Federal Aviation Administration EXPIRATION DATE: 12/31/2026 Drug -Free Workplace Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-056-2024 Description of Work: Taxiway E Extension Design Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug -free workplace within federal grant programs are described in 2 CFR part 182. Sponsors are required to certify they will be, or will continue to provide, a drug -free workplace in accordance with the regulation. The AIP project grant agreement contains specific assurances on the Drug -Free Workplace Act of 1988. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement 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. A statement has been or will be published prior to commencement of project notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition (2 CFR § 182.205). p Yes ❑ No ❑ N/A 2. An ongoing drug -free awareness program (2 CFR § 182.215) has been or will be established prior to commencement of project to inform employees about: a. The dangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug -free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. p Yes ❑ No ❑ N/A FAA Form 5100-130 (2/24) SUPERSEDES PREVIOUS EDITION Page 1 of 3 3. Each employee to be engaged in the performance of the work has been or will be given a copy of the statement required within item 1 above prior to commencement of project (2 CFR § 182.210). 0 Yes ❑ No ❑ N/A 4. Employees have been or will be notified in the statement required by item 1 above that, as a condition employment under the grant (2 CFR § 182.205(c)), the employee will: a. Abide by the terms of the statement; and b. Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. p Yes ❑ No ❑ N/A 5. The Federal Aviation Administration (FAA) will be notified in writing within 10 calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction (2 CFR § 182.225). Employers of convicted employees must provide notice, including position title of the employee, to the FAA (2 CFR § 182.300). p Yes ❑ No ❑ N/A 6. One of the following actions (2 CFR § 182.225(b)) will be taken within 30 calendar days of receiving a notice under item 4b above with respect to any employee who is so convicted: a. Take appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; and b. Require such employee to participate satisfactorily in drug abuse assistance or rehabilitation programs approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency. p Yes ❑ No ❑ N/A 7. A good faith effort will be made, on a continuous basis, to maintain a drug -free workplace through implementation of items 1 through 6 above (2 CFR § 182.200). p Yes ❑ No ❑ N/A Site(s) of performance of work (2 CFR § 182.230): Location 1 Name of Location: Fayetteville - Drake Field Address: 4500 South School Avenue, Fayetteville, AR 72701-8016 Location 2 (if applicable) Name of Location: Address: Location 3 (if applicable) Name of Location: Address: FAA Form 5100-130 (2/24) SUPERSEDES PREVIOUS EDITION Page 2 of 3 Attach documentation clarifying any above item marked with a "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 I u day of J w 1,� , 2024 Name of Sponsor: City of Fayetteville J Name of Sponsor's Authorized Official: Honorable Lioneld Jordan Title of Sponsor's Authorized Official: Mayor, Ci of Fayettevill Signature of Sponsor's Authorized Official- I declare under penalty of perjury that the foregoing is tru a correct. I understand that knowingly and willfully providing false information to the federal governm nt is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-130 (2/24) SUPERSEDES PREVIOUS EDITION Page 3 of 3 U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 Federal Aviation Administration EXPIRATION DATE: 12/31/2026 Selection of Consultants Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-056-2024 Description of Work: Taxiway E Extension Design Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements for selection of consultant services within federal grant programs are described in 2 CFR §§ 200.317-200.326. Sponsors may use other qualifications -based procedures provided they are equivalent to standards of Title 40 chapter 11 and FAA Advisory Circular 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement 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. Sponsor acknowledges their responsibility for the settlement of all contractual and administrative issues arising out of their procurement actions (2 CFR § 200.318(k)). p Yes ❑ No ❑ N/A 2. Sponsor procurement actions ensure or will ensure full and open competition that does not unduly limit competition (2 CFR § 200.319). p Yes ❑ No ❑ N/A 3. Sponsor has excluded or will exclude any entity that develops or drafts specifications, requirements, or statements of work associated with the development of a request -for - qualifications (RFQ) from competing for the advertised services (2 CFR § 200.319). p Yes ❑ No ❑ N/A FAA Form 5100-134 (2/24) SUPERSEDES PREVIOUS EDITION Page 1 of 3 4. The advertisement describes or will describe specific project statements -of -work that provide clear detail of required services without unduly restricting competition (2 CFR § 200.319). p Yes ❑ No ❑ N/A 5. Sponsor has publicized or will publicize a RFQ that: a. Solicits an adequate number of qualified sources (2 CFR § 200.320(d)); and b. Identifies all evaluation criteria and relative importance (2 CFR § 200.320(d)). 0 Yes ❑ No ❑ N/A 6. Sponsor has based or will base selection on qualifications, experience, and disadvantaged business enterprise participation with price not being a selection factor (2 CFR § 200.320(d)). p Yes ❑ No ❑ N/A 7. Sponsor has verified or will verify that agreements exceeding $25,000 are not awarded to individuals or firms suspended, debarred or otherwise excluded from participating in federally assisted projects (2 CFR §180.300). p Yes ❑ No ❑ N/A 8. A/E services covering multiple projects: Sponsor has agreed to or will agree to: a. Refrain from initiating work covered by this procurement beyond five years from the date of selection (AC 150/5100-14); and b. Retain the right to conduct new procurement actions for projects identified or not identified in the RFQ (AC 150/5100-14). 0 Yes ❑ No ❑ N/A 9. Sponsor has negotiated or will negotiate a fair and reasonable fee with the firm they select as most qualified for the services identified in the RFQ (2 CFR § 200.323). 0 Yes ❑ No ❑ N/A 10. The Sponsor's contract identifies or will identify costs associated with ineligible work separately from costs associated with eligible work (2 CFR § 200.302). ❑ Yes ❑ No p N/A 11. Sponsor has prepared or will prepare a record of negotiations detailing the history of the procurement action, rationale for contract type and basis for contract fees (2 CFR §200.318(i)). p Yes ❑ No ❑ N/A 12. Sponsor has incorporated or will incorporate mandatory contact provisions in the consultant contract for AIP-assisted work (49 U.S.C. Chapter 471 and 2 CFR part 200 Appendix II) p Yes ❑ No ❑ N/A FAA Form 5100-134 (2/24) SUPERSEDES PREVIOUS EDITION Page 2 of 3 13. For contracts that apply a time -and -material payment provision (also known as hourly rates, specific rates of compensation, and labor rates), the Sponsor has established or will establish: a. Justification that there is no other suitable contract method for the services (2 CFR §200.3180)); b. A ceiling price that the consultant exceeds at their risk (2 CFR §200.3180)); and c. A high degree of oversight that assures consultant is performing work in an efficient manner with effective cost controls in place 2 CFR §200.3180)). p Yes ❑ No ❑ N/A 14. Sponsor is not using or will not use the prohibited cost -plus -percentage -of -cost (CPPC) contract method. (2 CFR § 200.323(d)). 0 Yes ❑ No ❑ 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. I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. Executed on this I �;' day of V�)1 � I tj , 2024 l , Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: Honorable Lioneld Title of Sponsor's Authorized Official: Mayor, C,f�y of Signature of Sponsor's Authorized Offi I declare under penalty of perjury that the foregoing is true nd orrect. I understand that knowingly and willfully providing false information to the federal governor s a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-134 (2/24) SUPERSEDES PREVIOUS EDITION Page 3 of 3 U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 Federal Aviation Administration EXPIRATION DATE: 12/31/2026 Project Plans and Specifications Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-056-2024 Description of Work: Taxiway E Extension Design Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). Labor and civil rights standards applicable to AIP are established by the Department of Labor (www.dol.gov/). AIP Grant Assurance CA —General Federal Requirements identifies applicable federal laws, regulations, executive orders, policies, guidelines and requirements for assistance under AIP. A list of current advisory circulars with specific standards for procurement, design or construction of airports, and installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement 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 plans and specifications were or will be prepared in accordance with applicable federal standards and requirements, so that no deviation or modification to standards set forth in the advisory circulars, or FAA -accepted state standard, is necessary other than those explicitly approved by the Federal Aviation Administration (FAA) (14 USC § 47105). p Yes ❑ No ❑ N/A 2. Specifications incorporate or will incorporate a clear and accurate description of the technical requirement for the material or product that does not contain limiting or proprietary features that unduly restrict competition (2 CFR §200.319). p Yes ❑ No ❑ N/A FAA Form 5100-132 (2/24) SUPERSEDES PREVIOUS EDITION Page 1 of 3 3. The development that is included or will be included in the plans is depicted on the current airport layout plan as approved by the FAA (14 USC § 47107). 0 Yes ❑ No ❑ N/A 4. Development and features that are ineligible or unallowable for AIP funding have been or will be omitted from the plans and specifications (FAA Order 5100.38, par. 3-43). 0 Yes ❑ No ❑ N/A 5. The specification does not use or will not use "brand name" or equal to convey requirements unless sponsor requests and receives approval from the FAA to use brand name (FAA Order 5100.38, Table U-5). 0 Yes ❑ No ❑ N/A 6. The specification does not impose or will not impose geographical preference in their procurement requirements (2 CFR §200.319(b) and FAA Order 5100.38, Table U-5). 0 Yes ❑ No ❑ N/A 7. The use of prequalified lists of individuals, firms or products include or will include sufficient qualified sources that ensure open and free competition and that does not preclude potential entities from qualifying during the solicitation period (2 CFR §319(d)). 0 Yes ❑ No ❑ N/A 8. Solicitations with bid alternates include or will include explicit information that establish a basis for award of contract that is free of arbitrary decisions by the sponsor (2 CFR § 200.319(a)(7)). 0 Yes ❑ No ❑ N/A 9. Concurrence was or will be obtained from the FAA if Sponsor incorporates a value engineering clause into the contract (FAA Order 5100.38, par. 3-57). 0 Yes ❑ No ❑ N/A 10. The plans and specifications incorporate or will incorporate applicable requirements and recommendations set forth in the federally approved environmental finding (49 USC §47106(c)). 0 Yes ❑ No ❑ N/A 11. The design of all buildings comply or will comply with the seismic design requirements of 49 CFR § 41.120. (FAA Order 5100.38d, par. 3-92) ❑ Yes ❑ No 0 N/A 12. The project specification include or will include process control and acceptance tests required for the project by as per the applicable standard: a. Construction and installation as contained in Advisory Circular (AC) 150/5370-10. 0 Yes ❑ No ❑ N/A FAA Form 5100-132 (2/24) SUPERSEDES PREVIOUS EDITION Page 2 of 3 b. Snow Removal Equipment as contained in AC 150/5220-20. ❑ Yes ❑ No 59 N/A c. Aircraft Rescue and Fire Fighting (ARFF) vehicles as contained in AC 150/5220-10. []Yes []No 59N/A 13. For construction activities within or near aircraft operational areas(AOA): a. The Sponsor has or will prepare a construction safety and phasing plan (CSPP) conforming to Advisory Circular 150/5370-2. b. Compliance with CSPP safety provisions has been or will be incorporated into the plans and specifications as a contractor requirement. c. Sponsor will not initiate work until receiving FAA's concurrence with the CSPP (FAA Order 5100.38, Par. 5-29). ❑x Yes ❑ No ❑ N/A 14. The project was or will be physically completed without federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design (49 USC §47110(b)(1) and FAA Order 5100.38d, par. 3-100). 0 Yes ❑ No ❑ N/A Attach documentation clarifying any above item marked with "No" response. Sponsor's Certification 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 (y( day of �J u2024 Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: Honorable Lioneld Jordan Title of Sponsor's Authorized Official: Mayor, City of Fhgetteville Signature of Sponsor's Authorized Officia I declare under penalty of perjury that the foregoing is true f�ii "correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-132 (2/24) SUPERSEDES PREVIOUS EDITION Page 3 of 3 U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 Federal Aviation Administration EXPIRATION DATE: 12/31/2026 Certification and Disclosure Regarding Potential Conflicts of Interest Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-056-2024 Description of Work: Taxiway E Extension Design Application Title 2 CFR § 200.112 and § 1201.112 address Federal Aviation Administration (FAA) requirements for conflict of interest. As a condition of eligibility under the Airport Improvement Program (AIP), sponsors must comply with FAA policy on conflict of interest. Such a conflict would arise when any of the following have a financial or other interest in the firm selected for award: a) The employee, officer or agent, b) Any member of his immediate family, c) His or her partner, or d) An organization which employs, or is about to employ, any of the above. Selecting "Yes" represents sponsor or sub -recipient acknowledgement and confirmation of the certification statement. Selecting "No" represents sponsor or sub -recipient disclosure that it cannot fully comply with the certification statement. If "No" is selected, provide support information explaining the negative response as an attachment to this form. This includes whether the sponsor has established standards for financial interest that are not substantial or unsolicited gifts are of nominal value (2 CFR § 200.318(c)). 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. Certification Statements The sponsor or sub -recipient maintains a written standards of conduct governing conflict of interest and the performance of their employees engaged in the award and administration of contracts (2 CFR § 200.318(c)). To the extent permitted by state or local law or regulations, such standards of conduct provide for penalties, sanctions, or other disciplinary actions for violations of such standards by the sponsor's and sub -recipient's officers, employees, or agents, or by contractors or their agents. p Yes ❑ No FAA Form 5100-135 (2/24) SUPERSEDES PREVIOUS EDITION Page 1 of 2 2. The sponsor's or sub -recipient's officers, employees or agents have not and will not solicit or accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties to sub -agreements (2 CFR § 200.318(c)). 0 Yes ❑ No 3. The sponsor or sub -recipient certifies that is has disclosed and will disclose to the FAA any known potential conflict of interest (2 CFR § 1200.112). ❑x Yes ❑ No Attach documentation clarifying any above item marked with "no" response. Sponsor's Certification certify, for the project identified herein, responses to the forgoing items are accurate as marked and have the explanation for any item marked "no" is correct and complete. Executed on this I t jt day of J t I i j� 2024 Name of Sponsor: City of Fayetteville \ J Name of Sponsor's Authorized Official: Honorable Lioneld Jordan Title of Sponsor's Authorized Official: Mayor, City of F/l Itteville Signature of Sponsor's Authorized I declare under penalty of perjury that the foregoing is truend,96rrect. I understand that knowingly and willfully providing false information to the federal governm n ' a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-135 (2/24) SUPERSEDES PREVIOUS EDITION Page 2 of 2 ENGINEERING SERVICES RECORD OF NEGOTIATION Fayetteville — Drake Field Taxiway E Extension Design Anticipated A.I.P. Grant: 3-05-0020-056-2024 Engineering Contract • On May 7, 2024, Jared Rabren, City of Fayetteville, requested a scope of services from Garver for design services for a "Taxiway E Extension Design" project. • On May 14, 2024, Garver sent a scope of services for the "Taxiway E Extension Design" project to Jared Rabren to review. • On May 15, 2024, Garver, on behalf of the Airport, submitted the scope to Lauren Kennedy, FAA for review. • The sponsor utilized Parrish & Partners of Charlotte, North Carolina to perform an independent fee estimate (IFE). The IFE was completed on June 6, 2024. A copy of the IFE is attached to this document. The results of the IFE are as follows: Taxiway E Extension Design IFE (Parrish & Partners) - $234,963.00 • Garver submitted a contract to the sponsor on June 12, 2024. A copy of the contract submission is included in the grant application. Garver's total contract fee is as follows: Taxiway E Extension Design (Garver) - $257,000.00 • The submitted contract was within 10 percent of the IFE. The negotiations were conducted in good faith to ensure the fees are fair and reasonable. PARRISH&PARTNERS 6701 CARMEL ROAD, SUITE 210 • CHARLOTTE, NC • 28226 1 0: 980.819.0490 • F: 980.819.0491 PARRISHANDPARTNERS.COM June 6, 2024 via e-mail Jared M. Rabren, Airport Director City of Fayetteville 4500 S. School Ave. Fayetteville, AR 72701 jrabren@fayetteville-ar.gov Re: Independent Fee Estimate (IFE) Taxiway E Extension Drake Field (FYV) Dear Jared: As requested, Parrish and Partners has prepared an Independent Fee Estimate (IFE) for the above referenced project using the following, previously provided scope documents and information: 1. Scope of Services — "Appendix A-08" — received via email on 05/30/2024 2. Fee Spreadsheet w/Work Task Descriptions — received via email on 05/30/2024 3. Project Exhibit C-08 — received via email on 05/30/2024 The results of our evaluation are summarized in the attached "IFE — FEE SUMMARY" page. We prepared estimated fees for each of the seven Service Elements listed in the Exhibit B-08 spreadsheet provided to us, which included scope elements and tasks referenced in the provided Scope of Services (SOS). As seen in the summary, the total estimated fee for All As per the current guidelines, if a consultant's proposed fee is within 10% of the independent fee estimate, that fee is typically considered fair and reasonable. Please keep in mind, some funding agencies may conduct a separate review of the proposed fees or have additional guidelines or requirements. Mr. Jared Rabren June 6, 2024 Page 2 of 2 The following assumptions have been made in preparation of the IFE: • General Assumptions o Activity/Task line items listed per provided documents, utilizing the provided fee spreadsheet o Direct and Reimbursable expenses were estimated based on previous fees from similar projects which has been found to be approximately 5% of the labor costs. o The provided spreadsheet included multiple labor classifications, described with letters and numbers. We are not aware of those designations, therefore our fee is based on seven labor classifications, as described in the header for each column, with exception of the survey task, where it was assumed all work would be done by the two -man survey crew. o Although the provided spreadsheet included input locations for Overhead, Profit, etc., the billing rates we included for evaluation are "fully loaded". Therefore, the billing rates include overhead, profit, and fee. o Travel time for meetings was assumed to be 1 hour each direction, with 2 hours per meeting besides the bid opening, which will be 1 hour. • Survey Assumptions o Parrish & Partners does not perform survey work and therefore estimated survey fee based on prior experience with subconsultants. • Geotechnical Assumptions o Subconsultant fee was assumed based on prior experience with similar projects at approximately $1,200 per boring. • Preliminary Design Assumptions o No hours were assigned for the Create Existing Conditions Model task as it was stated that it is under the FYV AMP Scope • Bidding Assumptions o It was assumed that there would be no more than two RFIs processed and two addended published. We greatly appreciate the opportunity to provide continued service to Fayetteville Aviation. If you have any questions or need additional information, please feel free to contact me. Sincerely, , IWALI- Hillary Crawford, EIT cc.: Jon McCalmont, PE Enclosure: Workhour and Fee Summary (Exhibit B-08; IFE — Fee Summary) — 11 pages Exhibit B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION prepared by: PARRISH&PARTNERS prepared on: 06/06/2024 FEE SUMMARY Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant Fee. Service Estimated Fees Surveying Services $ 11,911.00 Geotechnical $ 13,991.00 Preliminary Design $ 116,993.00 Final Design $ 64,397.00 CLOMR Coordination $ 10,806.60 Bidding Services $ 12,526.50 Grant Closeout Services $ 4,338.60 Total All Services $ 234,963.00 Overhead xxxx Profit I xxxx * Billing Rates included are inclusive of overhead, profit, etc. 1 of 11 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Surveying Services Prepared for use as an Independent Fee Estimate for evaluation of reasonability of prepared by: PARRISH&PARTNERS Consultant Fee. prepared on: 06/06/2024 Rates shown for each Labor Classification are inclusive of overhead, profit etc. WORK TASK DESCRIPTION Labor Classification Name E-4 E-3 E-2 E-1 S-4 2-Man Crew (Survey) Principal $260.0 Proj Manager .00 Sr. Engineer / Planner $180.0 Designer E hr Admin $81.00 hr hr hr hr hr hr 1. Surveys - Topographic Coordination and Administration 4 2 Review of Existing Control Points Note: Work Task associated with Survey work, to be competed by subconsultant. Topographic Surveys Data Processing/DTM Preparation QC Review of Survey Data 2 2 Subtotal -Surveys - Iopograp is 0 4 4 2 0 0 0 Hours 0 4 4 2 0 0 0 Salary Costs $0.00 $800.00 $720.00 $300.00 $0.00 $0.00 $0.00 SUBTOTAL - SALARIES: $1,820.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $0.00 " Billing Rates included are inclusive of overhead, profit, etc. DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $0.00 Survey Supplies $0.00 Computer Modeling/Software Use $0.00 Locator/Tracer/Thermal Imager Equipment $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $91.00 " 5% of Labor costs esteemed for Direct Expenses SUBTOTAL: $1,911.00 SUBCONSULTANTS FEE (None): $10,000.00 PROFESSIONAL FEE $0.00 ' Billing Rates included are inclusive of overhead, profit, etc. TOTAL FEE: $11,911.00 2of11 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Geotechnical Prepared for use as an Independent Fee Estimate for evaluation of reasonability of prepared by: PARRISH&PARTNERS Consultant Fee. prepared on: 06/06/2024 Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION Labor Classification Name E-4 E-3 E-2 E-1 D-2 D-1 T-2 Principal $26111W.00 Manager . Engineer11111111 / Planner $180 Engineer $160.00 Designer $150.00 Technician $100.00 Admin $81.00 hr hr hr hr hr hr hr 1. Civil Engineering Coordinate with Geotechnical Subconsultant 2 2 Develop Geotechnical Subconsultant Agreement 1 1 2 Geotechnical Report Review 2 4 4 Coordination for Design Input 2 4 Subtotal - Civil Engineering 0 7 11 4 0 0 2 Hours 0 7 11 4 0 0 2 Salary Costs $0.00 $1,400.00 $1,980.00 $640.00 $0.00 $0.00 $162.00 SUBTOTAL - SALARIES: $4,182.00 ADMINISTRATIVE OVERHEAD: $0.00 * Billing Rates included are inclusive of overhead, profit, etc. DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $0.00 Postage/Freight/Courier $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $209.10 * 5% of Labor costs esteemed for Direct Expenses SUBTOTAL: $4,391.10 SUBCONSULTANTS FEE (Geotechnical Study): $9,600.00 PROFESSIONAL FEE TOTAL FEE: $0.00 ' Billing Rates included are inclusive of overhead, profit, etc. $13,991.10 3of11 EXHIBIT B-08 FAYETTEVI L LE-D RAKE FIELD AIRPORT TAXIWAY E EXTENSION Preliminary Design prepared by: PARRISH&PARTNERS prepared on: 06/06/2024 Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant Fee. Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION MMLabor Classification Name E-4 E-3 E-2 E-1 D-2 D-1 T-2 Principal Proj Manager $200.00 Sr. Engineer 0.00 Engineer JIM $1,6 Designer 150.00 Technician $1 Admin $81 hr hr hr hr hr hr hr 1, Civil Engineering Kickoff Meeting 4 4 Coordination with FAA 2 2 1 2 Coordination with Owner 1 4 4 2 Record Document Review 1 2 2 Site Visit (1) 4 4 Develop Quality Control Plan 1 2 2 Internal Weekly Progress Meetings (8) 8 8 8 8 8 Establish Design Criteria and Parameters 1 2 2 Develop Construction Safety and Phasing Plan 2 4 6 4 Base Map Setup 1 2 2 4 Develop Geometric Layout 1 1 2 4 Develop Horizontal Alignments 1 2 2 4 Develop Vertical Alignments 1 2 2 4 Develop Assemblies 1 1 2 2 Develop Corridor Model 1 2 2 4 Develop Fleet Mix using available data (TFMSC, 5010, etc.) 2 4 Drainage Basin Development 1 2 2 4 Pre -Development Flow Calculations 1 2 2 Drainage Structure Design Calculations 1 2 2 Preliminary Plans Cover Sheet 1 1 2 Sheet Index 1 1 2 General Notes 1 1 2 4 2 Project Layout Plan 2 1 4 4 2 Survey Control Plan 1 1 2 2 Construction Safety Plans 1 2 2 6 6 Construction Safety Details 1 2 2 4 4 Existing Conditions Plans 1 2 4 4 Erosion Control Plans 1 2 2 4 6 Erosion Control Details 1 1 2 2 Demolition Plans 1 2 2 4 4 Demolition Details 1 1 2 2 Drainage Plans 1 2 4 4 6 Drainage Details 1 1 2 2 Typical Sections 1 1 2 4 4 Paving Plans 1 2 2 4 Paving Details 1 1 2 2 Grading Plans 2 4 6 4 6 Grading Details 1 1 2 2 Pavement Marking Plans 1 2 2 4 6 Pavement Marking Details 1 1 2 2 Cross Sections 1 1 2 2 4 Hydraulics - Floodplain Study Create Existing Conditions Model (under FYV AMP Scope) Create Proposed Conditions Model 1 2 4 4 6 4of11 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Preliminary Design Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant prepared by: PARRISH&PARTNERS Fee. prepared on: 06/06/2024 Rates shown for each Labor Classification are inclusive of overhead, profit etc. Create Proposed Roadway Model 1 2 4 4 6 Internal QA/QC 2 2 1 Prepare Drainage Report 1 2 2 Floodplain Mapping 1 1 2 2 4 Environmental Permitting 1 2 2 Develop SWPPP 2 4 4 6 8 Develop Preliminary Construction Contract Documents 1 2 2 2 Develop Preliminary Technical Specifications 1 1 2 4 Develop Preliminary Supplemental Specifications 1 1 2 4 Develop Preliminary Quantities 1 2 2 2 4 Develop Preliminary Opinions of Probable Construction Costs 1 2 2 4 4 Preliminary Engineer's Report 1 2 2 2 Pavement Life Cycle Cost Analysis 1 1 2 Internal Quality Control (QC) Review 2 2 1 Incorporate QC Review Comments 1 1 2 4 Incorporate Preliminary (Owner/FAA/State) Review Comments 1 1 2 4 Prepare and Submit Permanent Airspace Study 1 2 2 4 Subtotal - ivil Engineering 2 65 110 123 144 132 2 2. Electrical Engineering Review As -Built Drawings 1 2 2 2 Electrical Calculations 1 4 4 4 Lighting and Signage Layout 1 4 6 4 4 Preliminary Engineer's Report 1 1 2 2 Preliminary Plans Electrical Notes 1 1 2 2 Lighting Removal Plans 1 1 2 4 6 Lighting Removal Details 1 1 2 2 Lighting Installation Plans 1 1 2 4 6 Lighting Installation Details 1 1 2 2 Develop Preliminary Technical Specifications 1 1 2 4 Develop Preliminary Supplemental Specifications 1 1 4 4 Develop Preliminary Quantities 1 2 2 4 4 Develop Preliminary Opinions of Probable Construction Costs 1 2 2 4 4 Internal Quality Control (QC) Review 2 2 2 Incorporate QC Review Comments 1 2 2 4 Incorporate Preliminary (Owner/FAA/State) Review Comments 1 2 2 4 auoioiai - ciecincai tngmeerm9 I __IL_ 1 25 1 _� 1 44 1 42 1 0 Hours 2 77 135 159 188 174 2 Costs $520.00 $15,400.00 $24,300.00 $25,440.00 $28,200.00 $17,400.00 $162.00 SUBTOTAL - SALARIES: $111,422.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $0.00 * Billing Rates included are inclusive of overhead, profit, etc. DIRECT NON -LABOR EXPENSES 5of11 EXHIBIT B-08 FAYETTEVI L LE-D RAKE FIELD AIRPORT TAXIWAY E EXTENSION Preliminary Design prepared by: PARRISH&PARTNERS prepared on: 06/06/2024 Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant Fee. Rates shown for each Labor Classification are inclusive of overhead, profit, etc. Document Printing/Reproduction/Assembly $0.00 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Computer Modeling/Software Use $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $5,571.10 * 5% of Labor costs esteemed for Direct Expenses SUBTOTAL: $116,993.10 SUBCONSULTANTS FEE (None): $0.00 PROFESSIONAL FEE TOTAL FEE: $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $116,993.10 6of11 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Final Design Prepared for use as an Independent Fee Estimate for evaluation of reasonability of �— -z-� prepared by: PARRISH&PARTNERS Consultant Fee. prepared on: 06/06/2024 Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION Labor Classification Name im E-4 E-3 E-2 E-1 D-2 D-1 T-2 Principal $260. ProjSr. r Engineer / Planner $180.00 Engineer $160.00 Designer $150.00 Technician $100.00 Admin $81.00 hr hr hr hr hr hr hr 1. Civil Engineering Coordination with FAA 2 2 2 Coordination with Owner 4 2 2 CSPP Submission to FAA Through OEAAA 1 1 2 Submit SWPPP to ADEQ 1 1 2 Final Plans Sheet Index 1 2 General Notes 1 1 2 2 Project Layout Plan 1 1 1 2 2 Survey Control Plan 1 2 2 Construction Safety Plans 1 1 2 4 4 Construction Safety Details 1 2 2 2 2 Existing Conditions Plans 1 1 2 4 Erosion Control Plans 2 2 2 2 4 Erosion Control Details 1 1 2 2 Demolition Plans 1 2 2 2 4 Demolition Details 1 1 2 2 Drainage Plans 1 2 2 2 4 Drainage Details 1 1 2 2 Typical Sections 1 1 1 2 2 Paving Plans 1 1 2 2 Paving Details 1 1 2 2 Grading Plans 2 2 4 4 4 Grading Details 1 1 2 2 Pavement Marking Plans 1 2 2 4 4 Pavement Marking Details 1 1 2 2 Cross Sections 1 1 1 4 Develop Final Construction Contract Documents 1 2 2 2 4 Develop Final Technical Specifications 1 1 2 4 Develop Final Supplemental Specifications 1 1 2 4 Develop Final Quantities 1 2 2 2 4 Develop Final Opinions of Probable Construction Costs 1 1 1 2 2 Final Engineer's Report 1 2 2 2 Internal Quality Control (QC) Review 4 4 Incorporate QC Review Comments 1 1 2 4 Incorporate Final (Owner/FAA/State) Review Comments 1 1 1 2 4 Subtotal - Civil Engineering 0 31 46 46 69 76 0 2. Electrical Engineering Electrical Calculations 1 2 4 4 Final Lighting and Signage Layout 2 2 2 2 4 Final Engineer's Report 1 4 2 2 2 Preliminary Plans Electrical Notes 1 2 1 2 2 Lighting Removal Plans 1 1 2 2 4 Lighting Removal Details 1 1 2 2 7of11 EXHIBIT B-08 FAYETT EVIL LE-D RAKE FIELD AIRPORT TAXIWAY E EXTENSION Final Design Prepared for use as an Independent Fee Estimate for evaluation of reasonability of prepared by: PARRISHC",,PARTNERS Consultant Fee. prepared on: 06/06/2024 Rates shown for each Labor Classification are inclusive of overhead, profit, etc. Lighting Installation Plans 1 2 2 2 4 Lighting Installation Details 1 1 2 2 Develop Final Technical Specifications 1 1 2 4 Develop Final Supplemental Specifications 1 1 4 4 Develop Final Quantities 1 4 2 2 4 Develop Final Opinions of Probable Construction Costs 1 1 1 2 2 Internal Quality Control (QC) Review 4 4 2 Incorporate QC Review Comments 1 2 2 4 Incorporate Final (Owner/FAA/State) Review Comments 1 1 2 2 4 Subtotal - Electrical Engineering 0 16 1 28 30 1 34 1 34 1 0 Hours 0 47 74 76 103 110 0 Salary Costs $0.00 $9,400.00 $13,320.00 $12,160.00 $15,450.00 $11,000.00 $0.00 SUBTOTAL - SALARIES: $61,330.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $0.00 * Billing Rates included are inclusive of overhead, profit, etc. DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $0.00 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Computer Modeling/Software Use $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: SUBTOTAL: SUBCONSULTANTS FEE (None): PROFESSIONAL FEE TOTAL FEE: $3,066.50 * 5% of Labor costs esteemed for Direct Expenses $64,396.50 $0.00 $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $64,396.50 8of11 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION CLOMR COORDINATION Prepared for use as an Independent Fee Estimate for evaluation of reasonability of prepared by: PARRISH&PARTNERS Consultant Fee. prepared on: 06/06/2024 Rates shown for each Labor Classification are inclusive of overhead, profit etc. WORK TASK DESCRIPTION ����Iassification Name 11111116 E-5 E-3 E-2 E-1 D-2 D-1 AM-2 Principal $260.00 Proj Manager Sr. Engineer / Planner Engineer Designer 0.00 hr Technician $100.0 hr Admin hr hr hr hr hr 1. CLOMR Coodination Letter of Map Revision for FEMA Prepare model for submittal 1 2 4 2 4 Floodplain Mapping (Annotated FIRM) 1 1 2 4 Report/Forms 1 2 4 Notification Process ID Impacted Parcels 1 1 2 4 Develop Adddress Database 1 2 4 Prepare Draft Letter 1 1 2 Mail Letters 1 2 Entity Approvals Respond to City of Fayetteville and Airport Comments 1 2 2 Meetings(1) - By Phone Only 1 1 1 Coordination with FEMA 4 2 u o a =M111 Goodination 0 10 12 17 19 4 2 Hours Costs SUBTOTAL - SALARIES: LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly Postage/Freight/Courier Office Supplies/Equipment CLOMR FEMA Review Fee Travel Costs SUBTOTAL - DIRECT NON -LABOR EXPENSES: SUBTOTAL: SUBCONSULTANTSFEE: PROFESSIONAL FEE TOTAL FEE: 0 10 12 17 19 4 2 $0.00 $2,000.00 $2,160.00 $2,720.00 $2,850.00 $400.00 $162.00 $10,292.00 $0.00 $0.00 $0.00 $0.00 $0.00 ' Billing Rates included are inclusive of overhead, profit, etc. $514.60 ' 5% of Labor costs esteemed for Direct Expenses $10,806.60 $0.00 $0.00 ' Billing Rates included are inclusive of overhead, profit, etc. $10,806.60 9of11 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Bidding Services Prepared for use as an Independent Fee Estimate for evaluation of reasonability of prepared by: PARRIS H&PARTN ERS Consultant Fee. prepared on: 06/06/2024 Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION abor Classification Name i E-5 E-4 E-3 E-2 E-1 D-2 D-1 Principa $260.o0 Manager . Engine /Planner Engineer $160.00 hr esign $150.00 hr chnician $100.00 hr Admin hr hr hr hr 1. Civil Engineering Review and Respond to Request for Information (RFI) 2 2 4 Draft and Distribute Addendums 1 2 2 Prepare for Pre -Bid Meeting 1 2 2 Attend Pre -Bid Meeting (on -site) 4 4 Bid Opening (on -site) 3 3 Prepare Bid Tabulation 1 1 2 4 Draft and Submit FAA Grant Application 1 2 2 2 Assemble Grant Certifications 1 2 2 2 Award 2 2 2 Prepare Contract Documents 1 2 4 Prepare Issued for Construction Plans an Specifications 1 2 2 2 Subtotal - Civil lEngineering 0 18 15 17 14 0 10 Hours 0 18 15 17 14 0 10 Salary Costs $0.00 $3,600.00 $2,700.00 $2,720.00 $2,100.00 $0.00 $810.00 SUBTOTAL - SALARIES: $11,930.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $0.00 ' Billing Rates included are inclusive of overhead, profit, etc. DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $0.00 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $596.50 . 5% of Labor costs esteemed for Direct Expenses SUBTOTAL: SUBCONSULTANTS FEE (None): PROFESSIONAL FEE TOTAL FEE: $12,526.50 $0.00 $0.00 " Billing Rates included are inclusive of overhead, profit, etc. $12,526.50 10 of 11 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Grant Closeout Services Prepared for use as an Independent Fee Estimate for evaluation of reasonability of prepared by: PARR ISHL�PARTNERS Consultant Fee. prepared on: 06/06/2024 Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION Labor Classification Name E-5 E-4 E-3 E-2 E-1 D-2 D-1 Prin $260.00 Manager $200.00 / Planner $180.00 Enginee $160.00 Desig $150.00 echnician $100.00 Admin $81.00 hr hr hr hr hr hr hr 1. Civil Engineering Draft and Submit FAA Grant Closeout Documents 1 4 4 6 Draft and Submit ADA Grant Application 1 2 4 6 u o a- civii engineering 2 6 8 0 0 0 12 Hours 2 6 8 0 0 0 12 Salary Costs $520.00 $1,200.00 $1,440.00 $0.00 $0.00 $0.00 $972.00 SUBTOTAL - SALARIES: $4,132.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $0.00 " Billing Rates included are inclusive of overhead, profit, etc. DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $0.00 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $206.60 " 5% of Labor costs esteemed for Direct Expenses SUBTOTAL: SUBCONSULTANTS FEE (None): PROFESSIONAL FEE TOTAL FEE: $4,338.60 $0.00 $0.00 ' Billing Rates included are inclusive of overhead, profit, etc. $4,338.60 11 of 11 APPENDIX A-08 TASK ORDER 08 FAYETTEVILLE — DRAKE FIELD AIRPORT TAXIWAY E EXTENSION DESIGN This TASK ORDER is made as of July 16 , 2024 by and between the CITY OF FAYETTEVILLE of Fayetteville, Arkansas hereinafter referred to as "CITY OF FAYETTEVILLE," and GARVER, LLC, hereinafter referred to as "GARVER", in accordance with the provisions of the AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES executed on November 17, 2020. Under this Task Order, the CITY OF FAYETTEVILLE intends to make the following improvements for the FYV Taxiway E Extension project. Proposed improvements associated the Taxiway E Extension consist primarily of extending the existing Taxiway E to the south to connect to Taxiway B3. Total length of proposed new taxiway is approximately 1,800 linear ft. GARVER will provide professional services related to these improvements as described herein. SECTION 1- SCOPE OF SERVICES GARVER will provide services as detailed in Exhibit A-08. SECTION 2 — PAYMENT For the work described under SECTION 1 - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will pay GARVER on a lump sum basis. The table below presents a summary of the fee amounts and fee types for this contract. WORK DESCRIPTION FEE AMOUNT FEE TYPE Surveying Services $10,000 Lump Sum Geotechnical $19,000 Lump Sum Preliminary Design $143,700 Lump Sum Final Design $40,000 Lump Sum CLOMR Coordination $32,300 Lump Sum Bidding Services $8,500 Lump Sum Grant Closeout Services $3,500 Lump Sum TOTAL FEE $257,000 The CITY OF FAYETTEVILLE will pay GARVER the lump sum amount not to exceed $257,000. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-08 with approximate current hourly rates for each employee classification. Task Order 08 FYV Taxiway E Extension Design 1 of 2 Garver Project No. A13-2401069 Additional Services (Extra Work). For work not described or included in Section 1 — Scope of Services but requested by the CITY OF FAYETTEVILLE in writing, the CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the rates shown in Exhibit B-08 for each classification of GARVER's personnel, plus overhead, plus 15% profit, plus reimbursable expenses including but not limited to printing, courier service, reproduction, and travel. SECTION 3 —EXHIBITS 3.1 The following Exhibits are attached to and made a part of this Agreement: 3.1.1 Exhibit A-08 Scope of Services 3.1.2 Exhibit B-08 Manhour Tables 3.1.3 Exhibit C-08 Project Exhibit This Agreement may be executed in two (2) or more counterparts each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Approval and acceptance of this Task Order, including attachments listed in SECTION 3 —EXHIBITS, shall incorporate this document as part of the Agreement. Garver is authorized to begin performance upon receipt of a copy of this Task Order signed by the CITY OF FAYETTEVILLE. The effective date of this Task Order shall be the last date written below. CITY OF FAYETTEVILLE,ARKANSAS GARVER , Li ATTEST: �O`��c�K•/• rRE9s''.. c.,:.GY�Y OF •,G,p By: •` _Stle: Senior Project Manager City Clerk Treasurer =u: f AYETl EVILf_E . Task Order 08 2 of 2 FYV Taxiway E Extension Design Garver Project No. A 13-2401069 a- GANWER EXHIBIT A - 08 (SCOPE OF SERVICES) Generally, the Scope of Services includes the following professional services for design and bidding of the Taxiway E Extension project at Fayetteville — Drake Field Airport. Improvements will primarily consist of extending Taxiway E to the south to connect to Runway 16-34 in line with existing Taxiway B3. Total length of proposed new taxiway construction is approximately 1,800 linear ft as shown in Exhibit C-08. Portions of the extension will extend through delineated wetlands and the 100-year floodplain. An Environmental Assessment has been completed for the project and an approved a Finding of No Significant Impact (FONSI) and Record of Decision was issued by the FAA on June 12, 2024. The following professional services are included in this Scope of Services. • Surveying Services • Geotechnical Services • Flood plain/Drainage Study • Design Services 0 90% Preliminary Design 0 100% Issued for Bid • Bidding Services • Grant (Design) Closeout Services 1. SURVEYING SERVICES 1.1. Design Surveys. Garver will provide field survey data from fieldwork for designing the project, and this survey will be tied to the Owner's control network. Survey team members will either be escorted by Garver staff currently badged at the Airport or will complete badge training at the Airport prior to conducing survey. 1.2. Garver will conduct field surveys, utilizing radial topography methods, at intervals and for distances at and/or along the project site as appropriate for modeling the existing ground, including locations of pertinent features or improvements. Buildings and other structures, airfield pavements, streets, drainage features, airfield lights and signs, fences, trees over eight inches in diameter, visible utilities as well as those underground utilities marked by their owners and/or representatives, and any other pertinent topographic features that may be present at and/or along the project site, will be located. Control points will be established for use during construction. 1.3. Garver will assemble data obtained during the performance of the field surveys in an AutoCAD Civil3D base map drawing to be utilized for design of the project. 2. GEOTECHNICAL SERVICES 2.1. McClelland Consulting Engineers, as a subconsultant to Garver, will be responsible for obtaining, interpreting, and evaluating geotechnical data necessary for the design of this project. The following is a summary of the geotechnical services provided under this Scope of Services. 2.2. The geotechnical field investigation will consist of drilling eight (8) exploratory soil borings at approximate 200- to 250-ft intervals along the proposed taxiway alignment. Soil borings will typically extend to the lesser of 10-ft depth below existing grade or auger refusal depth. One (1) boring will be extended to the lessor of 20-ft depth below existing grade or auger refusal depth where the proposed alignment crosses and existing drainage feature. The scope of the Exhibit A — Scope of Services FYV Taxiway E Extension - Design Garver Project No. A13-2401069 CARVER field investigation will also include excavating three (3) sample test pits to obtain bulk soil samples for laboratory testing. Garver will assist in coordinating with the local FAA technical operations group to mark any known FAA utilities prior to start of the field investigation. 2.3. A laboratory testing program will be conducted as part of the geotechnical study to determine pertinent engineering properties and characteristics of the on -site soils. The testing program will consist of a combination of soil moisture content, Atterberg limits, gradations, moisture - density relationship (Proctors), and California Bearing Ratio (CBR's). 2.4. The geotechnical subconsultant will use information obtained from the field investigation and laboratory testing program to develop engineering recommendations. The geotechnical engineering recommendations will be compiled into a final Geotechnical report that will be submitted as an appendix to the project Engineer's report. 3. FLOODPLAIN STUDY 3.1. Floodplain Study: Garver will perform a floodplain study on the portion of West Fork White River that flows in the vicinity of Drake Field. This reach will extend from downstream of State Highway 71 to the downstream limit of the mapped floodway (approximately 800 feet upstream of Highway 69). The purpose of the drainage study will be to evaluate the hydraulics of the proposed taxiway encroachment on the West Fork White River floodplain. Existing (Corrected Effective) conditions hydrologic and hydraulic analyses will be conducted for the Airport Master Plan (AMP) project. The updated 1D HEC-RAS model created for the AMP will be used to create a Proposed Conditions model of West Fork White River to include the proposed taxiway extension. A floodway analysis will also be performed using the Effective floodway boundary to determine impacts of the proposed taxiway extension on the Effective floodway. A drainage report will be provided detailing the findings of the analyses and conceptual recommendations for the taxiway extension. 3.2. CLOMR Coordination: Since the extension will encroach in the Effective floodplain for West Fork White River, effects to the 1% Annual Exceedance Probability (AEP) event are anticipated. If a CLOMR is required, a Conditional Letter of Map Revision (CLOMR) application will be submitted to FEMA by Garver on behalf of the airport. Tasks related to the CLOMR submittal, including proposed floodway boundary determination, MT-2 form completion, floodplain mapping, coordination with local floodplain administrators, coordination with FEMA, and notification of affected property owners, will be performed by Garver. The FEMA CLOMR review fee and mailing costs are included in the fee for this project. Garver H&H personnel will have up to one (1) meeting with the Owner. 4. DESIGN SERVICES 4.1. General: Garver will prepare detailed construction drawings, specifications, instructions to bidders, and general provisions and special provisions, all based on guides furnished to Garver by the Owner and FAA, or internally developed by Garver. Contract Documents (Plans, Specifications, and Estimates) will be prepared for award of one (1) construction contract. These designs shall conform to the standards of practice ordinarily used by members of Garver's profession practicing under similar conditions and shall be submitted to the FAA office from which approval must be obtained. 4.2. Owner / Agency Coordination: Garver's project manager and/or design team will coordinate with the Owner as necessary to coordinate design decisions, site visits, document procurement, or other design needs. Exhibit A — Scope of Services FYV Taxiway E Extension - Design Garver Project No. A13-2401069 9VE:R 4.2.1. Reimbursable Agreement: Garver will assist with the development of a new FAA construction Reimbursable Agreement(s) (RA) for the FAA facilities construction work required by the applicable work within the project limits. The construction RA will require execution prior to bidding to coordinate FAA Resident Engineer (RE) services within the construction schedule. 4.3. Quality Control 4.3.1.Garver will develop a project specific quality control plan. The quality control plan will include the project background and scope, stakeholder contact information, project team and roles, design criteria, project schedule, and quality control procedures. 4.3.2.Garver will complete a quality control review prior to any design submission to Owner and/or FAA. QC reviews will be completed by a project manager. Weekly internal progress meetings will be held during all design phases to ensure adequate quality control throughout the design phases. 4.4. Environmental Coordination 4.4.1.Garver will develop a Stormwater Pollution Prevention Plan (SWPPP), including erosion control plans and details. Upon Owner review, the SWPPP and NOI shall be submitted to the ADEQ for review. Garver will incorporate comments from the review agency. 4.4.2.Garver will complete Section 404 Individual permitting, which includes preparation of a permit application package, design plan reviews, mitigation credit determinations, mitigation bank planning and coordination, and US Army Corps of Engineers (USACE) coordination. Section 401 Individual water quality certification and short-term activity authorization (STAA) will be coordinated with DEQ. 4.5. Airspace Analysis: Garver will prepare and submit the project to the FAA for permanent airspace clearance on the Obstruction Evaluation and Airport Airspace Analysis (OE/AAA) website and coordinate with FAA representatives. 4.6. Construction Safety and Phasing Plan 4.6.1.Garver will develop a construction safety and phasing plan (CSPP) for the project. During development of the CSPP, Garver will hold a meeting with Airport staff and other stakeholders at the Airport's request to obtain feedback regarding operations during each proposed phase of construction. 4.6.2.After receiving comments from the meeting, Garver will develop a preliminary CSPP for the Owner's review prior to submission to the FAA. After incorporating Owner comments, the CSPP will be submitted to FAA for review through the OE/AAA website. 4.7. Existina Conditions Review 4.7.1.Record Document Review: Garver will review record document data from the vicinity of the construction site to evaluate existing conditions. Record document data may include record drawings, record surveys, utility maps, GIS data, and previous design reports. Exhibit A — Scope of Services FYV Taxiway E Extension - Design Garver Project No. A13-2401069 GARVER 4.7.2.Site Visits: Garver's civil and electrical engineers will perform up to two (2) site visits to the project site to review existing conditions and evaluate survey and record document data. 4.8. Pavement Design: Garver will develop a fleet mix for the proposed project based on aircraft fleet data considering Traffic Flow Management System Counts (TFMSC) and fleet mix data from recent airport projects. Upon completion of the aircraft fleet mix, Garver will submit the fleet to the Owner for review. Upon approval by the Owner, Garver will use FAARFIELD and life cycle cost analysis methods to develop a recommendation for the most economical pavement design. Based on this analysis and discussions with the Owner, a pavement design for the project will be chosen. For concrete pavement design, Garver will design joint patterns and jointing details. 4.9. Geometric Design: Garver will provide geometric design in accordance with FAA AC 150/5300- 13B or other local standards. Fayetteville — Drake Field's most recent Airport Layout Plan designates Runway 16-34 as an RDC of C-II-5000. The critical aircraft are shown as the Lear 35 and Falcon 20. The ALP does not designate a critical Taxiway Design Group. FYV has historically supported substantial operations of business, charter, and military aircraft with more demanding characteristics than the critical aircraft designated on the ALP. Previous projects have facilitated the airport's ability to serve these aircraft by designating select "Large Aircraft Taxi Routes" designed to accommodate TDG 3 and TDG 4 aircraft specific to the FYV fleet. Similar criteria and design methodology are expected to be applied to the Taxiway E Extension. The following design criteria are proposed for taxiway design: • Airplane Design Group (ADG) — II • Aircraft Approach Category (AAC) — C • Taxiway Design Group (TDG) — 3 4.10. Modeling: Garver will develop preliminary vertical alignments based on the requirements of FAA AC 150/5300-13 (latest edition). Upon the completion of vertical alignments, assemblies will be developed based on the pavement design and corridors will be modeled for the Taxiway E alignment. Modeling will include all surface changes from centerline of corridor to tie into existing grade for the project site. At the completion of individual corridor developments, all corridors will be combined into a final grading surface. Modeling will be an iterative process to determine the most efficient design solution. 4.11. Grading and Drainage: Grading and drainage design shall be completed in accordance with FAA AC 150/5300-13 (Airport Design), FAA AC 150-5320-5 (Airport Drainage Design), and applicable local drainage codes. 4.12. Airfield Electrical 4.12.1.Airfield Lighting and Signage: Garver will provide electrical engineering services to design the new lighting improvements on the project including but not limited to taxiway edge lighting and guidance signage. 4.13. Utility Design and Coordination: As necessary, Garver will coordinate with the Airport and FAA to locate and protect any existing utilities or Navigational Aid cables. Exhibit A — Scope of Services FYV Taxiway E Extension - Design Garver Project No. A13-2401069 Garver will furnish plans to all known utility owners potentially affected by the project at each stage of development. Garver will conduct coordination meetings among all known affected utility owners to enable them to coordinate efforts for any necessary utility relocations. Garver will include the surveyed locations of the observable and marked utilities in the construction plans. Garver will also include proposed and/or relocated utility information in the construction plans as provided by the utility companies. 4.14. Plan Set Development The following matrix details the plan drawings to be included in each design submittal. Plan Set Design Phase 90% Preliminary 100% Issued for Bid Cover Sheet X X Sheet Index X X General Notes X X Project Layout Plan X X Survey Control Plan X X Construction Safety Plans X X Construction Safety Details X X Existing Conditions Plans X X Erosion Control Plans X X Erosion Control Details X X Demolition Plans X X Demolition Details X X Drainage Plans X X Drainage Details X X Typical Sections X X Paving Plans X X Paving Details X X Grading Plans X X Grading Details X X Pavement Marking Plans X X Pavement Marking Details X X Electrical Notes X X Lighting Removal Plans X X Lighting Installation Plans X X Lighting Details X X Cross Sections X X 4.15. Specifications and Contract Documents Exhibit A — Scope of Services FYV Taxiway E Extension - Design Garver Project No. A13-2401069 CARVER 4.15.1. Technical Specifications: Detailed specifications shall be developed using FAA "Standards for Specifying Construction for Airports" AC 150/5370-10H or other appropriate standards approved for use by the FAA. Additional supplementary specifications will be developed for project requirements not covered by FAA AC150/5370-10 or when state or local standards are approved by the FAA. 4.15.2. Construction Contract Documents: Garver will develop construction contract documents based on EJCDC standards. A specimen copy of the General Provisions and applicable prevailing wage rates will be obtained by Garver from the FAA and/or Department of Labor as appropriate for incorporation into the specifications for the proposed project. Final construction contract documents will be submitted to the Owner for final review and approval. 4.16. Engineer's Report: Garver will prepare an Engineer's Report to outline the project's design criteria and design considerations. The report will discuss design decisions of all major project parameters. A summary of the sections to be included in the Engineer's Report are shown below: • Project Background • Existing Conditions o Site Survey o Geotechnical Investigation o Project Photographs • Applicable AIP Standards • Construction Safety and Phasing • Geometric Design • Pavement Design • Drainage Design • Airfield Lighting and Signage • Pavement Markings • Environmental Considerations • Utility Design • Miscellaneous Design Items • Modifications to AIP Standards • DBE Participation • Project Schedule • Engineer's Opinion of Probable Cost 4.17. Quantities and Engineer's Opinion of Probable Cost: Garver will develop detailed quantities in PDF format for use in construction cost estimating for each design phase. Quantities will be completed by pay item. Upon the completion of quantity development, Garver will review previous cost data and market conditions and complete an Engineer's Opinion of Probable Cost. 4.18. Design Services Submission and Meeting Summary: The following design submittal phases shall be included in the fee summary. A summary of each design phase and the associated review meetings is included below. 4.18.1. 90% Preliminary Design Exhibit A — Scope of Services FYV Taxiway E Extension - Design Garver Project No. A13-2401069 CARVER 4.18.1.1. Garver will develop 90% final design plans, specifications, and engineer's report and submit these to the Owner for review. It is anticipated that the Owner will review the design submission within two weeks. 4.18.1.2. At the completion of the Owner review period, Garver will meet with the Owner to review the 90% final design plans, specifications, and engineer's report and to receive Owner comments and direction. 4.19. 100% Issued for Bid (IFB): Garver will develop 100% IFB plans and specifications and submit these to the Owner for review. It is anticipated that the Owner will review the IFB submission within two weeks. 5. BIDDING SERVICES 5.1. Bidding. Garver will assist the Owner in advertising for and obtaining bids or negotiating proposals for one prime contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued and attend a pre -bid conference. The Owner will pay advertising costs outside of this contract. 5.2. Garver will issue addenda as appropriate to interpret, clarify or expand the Bidding Documents. Garver will consult with and advise the Owner as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the prime contractor(s) (herein called "Contractor(s)") for those portions of the work as to which such acceptability is required by the Bidding Documents. Garver will consult with the Owner concerning the acceptability of substitute materials and equipment proposed by Contractor(s) when substitution prior to the award of contracts is allowed by the Bidding Documents. 5.3. Garver will attend the bid opening, prepare a bid tabulation, and assist the Owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. Garver will assist the Owner in the execution of all contract documents and furnish a sufficient number of executed documents for the Owner, Contractor and FAA. 6. GRANT (DESIGN) CLOSEOUT SERVICES 6.1. Garver will assist the Owner in the submission of design grant closeout documents for the project. Garver will also assist the Owner in the development of a 10% reimbursement grant application from the Arkansas Division of Aeronautics. Closeout services associated with any other future grant(s) for project construction will be added through contract amendment. 7. CONSTRUCTION PHASE SERVICES 7.1. To be added through contract amendment. 8. MATERIALS TESTING SERVICES 8.1. To be added through contract amendment. 9. PROJECT DELIVERABLES 9.1. The following deliverables will be submitted to the parties identified below. Unless otherwise noted below, all deliverables shall be electronic. Exhibit A — Scope of Services FYV Taxiway E Extension - Design Garver Project No. A13-2401069 GARVER • 90% Preliminary Design Plans and Specifications to the Owner and FAA. • 100% Issued for Bid Plans, Specifications, and Report to the Owner and FAA. • Other electronic files as requested. 10. ADDITIONAL SERVICES 10.1. The following items are not included under this agreement but will be considered as additional services to be added under Amendment if requested by the Owner. • Redesign for the Owner's convenience or due to changed conditions after previous alternate direction and/or approval. • Deliverables beyond those listed herein. • Design of any utility relocation. • Engineering, architectural, or other professional services beyond those listed herein. • Retaining walls or other significant structural design. • Construction Administration Services, On -Site Construction Observation, and Construction Materials Testing. • Services after construction, such as warranty follow-up, operations support, and Part 139 inspection support. 11. SCHEDULE 11.1. Garver shall begin work under this Agreement upon execution of this Agreement and shall complete the work within a mutually agreeable schedule with the Owner. Exhibit A — Scope of Services FYV Taxiway E Extension - Design Garver Project No. A13-2401069 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION FEE SUMMARY Service Estimated Fees Surveying Services $ 10,000.00 Geotechnical $ 19,000.00 Preliminary Design $143,700.00 Final Design $ 40,000.00 CLOMR Coordination $ 32,300.00 Bidding Services $ 8,500.00 Grant Closeout Services $ 3,500.00 Total All Services $ 257,000.00 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Surveying Services WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 S-5 S-4 2-Man Crew (Survey) hr hr hr hr hr hr hr 1. Surveys - Topographic Coordination and Administration 2 2 Review of Existing Control Points 2 Topographic Surveys 28 Data Processing/DTM Preparation 8 QC Review of Survey Data 2 Subtotal - Surveys - Topographic 0 2 0 4 2 8 28 Hours 0 2 0 SUBTOTAL - SALARIES: $2,943.90 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $5,623.14 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $22.90 Survey Supplies $0.00 Computer Modeling/Software Use $0.00 Locator/Tracer/Thermal Imager Equipment $0.00 Travel Costs $125.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $147.90 SUBTOTAL: $8,714.94 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE TOTAL FEE: $1,285.06 $10,000.00 4 2 8 28 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Geotechnical WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-2 D-1 T-2 hr hr hr hr hr hr hr 1. Civil Engineering Coordinate with Geotechnical Subconsultant 1 1 Develop Geotechnical Subconsultant Agreement 2 Geotechnical Report Review 1 2 Coordination for Design Input 2 Subtotal - Civil Engineering 4 4 1 0 0 0 0 Hours 4 4 SUBTOTAL - SALARIES: $556.20 ADMINISTRATIVE OVERHEAD: $1,062.40 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $18.61 Postage/Freight/Courier $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $18.61 SUBTOTAL: $1,637.21 SUBCONSULTANTS FEE (Geotechnical Study): $17,120.00 PROFESSIONAL FEE $242.79 TOTAL FEE: $19,000.00 1 0 0 0 0 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Preliminary Design WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-2 D-1 T-2 hr hr hr hr hr hr hr 1. Civil Engineering Kickoff Meeting 2 2 2 Coordination with FAA 2 1 Coordination with Owner 4 Record Document Review 1 1 4 Site Visit (1) 4 4 Develop Quality Control Plan 2 1 4 Internal Weekly Progress Meetings (8) 4 4 4 Establish Design Criteria and Parameters 2 2 Develop Construction Safety and Phasing Plan 1 1 8 Base Map Setup 2 8 Develop Geometric Layout 2 4 8 Develop Horizontal Alignments 1 2 4 8 Develop Vertical Alignments 1 2 4 8 Develop Assemblies 1 4 8 Develop Corridor Model 2 1 6 8 Develop Fleet Mix using available data (TFMSC, 5010, etc.) 4 4 Drainage Basin Development 2 6 Pre -Development Flow Calculations 4 14 Drainage Structure Design Calculations 2 8 Preliminary Plans Cover Sheet 1 1 2 Sheet Index 1 1 1 1 2 General Notes 1 2 2 Project Layout Plan 1 2 8 Survey Control Plan 1 2 8 Construction Safety Plans 2 2 8 Construction Safety Details 1 2 4 Existing Conditions Plans 2 2 8 Erosion Control Plans 2 2 8 Erosion Control Details 2 2 8 Demolition Plans 2 2 8 Demolition Details 2 2 4 Drainage Plans 1 4 8 Drainage Details 1 2 1 4 Typical Sections 2 4 10 Paving Plans 2 4 10 Paving Details 2 4 8 Grading Plans 1 4 8 Grading Details 1 4 6 Pavement Marking Plans 2 4 8 Pavement Marking Details 1 4 8 Cross Sections 2 4 8 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Preliminary Design Hydraulics - Floodplain Study Create Existing Conditions Model (under FYV AMP Scope) Create Proposed Conditions Model 8 30 Create Proposed Floodway Model 8 16 Internal QA/QC 2 4 6 Prepare Drainage Report 4 8 Floodplain Mapping 4 8 Environmental Site Visits (under EA Scope) Welands Delineation (under EA Scope) Prepare CATEX (under EA Scope) Permitting 8 12 Develop SWPPP 4 12 Develop Preliminary Construction Contract Documents 4 6 Develop Preliminary Technical Specifications 4 6 Develop Preliminary Supplemental Specifications 2 6 Develop Preliminary Quantities 2 6 Develop Preliminary Opinions of Probable Construction Costs 2 8 Preliminary Engineer's Report 4 12 8 Pavement Life Cycle Cost Analysis 2 2 Internal Quality Control (QC) Review 4 4 4 Incorporate QC Review Comments 2 4 4 Incorporate Preliminary (Owner/FAA/State) Review Comments 2 2 4 Prepare and Submit Permanent Airspace Study 1 2 Subtotal - Civil Engineering 41 166 0 290 0 0 204 2, Electrical Engineering Review As -Built Drawings 1 1 4 Electrical Calculations 1 4 Lighting and Signage Layout 2 30 Preliminary Engineer's Report 2 1 4 Preliminary Plans Electrical Notes 1 2 4 Lighting Removal Plans 1 6 32 Lighting Removal Details 2 2 4 Lighting Installation Plans 2 6 32 Lighting Installation Details 2 6 16 Develop Preliminary Technical Specifications 2 6 Develop Preliminary Supplemental Specifications 2 6 Develop Preliminary Quantities 4 Develop Preliminary Opinions of Probable Construction Costs 2 4 Internal Quality Control (QC) Review 4 4 Incorporate QC Review Comments 2 2 4 4 Incorporate Preliminary (Owner/FAA/State) Review Comments 1 2 2 4 u o a - ectricai Engineering 10 0 27 90 0 96 0 EXHIBIT B-08 FAYETTEVI LL E -DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Preliminary Design Hours 51 166 SUBTOTAL - SALARIES: $42,830.92 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $81,811.34 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $61.40 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Computer Modeling/Software Use $200.00 Travel Costs $100.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $361.40 SUBTOTAL: $125,003.66 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $18,696.34 TOTAL FEE: $143,700.00 27 380 0 96 204 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Final Design WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-2 D-1 T-2 hr hr hr hr hr hr hr Subtotal - 0 1 0 0 0 0 1 0 0 1. Civil Engineering Coordination with FAA 2 1 Coordination with Owner 3 2 CSPP Submission to FAA Through OEAAA 1 1 Submit SWPPP to ADEQ 1 2 Final Plans Sheet Index 1 1 General Notes 1 1 Project Layout Plan 1 1 Survey Control Plan 1 1 Construction Safety Plans 2 4 Construction Safety Details 1 1 Existing Conditions Plans 2 2 Erosion Control Plans 2 2 Erosion Control Details 1 1 Demolition Plans 2 2 Demolition Details 1 1 Drainage Plans 2 2 Drainage Details 1 1 Typical Sections 2 6 Paving Plans 2 4 Paving Details 2 4 Grading Plans 2 4 Grading Details 2 2 Pavement Marking Plans 2 4 Pavement Marking Details 2 4 Cross Sections 2 4 Develop Final Construction Contract Documents 2 4 Develop Final Technical Specifications 4 2 Develop Final Supplemental Specifications 2 2 Develop Final Quantities 1 2 Develop Final Opinions of Probable Construction Costs 2 2 Final Engineer's Report 4 6 Internal Quality Control (QC) Review 2 4 8 4 Incorporate QC Review Comments 2 2 Incorporate Final (Owner/FAA/State) Review Comments 2 2 Subtotal - Civil Engineering 7 30 0 70 0 0 57 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Final Design 2. Electrical Engineering Electrical Calculations 2 2 Final Lighting and Signage Layout 2 4 Final Engineer's Report 1 1 2 Preliminary Plans Electrical Notes 1 4 Lighting Removal Plans 2 2 6 Lighting Removal Details 6 Lighting Installation Plans 2 4 10 Lighting Installation Details 2 4 6 Develop Final Technical Specifications 2 2 Develop Final Supplemental Specifications 2 2 Develop Final Quantities 2 Develop Final Opinions of Probable Construction Costs 1 4 Internal Quality Control (QC) Review 6 2 Incorporate QC Review Comments 2 4 Incorporate Final (Owner/FAA/State) Review Comments 2 4 Subtotal - Electrical hrigineering 7 0 22 37--4 0 32 0 Hours 14 30 SUBTOTAL - SALARIES: $11,932.86 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $22,792.96 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $65.31 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Computer Modeling/Software Use $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $65.31 SUBTOTAL: $34,791.13 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $5,208.87 TOTAL FEE: $40,000.00 22 107 0 32 57 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION CLOMR COORDINATION WORK TASK DESCRIPTION E-5 E-3 E-2 E-1 D-2 D-1 AM-2 hr hr hr hr hr hr hr 1. CLOMR Coodination Letter of Map Revision for FEMA Prepare model for submittal 2 20 Floodplain Mapping (Annotated FIRM) 12 Report/Forms 8 12 Notification Process ID Impacted Parcels 12 Develop Adddress Database 4 Prepare Draft Letter 2 4 Mail Letters 6 Entity Approvals Respond to City of Fayetteville and Airport Comments 8 8 Meetings(1) - By Phone Only 2 4 Coordination with FEMA 30 24 Subtotal - CLOMIR Goodination 0 1 52 0 100 0 0 6 Hours 0 52 0 100 0 0 6 SUBTOTAL - SALARIES: $7,620.08 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $14,555.11 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly Postage/Freight/Courier $98.53 Office Supplies/Equipment $0.00 CLOMR FEMA Review Fee ######## Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $6,798.53 SUBTOTAL: SUBCONSULTANTSFEE: PROFESSIONAL FEE TOTAL FEE: $28,973.72 $0.00 $3,326.28 $32,300.00 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Bidding Services WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 D-2 D-1 hr hr hr hr hr hr hr 1. Civil Engineering Review and Respond to Request for Information (RFI) 1 2 Draft and Distribute Addendums 1 2 Prepare for Pre -Bid Meeting 1 2 Attend Pre -Bid Meeting (on -site) 2 2 Bid Opening (on -site) 2 2 Prepare Bid Tabulation 1 1 1 Draft and Submit FAA Grant Application 1 8 Assemble Grant Certifications 2 Award 1 3 Prepare Contract Documents 1 1 4 Prepare Issued for Construction Plans and Specifications 1 4 Subtotal - Civil Engineering 0 11 11 15 0 9 0 Hours 0 11 11 SUBTOTAL - SALARIES: $2,531.59 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $4,835.59 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $2.74 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Travel Costs $25.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $27.74 SUBTOTAL: $7,394.92 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $1,105.08 TOTAL FEE: $8,500.00 15 0 9 0 EXHIBIT B-08 FAYETTEVILLE-DRAKE FIELD AIRPORT TAXIWAY E EXTENSION Grant Closeout Services WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 D-2 D-1 hr hr hr hr hr hr hr 1. Civil Engineering Draft and Submit FAA Grant Closeout Documents 2 8 3 Draft and Submit ADA Grant Application 1 2 3 Subtotal - Civil Engineering 0 3 10 0 0 0 6 Hours 0 3 SUBTOTAL - SALARIES: $1,028.88 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $1,965.26 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $56.73 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $56.73 SUBTOTAL: $3,050.87 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $449.12 TOTAL FEE: $3,500.00 10 0 0 0 6 -dsa�R - vsa - RSA - RSA ON FEET) tlsa RSA LEGEND — RSA Sa O EXISTING PAVEMENT a m _ PROPOSED PAVEMENT X —RSA RUNWAY SAFETY AREA -RUNWAY 1/34 LDA CRITICAL AREA —TSA— TAXIWAY SAFETY AREA A — y —TOFA— TAXIWAY OBJECT FREE AREA A S S R Oy O dsa a 3 - RSA dsa r Rs dsa v SA TOFA _ — dA01tlS1 — TSA VUOl TO 4 _ TEA VS1 — TOFA O — _ — — TEA VSll TOFJ bS \ TOFA TSA TEA '� — I PROPOSED TW E� _ TSA — tlSl TOFA tljpl TSA EXISTING TOp,9 TEA tlA01 TO io': TEA — -TAXIWAY E - TOFA V91 TEA VS1 o V-101 TOFA r i - _ r w rc 'b ` z !�. w O w w W LU JOB NO.: 22A13212 DATE: MAY 2024 r DESIGNED BY KAB ' DRAWN BY WWI \X� • F �(r � � IF NOT sncmno­r DRAWING NUMBER EXHB C-08 SHEET NUMBER TRACT "IM" TRAM "N" FEE SIMP TRACT "Al" ME SIMPLE (7.8 AC.) FEE SIMPLE ` Immm a LAND PARCEL DATA r po , I o rp 1 I \ -_ i _ \\ O.• ° 2049 E. Joyce BIVG. esuite. 400 r FeyO eIle, AR 72703 TRACT "A^ (4T9) 52T-9100 (FEE SIMPLE) SSIIMPLE) (540.68 AC.) w � i ff IMM MEMO Ac AVIGATION EASEMENT TRACT "AT' (29.31 ACJ TRACT"A2" FEE SIMPLE FEE SIMPLE (4 17 AC.) ❑ f O a o TRACT"J" OBSTRUCTION LIGHTING EASEMENT \ 0 LU I.L. LU Z J a o � 7 W O J � } >` 5 LU LUw K eas .sarc ILL LL Q —ccwtwcwzm /Most AIRFIELD PROPERTY e MAP (EXHIBIT A) • mmol JOB NO.: XXXX DATE: OCT. 201E DESIGNED BY: DRAWN BY: