HomeMy WebLinkAbout51-10 RESOLUTIONRESOLUTION NO. 51-10
A RESOLUTION APPROVING A CONTRACT WITH LOOMACRES
WILDLIFE MANAGEMENT IN THE AMOUNT OF $58,109.00 FOR THE
PROVISION OF A WILDLIFE HAZARD ASSESSMENT AT THE
FAYETTEVILLE EXECUTIVE AIRPORT -DRAKE FIELD, CONTINGENT
ON THE AWARD OF GRANT FUNDS FOR THE PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS.
Section I. That the City Council of the City of Fayetteville, Arkansas hereby approves a
contract, a copy of which is attached to this Resolution as Exhibit "A" and incorporated herein as
if set out word for word, with Loomacres Wildlife Management in the amount of $58,109.00 for
the provision of a Wildlife Hazard Assessment at the Fayetteville Executive Airport -Drake Field,
contingent on the award of grant funds for the project.
PASSED and APPROVED this 6th day of April, 2010.
APPROVED:
ATTEST:
&a By 044444t)
SONDRA E. SMITH, City Clerk/Treasurer
....................
' \-- ... 0 '>••
es,‘ C.:. ti Y 0,;-• ..0,PS
tic... • cia‘S
Sc.): • -A 1:
. —
7:- : FAYETTEVILLE.: !
Veil .3 !pi 1 I 4. 7; (%).3):
.. ST011 .......
• WILDLIFE HAZARD ASSESSMENT AGREEMENT
The agreement will be with the City of Fayetteville, Arkansas, and Loomacres Inc. for a project generally described
as: Wildlife Hazard Assessment and Management Plan for the Fayetteville Executive Airport, Drake Field.
Consisting of: a Wildlife Hazard Assessment (Comprehensive Ecological Study), update/develop a Wildlife Hazard
Management Plan, establish a Wildlife Hazard Monitoring Program, alert airport personnel of potential wildlife
hazards, remove/reduce wildlife hazards on an as -needed basis, conduct FAA required Wildlife Hazard Training,
assist airport personnel with the maintenance and renewal of wildlife permits.
ARTICLE 1. SCOPE OF' SERVICES
BIOLOGIST will perform all all services as
enumerated in the RFQ attached hereto Attachement
I. A detailed listing of the scope of work is provided
in the BIOLOGIST's proposal and response to RFP
10-03, in Attachment I. The BIOLOGIST shall
provide all necessary equipment and human
resources that are requirx1 to fulfill the contract.
ARTICLE 2. COMPENSATION
OWNER will compensate BIOLOGIST as set forth
in Attachment II.
ARTICLE 3. TERMS OF PAYMENT
OWNER will pay BIOLOGIST as follows:
3.1 Invoices and Time of Payment
BIOLOGIST will issue monthly invoices as outlined
in Attachment II. Invoices are due and payable
within 30 days of receipt
3.2 Interest
In the event of a disputed billing, only the disputed
portion will be withheld from payment, and OWNER
shall pay the undisputed portion. OWNER will
exercise reasonableness in disputing any biU or
portion thereof. No interest will accrue on any
disputed portion of the billing until mutually
resolved.
ARTICLE 4. OBLIGATIONS OF BIOLOGIST
4.1 Standard of Care
The standard of care applicable to BIOLOGIST
Services will be the degree of skill and diligence
normally employed by professional biologists or
consultants performing the same or similar Services
at the time said services are performed. BIOLOGIST
will reperform any services not meeting this standard
without additional compaisation. The tasks assigned
shall be completed in a timely and efficient manner.
4.2 BIOLOGIST's Personnel at Airport Site
EXHIBIT
I A
The presence or duties of BIOLOGIST's personnel
on the airport property, whether as onsite
representatives or otherwise, do not make
BIOLOGIST or BIOLOGISTs personnel in any way
responsible for those duties that belong to OWNER
and/or other entities.
4.3 BIOLOGIST Insurance
BIOLOGIST will maintain throughout this
AGREEMENT the following insurance:
(a) Workers compensation and employes liability
insurance as required by the state of Arkansas.
(b) Comprehensive automobile and vehicle liability
insurance covering claims for injuries to member of
the public and/or damages to property of others
arising from use of motor vehicles, including onsite
and offsite operations, and owned, nonowned, or
hired vehicles, with $1,000,000 combined single
limits.
(c) Commercial general liability insurance covering
claims for injuries to members of the public or
damage to property of others arising out of any
covered negligent act of omission of BIOLOGIST or
of any of its employees, agents, or subcontractors,
with $1,000,000 per occurrence and in the aggregate.
(d) Professional liability insurance of S1,000,000 per
occurrence and in the aggregate.
(e) OWNER will be named as an additional insured
with respect to BIOLOGISTs liabilities hereunder in
insurance coverages identified in items (b) and (c)
and BIOLOGIST waives subrogation against
OWNER as to said policies.
ARTICLE 5. OBLIGATIONS OF OWNER
5.1 OWNER -Furnish Data
OWNER will provide to BIOLOGIST all data in
OWNER's possession relating to BIOLOGISTs
services on the PROJECT. BIOLOGIST will
•
reasonably rely vice vise upon the accuracy,
timeliness, and completeness of the information
provided by OWNER.
5.2 Access to Facilities and Property
OWNER will make its facilities accessible to
BIOLOGIST as required for BIOLOGISTs
performance of its services.
53 Timely Review
OWNER will examine BIOLOGIST's studies,
reports, sketches, drawings, specifications, proposals,
and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and
financial advisors, and other consultants as OWNER
deans appropriate; and render in writing decisions
required by OWNER in a timely manner.
5.4 Prompt Notice
OWNER will give prompt written notice to
BIOLOGIST whenever OWNER. observes or
becomes aware of any development that affects the
scope or timing of BIOLOGISTs Services, or of any
defect in the work of BIOLOGIST or construction
contractors.
5.5 OWNER's Insurance
5.5.1 OWNER will maintain property insurance on
all physical facilities.
5.6 Litigation Assistance
The Scope of Services does not include costs of
BIOLOGIST for required or requested assistance to
support, prepare, document, bring, defend, or assist
ID litigation undertaken or defended by OWNER.
All such Services required or requested of
BIOLOGIST by OWNER, except for suits of claims
between the parties to this AGREEMENT, will be
subject to a separate agreement.
ARTICLE 6. GENERAL LEGAL PROVISIONS
6.1 Authorization to Proceed
Execution of this AGREEMENT by OWNER will be
authorization for BIOLOGIST to proceed with the
work.
6.2 Reuse of PROJECT Documents
All reports, drawings, specifications, documents, and
other deliverables of BIOLOGIST, whether in hard
copy or in electronic form, are instnunents of service
for this PROJECT, whether the PROJECT is
competed or not.
63 Force Majeure
BIOLOGIST is not responsible for damages or delay
in performance caused by acts of God, strilces,
lockouts, accidents, or other events beyond the
control of BIOLOGIST. In any such event,
BIOLOGISTs contract price and schedule shall be
equitably adjusted.
6.4 Termination
6.4.1 This AGREEMENT may be terminated ftir
convenience on 30 days' written notice, or for cause
if either party fails substantially to perform through
no fault of the other and does not commence
correction of such nonperformance within 5 days of
written notice and diligently complete to correction
thereafter.
6.4.2 On termination, BIOLOGIST will be paid for
all authorized services performed up to the
termination date.
6.5 Suspension, Delay, or Interruption of Work
OWNER may suspaid, delay, or interrupt the
Services of BIOLOGIST for the convenience of
OWNER. In Such event, BIOLOGISTs contract
price and schedule shall be equitably adjusted.
6.6 No Third -Party Beneficiaries
This AGREEMENT gives no rights or benefits to
anyone other than OWNER and BIOLOGIST and
has no third -party beneficiaries.
6.7 Indemnification
6.7.1 BIOLOGIST agrees to indemnify OWNER for
any claims, damages, losses, and costs, including, but
not limited to, attorney's fees and litigation costs,
arising our of claims by third parties for property
damage or bodily injury, including death, caused by
the negligence or willful misconduct of BIOLOGIST,
BIOLOGISTs employees, affiliated corporations,
and subcontractors in connection with the PROJECT.
6.7.2 OWNER agrees to indemnify BIOLOGIST
from any claims, damages, losses, and costs,
including, but not limited to, attorney's fees and
litigation costs, arising out of claims by third parties
for property damage or bodily injury, including
death, caused by the negligence or willful
misconduct of OWNER, or its employees or
contractors in connection with the PROJECT.
6.13 Assignment
This is a bilateral personal Services AGREEMENT.
Neither party shall have the power to or will assign
any of the duties or rights or any claim arising out of
or related to this AGREEMENT, whether arising in
tort, contract or otherwise, without the written
consait of the other party. Any unauthorized
assigrunent is void and unenforceable. These
conditions and the entire AGREEMENT are binding
on the heirs, successors, and assigns of the parties
hereto.
6.9 Waiver
6.9.1 No waiver by either party of any breach of this
AGREEMENT, or of any warranty or representation
hereunder, shall be deemed to ba a waiver by the
same party of any other breach of any kind or nature
(whether preceding or succeeding the breach in
questions, and whether or not of the same or similar
nature). •
6.9.2 No failure by a party to exercise any right it
may have under this AGREEMENT or under law
upon another party's default, and no delay in the
exercise of that right, shall prevent it from exercising
the right whenever the other party continues to be in
default. No such failure or delay shall operate as a
waiver of any default or as a modification of the
provisions of this AGREEMENT.
6.10 Jurisdiction
The substantive law of the state of Arkansas shall
govern the validity of this AGREEMENT, its
interpretation and performance, and any other claims
related to it.
6.11 Severability and Survival
6.11.1 If any of the Provisions contained in this
AGREEMENT are held for any reason to be invalid,
illegal, or unenforceable, the enforceability of the
remaining provisions shall not be impaired thereby.
6.11.2 Limitations of liability, indemnities, and other
express representations shall survive ternination of
this AGREEMENT for any cause.
6.12 BIOLOGIST'S Deliverables
BIOLOGISTs deliverables, including record
drawings, are limited to the sealed and signed hard
copies. Computer-generated drawing files furnished
by BIOLOGIST are for OWNER or others'
convenience. Any conclusions or information
derived or obtained from these electronic files will be
at user's sole risk.
6.13 Dispute Resolution
The parties will use their best efforts to resolve
amicably any dispute, including use of alternative
dispute resolution options.
ARTICLE 7. ATTACHMENTS,
SCHEDULES, AND SIGNATURES
This AGREEMENT, including its attachments, and
schedules constitutes the entire AGREEMENT,
supersedes all prior written or oral understandings,
and may only be changed by a written amendment
executed by both parties.
Phase I: Wildlife Hazard Assessment:
IN WITNESS WHEREOF, the parties execute below:
For OWNER,
dated this 44. d y of
Signature
Name (printed)
Title
City of Fayetteville, AR
For BIOLOGIST,
BIOLOGIST,
dated this 2 9 1" day of I'
Signature
catio
Name (printed) GOA/ Illax—itt-514,c.,
Title
Pr•es AeAt
Signature
Name
Title
20)0
Signature
Name
Title
csoadra g, „e.g.
e4 att.
!!!! ** •
.. , op. •.
•
• ,s
•
= :FAYETTEVILLE: ."1".
, kJ, •.KANs..,..,•,)v
•• ...
Oct 144
**
,**** %%%%%%
n2S CI e teri-
Phase II: Wildlife Hazard Manaaement Plan (If required by FAA):
IN WITNESS WHEREOF, the parties execute below:
For OWNER, City of Fayetteville. AR
dated this day of
Signature Signature
Name (printed) Name
Title Title
For BIOLOGIST,
dated this 29 911 day of March
Signature
(a.,‘
Name (printed) 1 v.5 K c•-•
Title PCES,:clarTV
20/0
Signature
NameKr/5. 477-21 gOI C /IUSka-
Title
ga e
Vice ,4esider-1-
Phase I: Wildlife Hazard Assessment:
IN WITNESS WHEREOF, the parties execute below:
For OWNER, City of Fayetteville. AR
dated this (0,4d day of
Signature Or.L...ria.... ..._ar •
Name (printed) J a a der
Title
e9.010
vageew,
.5'ondeez 6, SAWA,
Signature
Name
Title
For BIOLOGIST,
dated this 2r day of Martin ,
Signature (X*2) ITIS_
Name (printed) COati 1 el."-C(v5?-01/4.
Title
Pi -t4 06(4
c,\1 Y op
• cry -f-
• -73
.
E FAYETTEVILLE: E
20/0
c -it if: K ANS* .S.7
Signature -gtAidtt
a --„ise.1/4•,• • • •
Name Kris -kin 8e;( kci._
Title Vibe Pre6idett+
Phase II: Wildlife Hazard Management Plan (If required by FAA):
IN WITNESS WHEREOF, the parties execute below:
For OWNER, City of Fayetteville, AR
dated this day of
Signature Signature
Name (printed) Name
Title Title
For BIOLOGIST,
dated this 29 4 day of Ala
Signature
A 20,o
a • \
Name (printed) Coda, L (acc.,;LAs Kc,s
Title
Pres()tiff
Signature
Name
Title
-46.12-kt &10:calljt
krisk el ie C
e Presiden4
As. &nu)*
Ray M. Boudreaux
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
4/6/2010
City Council Meeting Date
Agenda Items Only
Aviation
Division
Action Required:
Transportation
Department
Action Required: Approve Contract with Loomacres Wildlife Management in the amount of $58,109. Contact: Cody L
Baciuska, President, PO Box 361, Wamerville, NY 12187; 607-760-8748; 518-234-8547 fax; www.loomacres.com.
58 109 00
Cost of this request
5550.3960.7820.39
Account Number
10022 1
Project Number
Budgeted Item
Category/ Project Budget
Wildlife Hazard Assessment
Program Category / Project Name
D8100_AVED
Funds Used to Date Program / Project Category Name
Airport
Remaining Balance Fund Name
Budget Adjustment Attached
Finance and Internal Services Director
Date
5-3o- lei
Date
3 -10 -tato
Date
3-3o-/
Date
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in
Mayor's Office
Comments: Budget Adjustment included with grant funding item associated with this Contract.
Revised January 15,2009
•
Wetevi le
THE CITY OF FAYETTEVILLE, ARKANSAS
AVIATION DIVISION
4500 5 School Ave, Ste F
Fayetteville, AR 72701
P (479)718-7642
ARKANSAS
www.accessfayetteville.org
CITY COUNCIL MEMO
To: Mayor Jordan
Thru: Chief of Staff, Don Marr
Thru: Transportation Director, Terry Guile
From: Ray M. Boudreaux, Aviation
Date: March 29, 2010
•
Subject: Award of Wildlife Hazard Assessment Contract to Loomacres Wildlife Management
PROPOSAL: The FAA directed that all Part 139 Airports conduct a Wildlife Hazard Assessment (WHA)
and if deemed necessary following review of the assessment, develop a Wildlife Hazard Management Plan.
This item requests authority to award the contract to Loomacres Wildlife Management for Phase 1 of their
proposal which is to conduct a Wildlife Hazard Assessment. Loomacres Wildlife Management was selected on
qualifications from 10 submittals utilizing the City purchasing procedures and selection process. The company
is currently working at XNA performing their WHA. Our FAA Program Manager has reserved the funds for
this project and is awaiting our application. Arkansas Department of Aeronautics pays the 5% match for FAA
funded projects. We will give notice to proceed when the grants are assured. The Airport Board approved this
project and our request at their March 11, 2010 meeting.
RECOMMENDATION: Approve contract award to Loomacres Wildlife Management for a Wildlife Hazard
Assessment for Fayetteville Executive Airport, Drake Field. The Wildlife Assessment will cover twelve
months of field work to document the type and quantity of wildlife present on and near the airport. Once
documented, an analysis of the hazards will take two additional months with the report submitted to the Airport
and the FAA for review and approval. Once approved, tasks will be assigned to airport staff and staff will
receive training in the control of hazardous wildlife.
BUDGET IMPACT: This project is fully funded by Grants from the FAA (95%) and Arkansas Aeronautics
(5%) in the amount of $58,109.00. Should a Wildlife Management Plan be directed by FAA, a new grant
application will be initiated for the Plan cost of $4,671.00 or FAA may initiate a modification to the WHA
Grant. FAA is authorized to amend grants up to 15% of the grant amount.
Attachments: Staff Review
Wildlife Hazard Assessment Agreement w/ Loomacres Wildlife Management (2 cys)
RFQ Wildlife Hazard Assessment
Telecommunications Device for the Deaf TDD (479)521-1316 113 West Mountain - Fayetteville, AR 72701
RESOLUTION NO.
A RESOLUTION APPROVING A CONTRACT WITH
LOOMACRES VVILDLIFE MANAGEMENT IN THE AMOUNT OF
$58,109.00 FOR THE PROVISION OF A VVILDLIFE HAZARD
ASSESSMENT AT THE FAYETTEVILLE EXECUTIVE AIRPORT -
DRAKE FIELD, CONTINGENT ON THE AWARD OF GRANT
FUNDS FOR THE PROJECT
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 approves a contract, a copy of which is attached to this Resolution as
Exhibit "A" and incorporated herein as if set out word for word, with Loomacres
Wildlife Management in the amount of $58,109.00 for the provision of a Wildlife
Hazard Assessment at the Fayetteville Executive Airport -Drake Field, contingent
on the award of grant funds for the project.
PASSED and APPROVED this 6th day of April, 2010.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
•
Ta3ZreeRyle
RFP (REQUEST FOR PROPOSAL)
City of Fayetteville, Arkansas
Purchasing Division — Room 306
113 W. Mountain
Fayetteville, AR 72701
Phone: (479) 575-8289
REQUEST FOR PROPOSAL: RFP, 10-03, Wildlife Hazard Assessment
DEADLINE: Wednesday, February 24 2010 at 2:00 PM, Central Standard Time
DELIVERY LOCATION: Room 306 — 113 W. Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Andrea Foren, CPPB, aforen@ci fayetteville.ar.us, 479.575.8220
DATE OF ISSUE AND ADVERTISEMENT* Monday, February 08, 2010
'41111.
REQUEST FOR PROPOSAL
RFP 10-03, Wildlife Hazard Assessment
No late proposals will be accepted. RFP'S shall be submitted in sealed envelopes labeled "RFP 10-
03, Wildlife Hazard Assessment with the name and address of the Proposer.
RFPs shall be submitted in accordance with the attached City of Fayetteville specifications and RFP
documents attached hereto. Each Proposer is required to fill in every blank and shall supply all
information requested; failure to do so may be used as basis of rejection.
The undersigned hereby offers to fumish & deliver the articles or services as specified, at the prices & terms stated
herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of
this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City
Purchasing Manager.
Name of Firm:
Contact Person: Title:
E -Mail: Phone:
Business Address:
City: State: Zip:
Signature: Date:
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 1 of 12
City of Fayetteville
RFP 10-03, Wildlife Hazard Assessment
Advertisement
City of Fayetteville, Arkansas
NOTICE: Request for Proposal
RFP 10-03, Wildlife Hazard Assessment
The City of Fayetteville is requesting proposals from qualified firms or groups of firms interested in
performing a Wildlife Hazard Assessment and a VVildlife Hazard Management Plan for the Airport. The
City intends to select a firm to provide these services at Fayetteville Executive Airport, Drake Field. The
consulting services will be administered by the Airport staff, and will commence following the execution of
a Professional Services Contract with the selected respondent and approval by the Fayetteville City
Council.
Interested parties should submit proposals to the Fayetteville Purchasing Division in City Hall, Room 306, 113
W. Mountain, Fayetteville, Arkansas, 72701. Proposals are due before Wednesday. February 24, 2010
before 2:00 PM CST.
Copies of the requirements for RFP 10-03 can be obtained by visiting our website at
www.accessfavetteville.orq and clicking on "Business" then "Bids, RFP's and RFO'e under the "Services"
category (then click the RFP tab).
The City reserves the right to reject any proposal and to waive formalities deemed to be in the City's best
interest.
"Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small,
minority and women business enterprises to bid on and receive contracts for goods, services, and
construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their
contract to qualified small, minority and women business enterprises."
City of Fayetteville
By: Andrea Foren, CPPB
Purchasing Agent
479.575.8220
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 2 of 12
•
City of Fayetteville
RFP 10-03, Wildlife Hazard Assessment
Terms and Conditions
1.) All Proposers shall be in compliance with all Federal, State, and Local requirements and regulations.
2.) No payments or Proposals may be based on time and material costs.
3.) Awarded Proposer shall submit invoices regularly. Payment terms shall be net 30 days from date of
invoice.
4.) All contract amendments and modifications shall be made in writing and properly approved by the City of
Fayetteville Mayor and City Council.
5.) Proposals shall be received at the address listed below and are due Wednesday, February 24, 2010 at
2:00 PM, CST.
City of Fayetteville
Attention: Andrea Foren — Room 306
Reference: RFP 10-03
113 W. Mountain
Fayetteville, AR 72701
6.) It is the responsibility of the Proposer to have its sealed proposal at the Purchasing Office prior to the
date and time of opening. No late proposals will be accepted. Proposals received after the scheduled
proposal deadline will remain unopened and will not be considered.
7.) The City of Fayetteville reserves the right to reject any or all proposals, waive formalities and make
the award based on the best interest of the City.
8.) It shall be clearly understood that any costs incurred by the Proposer in responding to this request for
proposal is at the Proposer's own risk and expense as a cost of doing business. The City of Fayetteville
shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or
not the proposal is accepted.
9.) Any inquiries or requests for explanation in regard to the City's requirements should be made
promptly to Andrea Foren, City of Fayetteville, Purchasing Agent via e-mail (aforenci.favetteville ar.us) or
telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any
part of this request for proposal. All questions, clarifications, and requests, together with answers, if any,
will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications,
or requests will not be disclosed until after a contract is in place.
10.) Any conditions or expectation on the part of the Proposer for performance by the City must be set
forth in the proposal. The City is not obligated to consider the Proposer's post submittal terms and
conditions.
11.) At the discretion of the City, one or more firms may be asked for more detailed information before
final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit an
"Authorized Negotiator Information" form.
12.) The City will not be responsible for misdirected proposals. Proposer should call the Purchasing
Office at (479) 575-8220 to insure receipt of their proposal documents prior to opening time and date listed
above.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 3 of 12
13.) Any information provided herein is intended to assist the Proposer in the preparation of proposals
necessary to properly respond to this RFP. The RFP is designed to provide qualified Proposers with
sufficient basic information to submit proposals meeting minimum specifications and test requirements, but
is not intended to limit a RFP's content or to exclude any relevant or essential data.
14.) The RFP and any addenda issued may be obtained from www.accessfavetteville.orq and clicking
"Bids, RFP's and RFQ's" under the "Businesses" category then tab titled "RFP s". Proposers are at liberty
and are encouraged to expand upon the details, qualifications and proposals to give additional evidence of
their ability to perform and provide a system as described in this RFP. All updates and changes to the RFP
will be posted on the website and Proposers are encouraged to check daily for new information or updates.
Each Proposer is required before submitting a proposal to be thoroughly familiar with the requirements and
specifications listed in this RFP. Additional allowances will not be made due to Proposers lack of
knowledge relating to the terms, conditions and specifications contained within this RFP. It is the
responsibility of the Proposer to determine if any component(s) of this specification do not meet the
required standards of applicable federal, local, state law or specifications.
15.) The proposal must contain the signature of a duly authorized officer or agent of the Proposer's
company empowered with the right to bind and negotiate on behalf of the Proposer for the amounts and
terms proposed.
16.) The Proposer is required to submit one (1) original and five (5) copies of the proposal. In
addition, one (1) electronic copy of all submitted documents shall be submitted on a properly
labeled CD. The use of Adobe (PDF) is highly recommended but not mandatory. All electronic
copies shall be compatible with Adobe and Microsoft Windows applications.
17.) It is intended that the all documents pertaining to this request for proposal shall define and describe the
complete services to which they relate.
18.) The Proposer is advised to examine all documents and current parameters of the services in becoming
fully informed as to their conditions. This includes the conformity with specific standards and the character,
quality and quantity of the reports and services required. Failure to examine these areas will not relieve the
successful Proposer of his obligation to fumish all deliverables and services necessary to carry out the
provisions of the contract.
19.) The City of Fayetteville will consider the degree to which each Proposer has submitted a complete
proposal without irregularities, excisions, special conditions, or alternative proposals for any item unless
specifically requested in the RFP.
20.) Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in
any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and
irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of
jurisdiction or improper venue or any similar basis.
21.) The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to
become due hereunder without written consent of City of Fayetteville. In case the successful Proposer
assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment
shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any
monies due or to become due to the successful Proposer shall be subject to prior liens of all persons, firms,
and corporations for services rendered or materials supplied for the performance of the services called for in
this contract.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 4 of 12
22.) The successful Proposers attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services
shall apply to the contract throughout, and they will be deemed to be included in the contract as though
written out in full herein. The successful Proposer shall keep himself/herself fully informed of all laws,
ordinances and regulations of the Federal, State, and municipal govemments or authorities in any manner
affecting those engaged or employed in providing these services or in any way affecting the conduct of the
services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If
any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications
herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith
report the same in writing to City of Fayetteville.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 5 of 12
City of Fayetteville
RFP 10-03, Wildlife Hazard Assessment
Authorized Negotiator Information — TO BE SUBMITTED WITH ALL PROPOSALS
At the discretion of the City, one or more firms may be asked for more detailed information before
final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall
submit to the City a primary contact name, e-mail address, and phone number (preferably a
cell phone number) where the City selection committee can call for clarification or interview
via telephone.
Caroraarjj
Name of Firm:
Name of Primary Contact:
Title of Primary Contact:
Phone#1 (cell preferred):
E -Mail Address:
Phone#2:
RAW iitCootactifor Le ally Bindirigeorrffigt
Is the primary contact (listed in Part I) able to legally bind contracts? YES NO (circle one)
If no, please list contact that can legally bind a contract for the firm:
Name:
Title:
Phone#1 (cell preferred): Phone#2:
E -Mail Address:
Date:
Signed:
•
Name:
Does this person have professional training or extensive experience in wildlife hazard management
operations? YES NO (circle one)
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 6 of 12
City of Fayetteville
RFP 10-03, Wildlife Hazard Assessment
Project Information
The City of Fayetteville is requesting proposals from qualified firms or groups of firms interested in performing a
Wildlife Hazard Assessment and a Wildlife Hazard Management Plan for the Airport. The City intends to select a
firm to provide these services at Fayetteville Executive Airport, Drake Field. The consulting services will be
administered by the Airport staff, and will commence following the execution of a Professional Services Contract
with the selected respondent and approval by the Fayetteville City Council.
Federal Aviation Administration (FAA) Advisory Circular No: 150/5100-14D provides guidance to the Airport in the
selection and employment of these services.
Deadline for submittals is Wednesday. February 24, 2010 before 2:00 PM, CST.
I. SCOPE OF SERVICES FOR WILDLIFE HAZARD ASSESSMENT
Aircraft collisions with birds and other wildlife are a serious economic and public safety problem. The City of
Fayetteville seeks a Professional Consulting firrn to conduct a Wildlife Hazard Assessment in accordance with 14
CFR 139.337. The City of Fayetteville is seeking:
(1) A wildlife hazard assessment, conducted by a qualified wildlife damage management biologist haying
experience In wildlife hazard management In airports Such assessment must include at least the
following:
a. An analysis of the events or circumstances that prompted the assessment.
b. Identification of the wildlife species observed and their numbers, locations, local movements, and
daily and seasonal occurrences.
c. Identification and location of features on and near the Airport that attract wildlife in consultation with
local, state, and federal jurisdictions and authorities.
d. A description of wildlife hazards to air carrier operation.
e. Recommended actions for reducing identified wildlife hazards to air carrier operations.
f. The wildlife hazard assessment must be submitted to the FAA.
(2) Since the FAA has previously determined that a wildlife hazard management plan is needed, when the
wildlife hazard assessment is approved by the FAA, the consultant will be required to formulate a wildlife
hazard management plan using the wildlife hazard assessment as a basis.
The wildlife hazard management plan must provide measures to alleviate or eliminate wildlife hazards to
air carrier operations and must include at least the following:
a. A list of the individuals having authority and responsibility for implementing each aspect of the plan.
b. A list prioritizing the following actions identified in the wildlife hazard assessment and target dates for
their initiation and completion:
1. IMIdlife population management;
ii. Habitat modification; and
iii. Land use changes.
c. Requirements for and, where applicable, copies of Local, State, and Federal wildlife control permits.
d. Identification of resources that the Airport will provide to implement the plan.
e. Procedures to be followed during air carrier operations that at a minimum include
i. Designation of personnel responsible for implementing the procedures;
ii. Provisions to conduct physical inspections of the aircraft movement areas and other areas
critical to successfully manage known wildlife hazards before air carrier operations begin;
iii. Wildlife hazard control measures.
iv. Ways to communicate effectively between personnel conducting wildlife control or observing
wildlife hazards and the air traffic control tower;
v. Measures to notify pilots and other relevant agencies, person or agencies of potential wildlife
threats to aviation; and
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 7 of 12
vi. Measures to coordinate wildlife control with relevant local, state, and federal jurisdictions and
authorities.
f. Procedures to review and evaluate the wildlife hazard management plan every 12 consecutive
months or following an event in which an air carrier aircraft experiences multiple wildlife strikes,
substantial damage from striking wildlife, engine ingestion of wildlife; or wildlife of a size or in
numbers, capable of causing one of the above events is observed to have access to any Airport
flight pattem or aircraft movement area These procedures should include:
i. The plan's effectiveness in dealing with known wildlife hazards on and in the Airport's vicinity and
ii. Aspects of the wildlife hazards described in the wildlife hazard assessment that should be
reevaluated
A training program conducted by a qualified wildlife damage management biologist to provide Airport
personnel with the knowledge and skills needed to successfully carry out the wildlife hazard
management plan.
9.
(3) Before the plan is accepted by City of Fayetteville it must be approved by the FAA.
(4) The Wildlife Damage Management Biologist(s) conducting the Wildlife Hazard Assessment and
conducting the training program for airport personnel involved in controlling Wildlife Hazards at the Airport
must be qualified according to AC 150/5200-36.
(5) The consultants will comply with all FM Advisory Circulars in the 150 series including those that contain
standards and procedures for wildlife hazard management at airports and the current version of the
FANUSDA document -Wildlife Hazard Management at Airports.
II. ADDITIONAL PROJECT CONSIDERATIONS
This project will be partially financed by grants administered by the Arkansas Department of Aeronautics and the
FAA. This project is contingent upon receipt of such a grant(s) or other grants along with the securing of other
required approvals.
Because the professional services may necessitate access to the secure areas of the airfield, it will be necessary for
the selected respondent to coordinate activities with the Airport Administration Office.
III. PROJECT APPROACH AND SELECTION CRITERIA
To be considered to provide Wldlife Hazard Assessment services a Letter of Interest containing a concise but
detailed narrative indicating the proposed approach to providing the required services must be submitted, in addition
to the other information described below. Each interested firm must present its qualifications for hazardous wildlife
studies. The approach may be structured in any way deemed to be responsive to the needs of the City of
Fayetteville as generally described herein as the Scope of Services The Project Approach" section should
demonstrate an understanding of the project and provide an explanation of previous experience with airport
hazardous wildlife studies and/or similar Wildlife Hazard Assessment efforts. Firms should explain any proposed
coordination between the prime and proposed sub -consultants as well as explain coordination with the Airport's
operational needs, and provide any other information that may assist the Selection Committee in making a selection.
The criteria and the weighted values to be used by the Selection Committee in evaluating responses for the
selection of a firm(s) to perform this service(s) are listed below. Each point value is adjacent to the criterion and
totals 100 points Please address each criterion in your Project Approach.
1) 30% Qualifications In Relation to Specific Project to be Performed: Information reflecting
qualifications of the firm. Indicated specialized experience and technical competence of the firm
in connection with the type and complexity of the service required. Subcontractors, if used, must
be listed with information on their organization. Firrn's demonstrated ability to meet requirements
within 14 CFR 139.337. **REQUIREMENT: Proposal documents shall list ALL Wildlife Damage
Management Biologists who would be assigned to this project that have professional training or
experience in wildlife hazard management in airports.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 8 of 12
2) 20% Experience, Competence, and Capacity for Performance: Information reflecting the names,
titles, and qualifications (including experience and technical competence) of the major personnel
assigned to this specific project. Provide detailed breakdown of subcontractor's staff to be used
and how they are to be used to supplement your staff.
3) 20% Proposed Method of Doing Work: A proposed work plan (description of how the project would
be conducted as well as other facts concerning approach to scope you wish to present) indicating
methods and schedules for accomplishing each phase of work. Include with this the amount of
work presently underway. This criteria includes anticipated participation due to the desire of the
City to work with Disadvantaged Business Enterprises
4) 20% Past Performance: Previous evaluations shall be considered a significant factor. If previous
evaluations with the City are not available, the professional firm's past performance records with
the City and others will be used, including quality of work, timely performance, diligence, ability to
meet past budgets, and any other pertinent information. Firm will provide a list of similar jobs
performed and person whom we can contact for information.
5) 10% Price
IV. DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION
The City of Fayetteville, in accordance with Title VI of the Civil Rights Act of 19641 42 U.S.C. Section 2000d et. seq.
and 49 CFR Part 26 issued pursuant to The Airport and Airway Development Act, affords Disadvantaged Business
Enterprises (DBEs) full opportunity to submit an indication of interest in response to this invitation and will not
discriminate against any interested firm on the ground of race, creed, color, sex, age, or national origin in a contract
award. In addition, the City of Fayetteville has established annual goals for DBE participation on Airport projects.
Prospective consultants should review the Airport's DBE Program and 2010 Goal Update documents during their
preparation of a response to this Request for Proposal (RFP).
The City of Fayetteville, in order to encourage the use of DBE firms, has set a DBE participation goal of 2.3% for this
contract. The Airport desires to achieve, to the greatest extent possible, quality participation by certified DBE firms in
order to achieve its 2010 updated goal. Although DBE participation is not a requirement for this contract,
respondents are challenged to present a creative and responsive plan that provides for DBE participation that is
commercially meaningful and useful. The Airport encourages and favors the following arrangements to ensure
quality participation: (1) Participation as a prime consultant, (2) Joint Venture, (3) Partnership, and (4) Sub -
consultant. Proposals will be evaluated, in part, on the respondent's stated intention to ensure quality participation.
The DBE firm(s) that may be participating in this project must be certified by the State of Arkansas.
DBE Proposals at the time of submittal. Joint ventures and partnerships must be in existence at the time of
submittal. The identity of the proposed certified DBE participant(s) and their participation percentage shall be
indicated.
At least ten (10) days prior to award, the successful respondent shall provide the City of Fayetteville with copies of
executed subcontracts, certified copies of articles of incorporation, partnership agreements, and/or joint venture
agreement if a DBE (minority or woman) is a shareholder/officer, partner or one of the ventures.
The DBE firm(s) participating in this project must perform a commercially useful function. The failure of a DBE
firm(s) to perform a commercially useful function, as defined in 49 CFR Part 26, shall constitute grounds for the City
of Fayetteville to impose appropriate legal remedies.
The respondent is required to perform and submit documentation of Good Faith Efforts as described in the City of
Fayetteville's DBE Program, Subpart C, and 49 CFR Part 26.53 in order to secure DBE participation.
The City of Fayetteville affords no preference based upon the geographical area in which a DBE firm is located.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 9 of 12
V. SUBMITTAL OF PROPOSAL
An interested firm must provide references showing relevant capabilities and experience for the preceding 3 years.
Elaborate qualifications statements and brochures are not desired.
Any sub -consultants proposed to be used, including DBE sub -consultants, must also submit references containing
information pertinent to the work to be performed The prime firm must specify which areas of work will be
accomplished by each sub -consultant and the percentage of the total contract this work effort will constitute. Please
ensure that an organizational chart is included.
The Letter of Interest that supplements the references should discuss the extent of the firm's experience in the
disciplines of hazardous wildlife studies especially at air -carrier airports. If an association or joint venture of firms is
contemplated, the expertise of each individual firm in hazardous wildlife studies should be clearly defined as well as
the level of involvement of each firm in the services and the proposed means of coordination between firms. A joint
venture will be considered a "firm".
Respondents are required to adhere to the FAA's Wildlife Hazard Assessment procedures and systems and the
mitigation program currently utilized by the Airport.
Only timely received proposals, meeting the requirements of this RFP, will be considered. No Proposals will be
considered or accepted that are submitted by a firm that is in default under the terms of any existing agreement with
the Airport or other similar agency, or has failed to perform its obligations faithfully under any previous agreement
with the Airport or other similar agency. Each lead consultant firm or lead member of a joint venture shall submit
only one Proposal. Sub -consultant or sub -joint venture firms may submit their proposals with more than one lead
consultant firm and/or joint venture. A Proposal will be rejected if there is any evidence of collusion with another
firmloint venture. A firm that responds as a prime or as a partner in a joint venture responding as a prime
cannot as a sub -consultant submit its qualifications to another responding prime. Furthermore, a firm that
responds as a prime or as a partner In a Joint venture team responding as a prime cannot be a partner In a
joint venture that submits its qualifications as a sub -consultant to another responding prime. Proposals shall
be signed by an authorized representative of the firm.
Submission Requirements
Elaborate qualifications statements, proposals, and brochures are not desired. Clarity and concise, orderly treatment
are important and must contain the following:
a. Letter of Interest indicating proposed approach to the required professional services, previous experience
approach to project coordination, list of DBE participants and percentage participation, and responses to
each of the Selection Criteria. Each interested firm must present its qualifications for hazardous wildlife
studies.
b. Complete 3 year reference listing for each prime firm, joint venture firm, and sub -consultant and an
organizational chart.
c. Statement of Agreement to background investigation and criminal history record check.
d. A "Project Approach" that identifies the suggested structure of the organization and management methods.
e. A description and identification of the firm's relationship to or with other firms (Subsidiary of another firm,
Partner in Joint Venture etc) Also include the Primary Location, Address Telephone, Email, and Facsimile
numbers of the organization.
f. Identification of the key personnel assigned to this project. At a minimum, identify the Principal -in -Charge
and any other key personnel you see fit. Provide a
biographical sketch of these individuals describing their relevant background Also provide the following for
each individual, Employer — if different than firm (i.e., parent company or consulting firm), Address — if
different than firm, Telephone, Email, Fax.
g. Description of your cost management systems and their relationship. Your proposal should exhibit the means
and mechanisms to be used in the management and verification/monitoring of construction and schedule
information for the program.
h. Limit submission to 20 pages- resumes may be included as an appendix.
i. The Proposer is required to submit one (1) original and five (5) copies of the proposal. In
addition, one (1) electronic copy of all submitted documents shall be submitted on a properly
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 10 of 12
labeled CD. The use of Adobe (PDF) is highly recommended but not mandatory. All electronic
copies shall be compatible with Adobe and Microsoft Windows applications. All proposal
documents shall be received prior to the deadline stated in this document.
Courier/Hand Delivery:
Mall Delivery:
Any response that is received after the stated deadline will not be considered by the City of Fayetteville. The time
will be tracked according to the City of Fayetteville's electronic clock located in the Purchasing Division.
Furthermore, any submission that fails to include all required documentation may be considered non-responsive.
Faxed or e-mailed responses will not be accepted.
VI. QUESTIONS ON SCOPE OF SERVICES
Questions concerning elements described in the Scope of Services section of the RFP should be addressed in
writing to Andrea Foren via e-mail at aforen(aci.favetteville.arus. Questions shall be directed as soon as possible.
VII. SELECTION OF CONSULTANT
Following receipt of the Proposals, a Selection Committee will review all responses and recommend an applicant(s)
to the City of Fayetteville. The Selection Committee may schedule interviews with the most qualified firms in order to
make a final selection. The City of Fayetteville will accept or reject the Selection Committee's recommendation. The
City of Fayetteville reserves the right to cancel this RFP, accept or reject any/all submissions, waive any
technicalities and/or informalities or re -advertise, for any reason, particularly, when deemed in the best interest of
the City of Fayetteville.
The law of the State of Arkansas shall govem the Agreement. Any disputes relating to this RFP or related
agreement must be resolved accordingly.
In the process of developing a scope and fee for these services the selected consultant, each sub -consultant and/or
sub -contractor, and/or member of a joint venture may be asked to submit a statement of auditable overhead
expenses, certified by the consultant's auditor, the Airport's auditor, a state auditor, or a federal government auditor.
The statement shall be in accordance with Federal Acquisition Regulation 48 CFR Part 311 Contract Cost Principle
and Procedures, and be based on an audit performed within the consultant's last two fiscal years.
VIII. PREPARATION COST OF QUALIFICAITONS
Costs associated with preparation of each submittal shall be bome by the applicant(s). The City of Fayetteville is not
responsible for any costs with responding to this RFP and considers all submittals accepted as non-retumable.
IX. PROPOSAL SUBMITTAL CHECKLIST
Please be sure that all items listed below are included in the response to this RFP and are fully completed and
properly executed. if any of these Items are not included or are partially completed or not properly executed,
the Selection Committee can declare the response not responsive or request clarification, and may remove
the submittal from further consideration.
1. Letter of Interest. Each submittal shall include a letter of interest as outlined in Sections III and V of this
RFP. A duly authorized representative of the prime firm should sign the letter.
2. Project Approach. Each response should include a detailed project approach section. Limit project
approach to 5 pages. See Sections III and V.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 11 of 12
3. Organizational Chart. The response should include an organizational chart illustrating project organization and
areas of responsibility by firm and person -in charge. The chart should be clear and concise with individuals
identified. See Section V. ,
4. Three Year Reference List. Each prime and each sub -consultant (including sub -consultant to a sub -consultant)
must provide City of Fayetteville with a list of references for similar projects completed in the past 3 years. This
must be completed and signed by a duly authorized representative of the firm. If the prime and/or any sub -
consultants fail to submit these references, the response will be declared non -responsive. See Section V.
NOTE: A Joint Venture is considered a "firm" and requires submission of only one reference list; however,
experience and project history for all joint venture partners must be outlined. If the Joint Venture has any sub -
consultants, these sub -consultants must submit separate reference lists.
5. DBE Certification: All identified DBE sub -consultants must be Arkansas DBE certified at the time the
response is submitted. If any identified DBE sub -consultants are not Arkansas certified, they must submit their
complete certification package to the State of Arkansas to become certified.
6. Letter of DBE Certification. All identified DBE sub -consultants must include the most current DBE
Certification/Re-certification letter for each currently certified DBE sub -consultant to be used on the project.
X. PROPOSAL SUBMITTAL CHECKLIST FORM
Yes No
1. Authorized Negotiator Info. Form - -
2. Letter of Interest - -
3. Project Approach - -
4. Organizational Chart - -
5. Three Year Reference List - -
6. DBE Certification Submit - -
7. Letter of Current DBE - -
Certification (Encouraged, but not required)\
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 12 of 12
Phase I: Wildlife Hazard Assessment:
IN WITNESS WHEREOF, the parties execute below:
For OWNER,
City of Fayetteville. AR
dated this
day of
Signature
Signature
Name (printed)
Name
Title
Title
For BIOLOGIST,
dated this
day of
Signature
Signature
Name (printed)
Name
Title
Title
Phase II: Wildlife
Hazard Manaeement Plan
(If required by FAA):
IN WITNESS WHEREOF, the parties execute below:
For OWNER,
City of Fayetteville. AR
dated this
day of
Signature
Signature
Name (printed)
Name
Title
Title
For BIOLOGIST,
dated this
day of
Signature
Signature
Name (printed)
Name
Title
Title
Attachment I:
[ITIAlat.
Wildlife Management
"Bringing wildlife management to a higher level"T.
Proposal to Conduct
a Wildlife Hazard Assessment
and Wildlife Hazard Management Plan
for the
Fayetteville Executive Airport, Drake Field
. . . .. 0•
PO Box 361
Warnerville, NY 12187
Warnerville, NY • Gainesville, TX • Worland, WY
-Profession a l- R e l i a b l e- E t h i c a l-
Table of Contents
Page (s)
Letterof Interest......... •... S CSSS•••S • S •• • • S •ISSS••s S5S•SSS.S. . . • • 5IC•SSCS •sS5tS• .3-4
Key Personnel & Qualifications...... ............... ...............
RecentProjects & References..............................................................6 7
Licenses & Permits. . . . . . . .. •... ........ . . . . . . .. . . . . . . . . . . . . . . . . . • • • • ........
Insurance..... 5s5s•s• S • C •5C5-SCS S -••S ssse •SsS•ss -5•S•CS5 • S S .. ......................8
Disadvantage Business Enterprise Information....................................8
Scope of Services Phase I WHA & Training.......................................
.8-10
Scope of Services Phase!! WHMP ...................................................4.10
Term.... ...S•s•e S.5•S.... ••s••Sses• S S s •55s55•5 S •5SS•SS S s s•ssSSe ...................... 10
Contact Info...... 5s5ssSsSs .......... . •......... .. . . . . . . ............. e5 .............. S_il
Appendix I Qualifications of Key Biologists.........................................12-15
Appendex II Outline of Training.......................................................16
Appendix III ETC Inc. DBE Certification letter & references;. 17-19
Appendix IV Authorized Negotiator Information.................. . ..
Fayetteville Executive Airport, Drake Field-L/8?0
2
OOMACRE
Wildlife Management
February 15, 2010
City of Fayetteville
Attn: Andrea Foren- Room 306
113 W. Mountain
Fayetteville, AR 72701
RE: RFP 10-03 Wildlife Hazard Assessment
Ladies & Gentlemen,
It is with great pleasure that I introduce our company, Loomacres Wildlife Management Inc. Loomacres
Wildlife was the first private company to be approved by the FAA to perform Wildlife Hazard
Management services on airports. Since 2005 Loomacres Wildlife Management's primary mission has
been to provide government agencies, municipalities, and the private sector with the highest quality of
environmental consulting available. Loomacres Inc. was created by Airport Wildlife Biologists and thus
focuses solely on Airport Wildlife Management. We at Loomacres feel that it is essential to have a
qualified airport wildlife biologist performing all services at all times. Our qualified airport wildlife
biologists are able to immediately react to any unforeseen wildlife hazards with success. Loomacres
Wildlife Management is a company that understands the needs of airport managers to provide a safe
environment for the operation of aircraft. Loomacres staff also understands the requirements that animals
need. Often these problems collide creating an unsafe environment for people and wildlife. Our
employees utilize their extensive experience and training in order to provide the utmost quality in wildlife
management. They use sound, ethical practices to help alleviate the risk to human health and safety.
Loomacres' foundation is based upon three basic principles: professionalism, ethics, and reliability.
Ethics: Loomacres Wildlife Management sets the standard for ethics in the industry. Loomacres
efficiently serves our clients with safe, ethical, and innovative solutions that work.
Reliability: Loomacres Wildlife Management provides reliable service by consistently reacting to
unforeseen conditions.
Professionalism: Our staff has the experience and credentials to meet the high standards that are required
by the FAA and your airport. Only the most professional company can provide quality services in the
unique environment found on airports.
Wildlife are attracted to an area depending on several circumstances. Some of these include the
availability of food, water and cover or more geographically significant features such as large bodies of
water, mountain ranges or migratory routes. Each of these factors will have an effect on the type of
species, their numbers and the time of year that they occur in your location. Being able to identify these
conditions and the species associated with them is just the first step in our multilevel approach to wildlife
Fayetteville Executive Airport, Drake Field-2/I8/I0
management. Loomacres takes an integrated approach to wildlife management often referred to as
Integrated Wildlife Management. Loomacres combines both active and passive management techniques.
Through data collection, onsite observations, and other sources of information and with the cooperation of
airfield staff; Loomacres will carry out a Wildlife Hazard Assessment and create a Wildlife Hazard
Management Plan as per the requirements of FAA 14 CFR 139.337.
In addition to passive and active management techniques utilized on site, Loomacres also assists airports
with offsite wildlife management to ensure, as per FAA AC 150/5200-33A Hazardous Wildlife
Attractants on or near airports and AC 150/5200-34 Construction or establishment of landfills near
public airports, that wildlife attractants within 5 miles of the airfield are limited.
Through regular communication, monthly reports and quarterly meetings with the staff at Fayetteville
Executive Airport, Drake Field, Loomacres will be able to keep all informed of the success of the project
and will be able to address any issues, concerns or updates.
Loomacres Inc. is not a certified disadvantaged business enterprise however, to assist the airport in
reaching their DOT 49 CFR Part 26 DBE Participation Goal, Loomacres is able to utilize the services of
ETC Engineers & Architects Inc. ETC Inc. is a certified DBE based out of Little Rock, AR and will be
able to provide up to 3% of the work in this project. Specifically, ETC Inc. will provide GPS,GIS &
habitat mapping services for this contract.
Detailed descriptions of all above information can be found in the following proposal. Loomacres Wildlife
Management looks forward to establishing a relationship with the City of Fayetteville and Fayetteville
Executive Airport, Drake Field.
Sincerely,
Cody L. Baciuska
President & Airport Wildlife Biologist
Loomacres Wildlife Management
PO Box 361
Wamerville, NY 12187
607-760-8748
www.loomacres.com
Profession a l- R e l i a b l e- E t h i c a l-
Loomacres Wildlife Management • P.O. 361 • Warnerville, NY 12187
Phone: 607-760-8748 • Fax: 518-234-8547
www.Loomacres.com • info@loomacres.com
Fayetteville Executive Airport, Drake Field -2/78//0
U
Key Personnel & Organizational Chart
Loomacres Inc. puts its reputation in the selection and the performance of our employees. Loomacres Inc.
is proud that it has more FAA qualified wildlife biologists on staff than any other firm in the country.
Loomacres Inc. currently utilizes the skills of four FAA Qualified Airport Wildlife Biologists. Loomacres
Wildlife Management's biologists include the first non- governmental wildlife biologist qualified by the
FAA, Cody L. Baciuska, who will be the supervisory airport wildlife biologist overseeing all services to
be provided to the Fayetteville Executive Airport, Drake Field (FYV). All of the personnel that will be
operating on FYV have extensive experience conducting wildlife conflict resolution at airports. In
addition, the personnel that will be assigned to FYV are trained on the safety and security procedures that
must be followed at all times while working on airports. Loomacres Inc. is willing to provide extensive
details on personal and company backgrounds and agrees to submit to criminal history record checks.
Our employees work under the direct supervision of the lead Wildlife Biologist and President of
Loomacres Inc., Mr. Cody Baciuska. Mr. Baciuska has conducted Wildlife Hazard Assessments,
developed Wildlife Hazard Management Plans, and has conducted numerous airport related research
studies. Mr. Baciuska has provided wildlife hazard mitigation for some of the largest airports in the
United States; including John F. Kennedy International Airport, Nashville International Airport and
LaGuardia International Airport. In addition to being a FAA qualified Airport Wildlife Biologist, Mr.
Baciuska is a member of the National Wildlife Control Operators Association, the Wildlife Society and is
the current president of the NYS Wildlife Management Association. In addition, Mr. Baciuska is a
certified National Rifle Association firearms instructor. Mr. Baciuska will be the primary Biologist
overseeing all services offered to FYV. Mr. Baciuska exceeds the requirements outlined in AC No:
150/5200-36. Please see appendix I. for more information regarding the qualifications of Mr. Baciuska.
Biologist Kristin Dorsch has been with Loomacres since it was established in 2005. Kristin has a diverse
background in the biological sciences to include fisheries and wildlife, wetlands and plant science. Kristin
Dorsch holds a Master's of Science degree in Biology and has been working on a FAA grant funded
research project titled "Native and Naturalized grasses Suitable for use on airports managed for Wildlife".
Kristin has presented her research at numerous venues including the 2009 USA/Canada Bird Strike
Conference in Victoria, BC as well as the 2009 Wildlife Damage Management Conference. Kristin's
research in the plant sciences has made her a valuable asset to our company in her ability to assess both
vegetation and habitat on and around airports. Kristin is confident in her ability to make vegetation
management and planting recommendations to airfields across the United States. In addition to her
graduate work, Kristin has taken numerous continuing education credits in the wetland sciences at Rutgers
University and is a certified wetland delineator as well as a Certified Commercial Pesticide Applicator.
Kristin's previous employers include USDA Wildlife Services and several landscape architects. Ms.
Dorsch meets the requirements outlined in AC No: 150/5200-36.
In addition to having four FAA qualified airport wildlife biologists, Loomacres utilizes the experience of
our scientific staff to carry out its services. Loomacres utilizes the experience of Oklahoma resident and
botanist Adam Ryburn, PhD who assists Loomacres in vegetation identification on projects throughout the
southern states. A plant taxonomist by training, Dr. Ryburn has been a Co -Principal Investigator for
several grant funded flora studies and has conducted numerous flora studies throughout the state of
Oklahoma. Dr. Ryburn holds memberships in the American Society of Plant Taxonomists, the Botanical
Society of America and the Southwest Association of Naturalists.
Fayetteville Executive Airport, Drake Field -2/1840
Entomologist Jeff Heilveil, PhD oversees all identifications of insects collected during the course of our
Wildlife Hazard Assessments as well as survey methods. Dr. Heilveil oversees a staff of qualified
technicians who assist with insect collections and data entry.
With similar work already being conducted locally, Loomacres will be able to provide efficient on call
service and at a lower cost than that of our competitors.
Loomacres Inc. Organizational Chart for FYV
Mr. Cody L Baduska
Title: Supervisory Airport Wildlife Biologist
Project Task: Project Oversight & Surveys
Mr. Michael F. Ndl Ms: Kristin M_ Dorsch
Title: Qualified Airport Wildlife Biologist e` Title: Qualified Airport Wildlife Biologist
Project Task: Surveys & Collection y Project Task Surveys & Data Collection
........ �.^v S.cIIs!ncAr ti•••.S�am��^;.esssSfiC'�^:�.1^.,.t' ^cn^.^.^�xsaac:^.L^.f�m.•••nt• .C,f
r acreecueaxaxcxa:v�eee
Dr. Jeff Helvell r ( Dr. Adam Ryburn
Title: Entomologist Title: Botanist
Project Task: Insect Identification Project Task: Vegetation Identification
:Y.N^.• :!i1:...... iX!i nm.�n.:fi±�iY.ti>a![fn1J:
'�aawrw:,cccaFURw5ccuccr.:awQRagr:Fpu
y�yGGC.C.C.rGY.CX.C.FGGG •KYFFC.w'GGFGFGG,G,C.KKtih
Mrs. Wendy Dorsch
V
Title: Office Administrator
Project Task: Administration & Accounting
Recent projects & References:
-Northwest Arkansas Regional Airport: Loomacres Inc. is currently conducting a Wildlife
Hazard Assessment for the airport. Loomacres Inc. also assists the airport with direct control
projects and Wildlife Hazard Management training. For more information please contact Steve
Keith, Operations Director at 479-790-9929.
-Nashville International Airport: Loomacres Inc. is currently conducting a Wildlife Hazard
Assessment for the Nashville International Airport. Loomacres will also develop/update the
airport's Wildlife Hazard Management Plan, and provide the airport's staff with the FAA required
wildlife hazard management training. For more information please contact Chris Ricketts,
Operations Coordinator, 615-218-3870.
-Plattsburgh International Airport: Loomacres Inc. has conducted a Wildlife Hazard
Assessment and developed a Wildlife Hazard Management Plan for PBG. AIP funding was used to
Fayetteville Executive Airport, Drake Fietd-LI8 IO
fund this project. This project was completed in September 2009. Loomacres Inc. is currently the
prime consultant providing wildlife conflict resolution and Wildlife Hazard training for the airport.
For more information please contact Frank Dietz, Assistant Manager, Plattsburgh International
Airport, at 518-565-4015.
-Syracuse International Airport: Loomacres Inc. is currently conducting a Wildlife Hazard
Assessment for the airport. Loomacres Inc. also assists the airport with direct control projects and
Wildlife Hazard training. This project is set to be complete April 2010. For more information
please contact John Carni, Operations Manager, Syracuse Department of Aviation, at 315- 455-
3680.
-Buffalo Niagara International Airport: Loomacres Inc. is the prime consultant providing
Wildlife Hazard Management training and consulting services. Loomacres Inc. also provides
onsite wildlife conflict resolution. For more information please contact Dave Macy, Operations
Supervisor, Buffalo International Airport at 716-863-3586.
-Greenville-Spartanburg International Airport: Loomacres Inc. is currently conducting a
Wildlife Hazard Assessment for Greenville -Spartanburg International Airport. Loomacres will also
develop the airport's Wildlife Hazard Management Plan, and provide the airport's staff with the
FAA required wildlife hazard management training as well as provide the airport with direct
control services. For more information please contact Larry Holcomb, Airport Manager, 864-848-
6262.
-Elmira-Corning Regional Airport: Loomacres Inc. is the prime consultant providing Elmira -
Coming Regional Airport with an assessment of wildlife hazards at their airport. We have also
assisted with the development of their Wildlife Hazard Management Plan, which has been
approved by the FAA. Elmira -Coming Regional Airport has also contracted Loomacres Inc. to
provide direct control of hazardous wildlife for the past several years. For more information please
contact Bill DeGraw, Director of Operation, Elmira -Coming Regional Airport, at 607-426-5622.
-List of Airports that Loomacres Inc. has provided Airport Wildlife Consulting Services;
JFK International, Stewart International, LaGuardia International, Teterboro International,
Republic, Sullivan County, Jamestown International, Poconos Regional, Johnstown -Cambria
County, Blair County, Plattsburgh International, Massena International, Ogdensburg International,
Binghamton Regional, Elmira -Corning Regional, Ithaca -Tompkins Regional, Warren T. Eaton,
Buffalo International, Niagara Falls International, Lebanon Regional, Manchester -Boston
International, Shenandoah Valley Regional, Syracuse International, Northwest Arkansas Regional
Airport, Greenville -Spartanburg International Airport, Owensboro Regional Airport, Nashville
International Airport, Columbia Regional Airport, Enid Woodring Regional Airport
Additional references are available on request
Licenses and Permits
Loomacres Inc. maintains all necessary permits and licenses to conduct wildlife management
activities on airports. It is the responsibility of the airport to maintain all appropriate state and
federal permits that will be required to remove and harass wildlife on airport property. Loomacres
Inc. should be listed as a sub-permittee on all appropriate permits. Loomacres Inc. will act as a
Fayetteville Executive Airport, Drake Fie/d-1//8/10
liaison with both State and Federal agencies to assist the airport with necessary application,
permitting and reporting procedures. Loomacres Inc. will assist airport personnel with the
maintenance and renewal of Wildlife Permits.
Insurance
Loomacres Inc. maintains liability insurance coverage consisting of 2,000,000.00 per incident,
4,000,000.00 aggregate and an additional 2,000,000 umbrella policy. We also carry 2,000,000 in
professional and 500,000 in workmen's comp. If additional insurance is required Loomacres Inc.
will acquire and present appropriate documentation prior to the start of this project. Please see
Appendix III for insurance information.
Disadvantaged Business Enterprise:
Loomacres Inc. is not a Certified Disadvantage Business (DBE); however Loomacres Inc. has
utilized the services of DBE's when it was necessary to reach DBE participation goals as per DOT
Regulation 49 CFR Part 26. Loomacres is prepared to utilize a Certified DBE to provide up to 3%
of the services offered in this contract. Loomacres is able to utilize the services of ETC Engineers
& Architects Inc. which is a certified State of Arkansas DBE located at 1510 South Broadway,
Little Rock, AR 72202. The contact person for ETC Inc. is Mr. Mizan Rahman, 501-375-1786.
Specifically, the company will provide GIS, GPS, and habitat mapping services. ETC will map out
the various habitat types on and around the airport. Further information about ETC Inc. can be
found in Appendix III.
Scope of Services: Phase I Wildlife Hazard Assessment and Training:
Loomacres Inc. will conduct a Wildlife Hazard Assessment, as required by the FAA, Title 14
139.337(b)(1-4).
I. Avian surveys will be conducted to document the species, number, habitat use and seasonal
activity of birds that inhabit the airport. The surveys will be conducted four times monthly and
will continue for one year. The surveys will be conducted at 12 or more sites located on and
adjacent to the airport property. Site selection will be determined at the start of the project.
During the surveys each of the sites will be visited for 3 minutes. The birds that are observed
during this time will be documented. The results will be analyzed and included in the final WHA
report. Estimated dates of completion: March 2010 -February 2011.
II. Large mammal surveys will be conducted 2 times per month. Spotlights/Night vision/Infra-red will
be used to document the abundance and distribution of mammals such as white -tail deer and
coyotes. A vehicle will be used to survey the AOA and surrounding property. The route the
vehicle will travel will be determined during the first visit to the airport. The results will be
analyzed and included in the final WHA report. Estimated dates of completion: March 2010 -
February 2011.
III. Small mammal surveys will be conducted during the spring and fall to document the small
mammal population at the airport. Four, 100011, transects will be set up in varying habitat types
within the airport property. Small mammal traps will be placed every ten feet along each of the
transects. The transects will be set for a total of three nights. Each day the traps will be checked
Fayetteville Executive Airport, Drake Fidd-L/8/JO
and the species caught will be recorded. The results will be analyzed and included in the final
WHA report. Estimated dates of completion: May 2010 & October 2010.
IV. Vegetation surveys will be conducted to determine the dominant vegetation species on the airport.
Grass height will be monitored at each survey location on a monthly basis to determine the
average grass height for the growing season. Loomacres will also make planting recommendations
as needed to ensure that no new attractants are created. The results will be analyzed and included
in the final WHA report. Estimated dates of completion: May 2010 -August 2010.
V. Insect surveys will be conducted to determine their potential to become wildlife attractants at the
airport. Surveys will be conducted at 12 sites throughout the airport. Species composition and
population index will be determined. The results will be analyzed and included in the final WHA
report. Estimated dates of completion: June 2010 -October 2010.
VI. Perimeter fence surveys will be conducted during each visit to the airport. If a breach in the fence
is discovered, the location and recommendations will be provided to the airport immediately. A
summary of the results will be provided in the final WHA report. Estimated dates of completion:
March 2010 -February 2011.
VII. Loomacres Inc. staff will also document all major wildlife attractants and wildlife hazards at the
airport and within 5 miles of the airport. This data and mitigation recommendations will be
presented in the final WHA report. Estimated date of completion: April 2011.
Vlll. The Wildlife Hazard Assessment will also analyze the history of bird strikes that have occurred at
the FYV. Estimated date of completion: April 2011.
IX. A review of all wildlife -associated permits will be assessed and a historical review of their use will
be presented in the Wildlife Hazard Assessment. Estimated date of completion: April 2011.
X. Two months after completing the field work the findings of the surveys, and all above mentioned
will be compiled into a detailed report and five copies will be presented to the consultant and to
FYV. The report will also include a description of any potential wildlife hazards observed on and
around the airport. In addition, the report will provide recommendations for reducing identified
wildlife and their potential for causing wildlife strikes, and make recommendations for mitigating
the wildlife attractants found on and around the airport. Estimated date of completion: April 2011.
XI. Throughout the duration of the project Loomacres Inc. personnel will be available on -call to
assist airport personnel with the dispersal or removal of potential wildlife hazards (whitetail
deer, gulls, ect.), utilizing pyrotechnics, firearms, cage traps and body gripping traps. These
methods will be discussed with airport management prior to their use. All of Loomacres Inc.
personnel are trained, licensed, and experienced in the use of firearms, traps and
pyrotechnics. Loomacres always adheres to all state and federal regulations including the
Migratory bird treaty act of 1981. Estimated date of completion March 2010 -February 2011.
*This is an additional service included as part of the contract. This service is unique to
Loomacres Inc. Very few firms are able to offer these services. *
XII. During the term of the contract Loomacres Inc. will conduct one, Bird Identification and Wildlife
Hazard Management training course that is required by the FAA. The training will be conducted at
FYV. If some airport personnel are unable to attend the training, they may attend one of our
Fapeneville Executive Airport, Drake Field-2/J8/l0 c
regularly scheduled trainings at other airports. All personnel that attend and pass the training will
receive a certificate verifying their accomplishment. The names and grades of those in attendance
will be provided to the Airport Manager and Loomacres Inc. will retain a copy. Please retain all
documentation regarding this training for future reference. Please see appendix II for an outline of
this training. Estimated date of completion: At airports convenience.
XIII. In the event of a wildlife/bird strike, Loomacres Inc. will assist airport personnel with the
identification of the animal struck. Loomacres Inc. will also aid in the reporting of the strike.
Estimated date of completion: March 2010 -April 2011.
XIV. When necessary, Loomacres Inc. can assist FYV with public relations. This includes public out-
reach, and media relations. In addition, Loomacres Inc. will assist in acquiring land owner
permission in the immediate area surrounding the airport in order to conduct wildlife conflict
resolution.
Scope of Services Phase II Wildlife Hazard Management Plan (if required):
Upon completion of the Wildlife Hazard Assessment, Loomacres Inc. will be available to create a Wildlife
Hazard Management Plan. Loomacres Inc. will develop the Wildlife Hazard Management Plan so that it
will meet the requirements of FAA, Title 14 Part 139.337 (e) & (I)
If required following the completion to the Wildlife Hazard Assessment Loomacres Inc. will
develop a Wildlife Hazard Management Plan for FYV. The WI -IMP will be based on the data
gathered during the Wildlife Hazard Assessment. A Wildlife Hazard Management Plan provides
detailed procedures and guidelines for the airport to address wildlife hazards at the airport. It will
also prioritize the goals of the plan and sets a timeline for the accomplishment of the goals. The
plan will recognize the people that will carry out the established goals. Estimated date of
completion: May 2011.
Term
Due to the time sensitive nature of FAA requirements and the importance of reducing potential
wildlife hazards, Loomacres Inc. is available to initiate this project at the airports earliest
convenience.
Twelve months will be dedicated to the WHA and Wildlife Conflict Resolution, and two months
will be dedicated to data analysis and the development of the Wildlife Hazard Assessment. An
additional month will be dedicated to the creation of a Wildlife Hazard Management Plan.
Fayetteville Executive Airport, Drake Field -21840
10
i lJ^t I' ♦ r
7r;? _
r / ��`
v✓
c
i
J ^'v•y >• r
r +p1 •
l A • i L� � �.J� �'
APPENDIX I
KLOOMACRES
Wildlife Management
Dear Airport/Operations Manager,
This
letter was
prepared
to provide the Certificate Holder with documentation verifying that
Loomacres'
personnel
meet the
requirements of § 139.337(f)(7)(a-d) outlined in AC No: 150/5200-36
Subsection a:
The lead Trainer/qualified airport wildlife biologist has the necessary academic coursework and work
experience to meet the qualifications of a GS -0486 series wildlife biologist as defined by the U.S. Office
of Personnel Management classification standards.
Subsection b:
The lead Trainer/qualified airport wildlife biologist has taken and passed an airport wildlife hazard
management -training course acceptable to the FAA administrator.
Subsection c:
The lead Trainer/qualified airport wildlife biologist has conducted at least one Wildlife Hazard
Assessment acceptable to the FAA administrator.
Subsection d:
The lead Trainer/qualified airport wildlife biologist has taken and passed an airport wildlife hazard
management -training course acceptable to the FAA administrator.
Sincerely,
Cody Baciuska
President
- P r o f e s s i o n a l - R e l i a b l e - E t h i c a l
Loomacres Wildlife Management • P.O. 361 • Warnerville, NY 12187
Phone: 607-760-8748 • Fax: 518-618-3129
www.Loomacres.com • info@loomacres.com
Fayetteville Executive Airport, Drake Field -7/1840
12
Zn1embrp-3.lbbte &ronautttat Untber ttp5itp
Center for Professional Education
Hereby certifies that
Cody Baciuska
Has successfully completed 2.4 Continuing Education Units in
Wildlife Hazard Management
In Witness Whereof the signatures are authorized by the Board of Trustees and
the Seal of the University are hereunto affixed at Daytona Beach, Florida
this 18th day of May 2007 Anna Domini.
It a
Uarrin d. Smith. Chancellor
Martin A. Smith. Chancellor
I . _. I. _. :Jm. r____.....:...d r:____e•.. rc__ra.. :.J_
�� nd
Gregory A. Popp. J.D.. Director
nn .--------C_._ n._. .,__.r c.l._.__
Gregory A. Pop.JD.. Director
Cn %r: r_..._ C._ n_.i....:.....r C.,.......:....
Fayetteville Executive Airport, Drake Field -1/18/10 13
Cody BaclusicA
134 Markley Road
Cobleskill, NY 12043
518-234-8547
EDUCATION:
• State CnhtrLty of New York, College of Agriculture and Technology at Coblesla0
Bachelor of TechnologyDegme In Animal Science- Concentmnon ATldhfa bfanagement
Oct ofGnths ago- Dtc O2003
AnocMto ofApplied Science Degree- Concm/mnon Flsherter and WIldhfe rachnologv
On of0rtloa�oa. Nag 1003
• Stale Udnnity of New York- at Oneonta
Bachelors of Science Degree in Business Finance
Expect On ofCm& ata May 2010
TOR ya
is l a
Batt..
I. -... ..
..
.y
71 1
.1
rt.
J
Fayetteville Executive Airport, Drake Field -2/1810
•
I.
I
.4'-.
:aTh
• Airyoa driving
• Business admnustntion
• Computer
• CPR
• Freams
• Hikgg
• Hinting
• GPS. GISIArcView
• Operation of snownrobdes and ATV's
• Photography digitall5LR
• Radio communication
• Spotligbtingt igbt Vision, and Flea
• Soilamiysis
• Trapping
• Tree pitying
• Topd•evial map analysis
• Watercraft Operation
• Vaccination of Animals
• Vegetmon sampling
• Loomacrn Wildlife Management- Cobleskill, NY
July 2003 to present
President of Loomsacs Wildlife Managem nt. Loomacres provides wildlife and emirormtental consulting to the
aviation industry, government agencies, municipalities, corporations and private individuals
Services range from wildlife and vegetation surveys to development and irtrplememation of wildlife management plans.
Loomacres also provides education and training to airport personnel invoked in wildlife management.
• USDA, APHIS, Wildlife Services- Castleton, NY Supervisor: Ted Igleheart
February 2004w July 2003
Conducting wildlife surveys, habitat asscssmmtt and wildlife hazard •ssements on a number of airports throughout
New York. Dam collection, entry, analysis. presentation. Assisting in the developmat of wildlife management plans.
Identifying and addressing. damage. disease, and potential human heath and safety issues coated by wildlife. Use of
pyrotechnics. firearms and traps to haze and remove hazardous wildlife. Public relations and outreach and education
• National Audubon Society- Sharon, CT Supervisor: Laurie Fortin
21 May 2003 to 21 Augur: 2003
Operated 7 MAPS Bird Banding Stations, responsible for net snap, extracting birds, aging, sexing, banding, data
recording and entry, and overall welfare of the birds captured in the nets. Also conducted point counts. breeding bird
sun'eys. nest searching. and vegetation sun-ys.
• Wetland Studies and Solutions- Chantilly, VA Supervisor: Dan Fisk
05 January to 17January 2003
Wetland restoration and mitigation. Planted a variety- of trees and shrubs
• Stillman Lawn ran and Landscaping- Bainbridge, NY -Supervisor: Chris SNBman
Mar 1994 toAugmt 2000 (searonal) From April 1w September 25
Constructed and maintained numerous lawns and landscapes
• Raptor Project- Roxbury, NY-Superdsor: Jonathan Wood
June 1995 to Augur 2000 (pan -time)
Responsible for the health and daily care of the animals at the facility. Also assisted in the preparation and presentation
of educational lectures
LICENCES. TRAINING & CERTIFICATIONS:
- FAA Certified Airport Wildlife Biologist NRA Certified Firearms Instructor -Airport Driving Core, FAA Approved
Wildlife Biologist Training. - NYS Pistol Permit. -NYS Wildlife Control Permit -NYS Hunting and Trapping License,
Boater Safety Cert
VOLUNTEER:
State Unhwdtc of New York at Cobleskfl
Spring 2007&2'008-Preerstadreveral lectors on Bird Ideanficarion and Mat netting
April 2003 -Inspected and maintained kestrel nest boxes
January 2003 —December 2003, - Care and maintenance of animals in herpetological museum
Landis Arboretum
Spring 2007-Innnned student: on ecology
Neer York Slate Department of Eueironmeutal Conservation
November2000- Assisted with the NYSDEC deer census
September 2003- Assisted NYSDEC at waafowl banding station
ACTNITTES:
e 2009 -grunt, President of NYS Wildlife Management Association
• 2007-2009. Director of NYS Wildlife Management Association
• September 2002- January 2003. Secretary of the SUNY Cobleskill chapter of The Wildlife Society
• January 2003 -May 2003, Vice President of the SUNY Cobleskill chapter of The Wildlife Society
Fayetleville Executive Airport, Drake Field -2178/70
15
Appendix II
Wildlife Hazard Management and Bird Biology Training
General Outline
1 Introduction & Overview of Training Objectives
A. Authority, Regulations, Legalities
B. Wildlife Hazard Management Plan
2 General Challenges to Aviation Safety Presented by Wildlife
A. Large and Small Mammals
B. Various Avian Species
C. On and Off -site Attractants
3 Practical Management Techniques
A. Food, Cover, & Water
B. Habitat Modification & Exclusion
a. Grass Management
b. Fencing
c. Brush Removal
C. Repellents
a. Chemical, Audio, Visual
D. Removal
a. Lethal
b. Non -Lethal
4 Reporting Procedures & Database
A. Bird/Other Wildlife Strike Report
5 Maintenance of State & Federal Permits
7 Bird identification & Bird Biology
A. Topography
B. Flight and Feathers
C. Molt and Migration
B. Identification
9. Pyrotechnic usage and safety
8 Review and Exam
Fayeaeville Executive Airport, Drake Field -2/18/l0
16
Appendix III
a.
Arkansas Unified DBE Certification Program
Telephone (501)569-2000 Post Office Box 2261
Fm (501)569.2693 Little Rock, Arkansas 12203-2261
1ITTLE4&ROCK
NATIONAL ^IVOtT
I.iakto,4AIIpnA cep
—irk—.gal.
C n al "Wty Transit
swaL.s,"
December 21, 2009
Mr. Mizan Rahman
ETC Engineers and Architects, Inc.
1510 South Broadway
Little Rock, AR 72202
Dear Mr. Rahman:
This will acknowledge receipt of the annual affidavit stating there have been no
changes in ETC Engineers and Architects, Inc.'s circumstances affecting its ability
to meet size, disadvantaged status, ownership, or control requirements of Federal
Regulation 49 CFR Part 26. Based on a review of this information, the fin's
Disadvantaged Business Enterprise certification in Arkansas will continue through
December 21, 2010.
Any time the firm's circumstances change, a notarized statement setting forth the
changes must be submitted to the Department within 30 days.
If you have questions or need additional information, please contact Ms. Natasha
Halbert at (501) 569-2297.
Sincerely,
e venport�\� 1
DBE Hearing Committee Chair
c: Chief Legal Counsel
DBE Program Specialist
Fayetteville Executive Airport, Drake Field -2118./10
17
flu ETC Engineers &Architects, Inc.
I:XGINEERs • .\RCIl ITECTS ■ PLANNERS
P.O. ..
V....•
.. .... r .: ..._:.
o .
- .1:1*,'
___ ,!frjhj
ILL,: i:q. . . ..i.P •. . . •.. :..:.:,I.
6l II.I)ING :\ RF.TTER vORLI)
f,d.z.i,fl77flITSJJtAV I:
..
Steve Parke, Director of Public Works, City of Fat Smkh, AR —479-7842231
Mayor JoAnne Bush, City of Lake Village, AR —870-265-2228
Mr. Robot Cogdell, Director of Public Works, City of Maumele, AR —501-851-2500
We appredate your kder'ea in ETC Engineers and ArddMcts and look forward to working with you and
your staff.
Sincerely,
Perry Can
Vice President
Fayetteville Executive Airport, Drake Field-L18/I0 19
4OOMACRES
Wildlife Management
Fee Schedule for FYV WHA & WHMP
Term
Due to the time sensitive nature of FAA requirements and the importance of
reducing potential wildlife hazards, Loomacres Inc. is available to initiate this
project at the airports earliest convenience. The proposed term of the agreement
will begin on signing of this proposal and conclude fifteen months later.
Phase I:
Twelve months will be dedicated to the WHA, and two months will be dedicated
to data analysis and the development of the Wildlife Hazard Assessment.
Phase If:
One month (month 15) will be dedicated to the development of the airports
Wildlife Hazard Management Plan.
Fees
-Senor Biologist $105.00/hr
-Airport Biologist $69.84/hr
Phase I:
-Total Hours, 687
-Data collection portion of WHA, 582 hours
-Senior Biologist, 35 hours
-Airport Biologist 547 hours
-Development of WHA, 105 hours
-Senior Biologist, 10 hours
-Airport Biologist, 95 hours
Total Labor.
Transportation and Supplies:
$49,562.00
$8547.00
"Bringing Wildlife Management To A Higher Level"
Loomacres Wildlife Management • P.O. 361 • Warnerville, NY 12187
Ph: 607-760-8748 • Fax: 518-618-3129 • www.loomacres.com
E-mail:lnfo@loomacres.com
Phase I Total: $58,109.00
Phase II (if required):
-Development of WHMP, 40 hours
-Senior Biologist, 18 hours
-Airport Biologist, 32 hours.
Total Labor: $4.125.00
Transportation and Supplies: $546.00
Phase H Total: $4.671.00
Project Total: 62.780.00
.Billing and Payment:
The total cost of phase I is 58,109.00. The City of Fayetteville will be invoiced on
a monthly basis in the amount of $4,150.66. If Phase II is required, the City of
Fayetteville will be invoiced for $4,671.00 at the completion of the project.
"Bringing Wildlife Management To A Higher Level"
Loomacres Wildlife Management • P.O. 361 • Warnerville, NY 12187
Ph: 607-760-8748 • Fax: 518-234-8547 • www.loomacres.com
E-mail: info@loomacres.com
4OOMACRES
Wildlife Management
Estimated Dates of Completion for Drake Field
• Site Visit/ Meeting W/ Airport Staff: May 2010
• Project Start: May 2010
• Driver Training / Security Clearance: May 2010
• Wildlife Conflict Resolution: May 2010 —May 2011
• Wildlife Surveys: May 2010 —May 2011
Avian Surveys: May 2010 —May 2011
Large Mammal Surveys: May 2010 — May 2011
Small Mammal Surveys: May 2010 & October 2010
• Survey of Wildlife Attractants: May 2010— May 2011
• Strike History Analysis: June 2010
• Review of Wildlife Permits: May 2010
• Final WHA report: Date of Completion: July 2011
• Wildlife Management and Identification Training: At airports convenience
• Meetings and Airport Management WHWG: Quarterly
• Creation of WHMP (If required by FAA) August 2011
"Bringing Wildlife Management To A Higher Level"
Loomacres Wildlife Management • P.O. 361 • Warnerville, NY 12187
Ph: 607-760-8748 • Fax: 518-618-3129 • www.loomacres.com
E-mail: info@loomacres.com
d m
d
m
OJ d a
•
00
V
OI
N
A
41
N
m
pCj
d J o
0m
J
n
ry
J
d
p
0••
0
N
S <
0
w m
m
w
g
b J J d
O
lil
�
i.
S
0
3
"
3 m
g
o
� C
j
�
W
N j 0
0 a
N
n
$ ..
Ca
a^
A M
O o
0
u
w
m a
m c
'3 n
e
c e
o m
w C
V
6
O'O 'T
a
_
p
o
m w T
m
w
z
c 01
0•
duo
K
C
z N
J
{ &
r
o
$
o
=
H
ma
C
C,
m.o
n v
m
-
d d J
d
�. bYrOyF d.
d d
m
G
M
N
M
M
N
M
N
M
N
N
N
m
O.
≤
b.VO.
01
O
O
O
O
O
O
O
O
O
0
0
O
O
C
a
C
a
C
O
G
O
O
O
O
O
O
O
C
O
C
O
O
m
O
O
w+n,
to
O
�mm
N �
c
'�
doyt•
�•
N
0
m
eY':D5',
10
o
\c
O
Z
Il (
S
w
m
0
?
No
3
0
o
m
0
p
o 8
p' C O d C
m
m
0
0 d
m
1S
a
n
l W h
C
w
J
m
I
3
w
i O
0
d
m
d
00
O.
O
b
a
N
a
+
m
o
a a
m
{ p
+
A
an d
m
0
ma
m
N m
o o
O O
-
0
300
CD f0
O
w
0
a
O O
#
0
O.
0
T
0
N
Z
m
O
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
4/6/2010
City Council Meeting Date
Agenda Items Only
M. Bou eaux Aviation
Sub i ted By Division
Action Required:
n Required: Approve C6n1,ractwith Loomacres Wildlife Management1 th
r L Baciuska, President, PO'Bqx 361, Wamerville, NY 12187; 607-765-874
$ 62,809.00
Cost of this request
5550.3960.7820.39
Account Number
10022 1
Project Number
Budgeted Item EJ
P
Ca egory P Ject Budget
$ Fuq s sed to Date
tansportation
Department
amount of $62,809.00. Contact:
518-234-8547 fax; �S
Wildlife Hazard Assessment
Program Category / Project Name
D8100 AVED
Program / Project Category Name
Airport
Remaining Ba nce
Adjustment ktta ed EJ
Fund Name
3'ZZ'/d PrevPrevi&is Ordinance or Resolution #
Date
Original ntract Date:
Z Original Con act Number:
rneyV Date
P 3-2z• zolo
and Internal' ervices Director Date FReceiv�ed�in City
1/. , rks fice
ofSte Date
Received in
Mayor's Office
Date
Comments: Budget Adjustment included with grant funding item associated with this Contract.
Kln;,, cJ
Revised January 15, 2009
THE CITY OF FAYETTEVILLE, ARKANSAS
AVIATION DIVISION
4500 S School Ave, Ste F
Fayetteville, AR 72701
CITY COUNCIL MEMO
To: Mayor Jordan
Thru: Chief of Staff, Don Man
Thru: Transportation Director, Terry Gulley
From: Ray M. Boudreaux, Aviation Di ctor
Date: March 12, 2010
Subject: Award of Wildlife Hazard Assessment and Management Plan Contract to Loomacres
Wildlife Management
PROPOSAL: The FAA directed that all Part 139 Airports conduct a Wildlife Hazard Assessment (WHA)
and develop a Wildlife Hazard Management Plan and has funded the requirement. This item requests authority
to award the contract to Loomacres Wildlife Management. Loomacres Wildlife Management was selected on
qualifications from 10 submittals utilizing the City purchasing procedures and selection process. The company
is currently working at XNA performing their WHA. Our FAA Program Manager has reserved the funds for
this project and is awaiting our application. Arkansas Department of Aeronautics pays the match for FAA
funded projects. We will give notice to proceed when the grants are assured. The Airport Board approved this
project and our request at their March 11, 2010 meeting.
RECOMMENDATION: Approve contract award to Loomacres Wildlife Management for a Wildlife Hazard
Assessment and Management Plan and Fayetteville Executive Airport, Drake Field. The Wildlife Assessment
will cover twelve months of field work to document the type and quantity of wildlife present on and near the
airport. Once documented, an analysis of the hazards will take two additional months with the report submitted
to the Airport and the FAA for approval. Once approved, tasks will be assigned to airport staff and staff will
receive training in the control of hazardous wildlife.
BUDGET IMPACT: This project is fully funded by Grants from the FAA (95%) and Arkansas Aeronautics
(5%) in the amount of $62,809.00.
Attachments: Staff Review
Wildlife Hazard Assessment Agreement w/ Loomacres Wildlife Management (2 cys)
RFQ Wildlife Hazard Assessment
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
RESOLUTION NO.
A RESOLUTION APPROVING A
LOOMACRES WILDLIFE MANAGEMENT
$62,809.00 FOR THE PROVISION OF A
ASSESSMENT AT THE FAYETTEVILLE E
DRAKE FIELD, CONTINGENT ON THE
FUNDS FOR THE PROJECT
CONTRACT WITH
IN THE AMOUNT OF
WILDLIFE HAZARD
XECUTIVE AIRPORT -
AWARD OF GRANT
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 approves a contract, a copy of which is attached to this Resolution as
Exhibit "A" and incorporated herein as if set out word for word, with Loomacres
Wildlife Management in the amount of $62,809.00 for the provision of a Wildlife
Hazard Assessment at the Fayetteville Executive Airport -Drake Field, contingent
on the award of grant funds for the project.
PASSED and APPROVED this 6th day of April, 2010.
APPROVED:
By:
LIONELD JORDAN, Mayor
ATTEST:
By:
SONDRA E. SMITH, City Clerk/Treasurer
: f03
co
,
,
-7
03 2
(
0.-
%2|E%
/
!
-
. a
QQ
%
§
(03
\
F!=#03
■
o
2
k,
-
_
■
�t
k
��
t
_
o
03
"�
K #
o
03
CZ Q
2
(/!
°
:®§
CD
;@k
E
; «
!
k
o
\
•
°
4a
! }
-
,
0
§�(�
-
2
��
CD
�
0
/
$
,
�\
\
-a
}�
2
o
\
k
B
�
0
§3
�!
)\
/
C
or
§_
}0|
\
�
m
ow
(�
(
/
(\
f
-
-
r
!
§
k}!
\In
r
___
____
____
____
____
____
____
____
____
____
____
____
___
___
____
!
)
-
r
NaRFcF
`FO
WILDLIFE HAZARD ASSESSMENT AGREEMENT
°°
The agreement will be with the City of Fayetteville, Arkansas, and Loomacres Inc. for a project generally described 'o4
as: Wildlife Hazard Assessment and Management Plan for the Fayetteville Executive Airport, Drake Field.
Consisting of: a Wildlife Hazard Assessment (Comprehensive Ecological Study), update/develop a Wildlife Hazard
Management Plan, establish a Wildlife Hazard Monitoring Program, alert airport personnel of potential wildlife
hazards, remove/reduce wildlife hazards on an as -needed basis, conduct FAA required Wildlife Hazard Training,
assist airport personnel with the maintenance and renewal of wildlife permits.
ARTICLE 1. SCOPE OF SERVICES
BIOLOGIST will perform all all services as
enumerated in the RFQ attached hereto Attachement
I. A detailed listing of the scope of work is provided
in the BIOLOGIST's proposal and response to RFP #
10-03, in Attachment I. The BIOLOGIST shall
provide all necessary equipment and human resources
that are required to fulfill the contract.
ARTICLE 2. COMPENSATION
OWNER will compensate BIOLOGIST as set forth in
Attachment II.
ARTICLE 3. TERMS OF PAYMENT
OWNER will pay BIOLOGIST as follows:
3.1 Invoices and Time of Payment
BIOLOGIST will issue monthly invoices as outlined
in Attachment II. Invoices are due and payable
within 30 days of receipt.
3.2 Interest
In the event of a disputed billing, only the disputed
portion will be withheld from payment, and OWNER
shall pay the undisputed portion. OWNER will
exercise reasonableness in disputing any bill or
portion thereof. No interest will accrue on any
disputed portion of the billing until mutually
resolved.
ARTICLE 4. OBLIGATIONS OF BIOLOGIST
4.1 Standard of Care
The standard of care applicable to BIOLOGIST
Services will be the degree of skill and diligence
normally employed by professional biologists or
consultants performing the same or similar Services
at the time said services are performed. BIOLOGIST
will reperforrrt any services not meeting this standard
without additional compensation. The tasks assigned
shall be completed in a timely and efficient manner.
4.2 BIOLOGIST's Personnel at Airport Site
I
The presence or duties of BIOLOGIST's personnel on
the airport property, whether as onsite representatives
or otherwise, do not make BIOLOGIST or
BIOLOGIST's personnel in any way responsible for
those duties that belong to OWNER and/or other
entities.
4.3 BIOLOGIST Insurance
BIOLOGIST will maintain throughout this
AGREEMENT the following insurance:
(a) Workers compensation and employer's liability
insurance as required by the state of Arkansas.
(b) Comprehensive automobile and vehicle liability
insurance covering claims for injuries to member of
the public and/or damages to property of others
arising from use of motor vehicles, including onsite
and offsite operations, and owned, nonowned, or
hired vehicles, with $1,000,000 combined single
limits.
(c) Commercial general liability insurance covering
claims for injuries to members of the public or
damage to property of others arising out of any
covered negligent act of omission of BIOLOGIST or
of any of its employees, agents, or subcontractors,
with $1,000,000 per occurrence and in the aggregate.
(d) Professional liability insurance of $1,000,000 per
occurrence and in the aggregate.
(e) OWNER will be named as an additional insured
with respect to BIOLOGIST's liabilities hereunder in
insurance coverages identified in items (b) and (c)
and BIOLOGIST waives subrogation against
OWNER as to said policies.
ARTICLE 5. OBLIGATIONS OF OWNER
5.1 OWNER -Furnish Data
OWNER will provide to BIOLOGIST all data in
OWNER's possession relating to BIOLOGIST's
services on the PROJECT. BIOLOGIST will
reasonably rely upon the accuracy, timeliness, and
completeness of the information provided by
OWNER.
5.2 Access to Facilities and Property
OWNER will make its facilities accessible to
BIOLOGIST as required for BIOLOGIST's
performance of its services.
5.3 Timely Review
OWNER will examine BIOLOGIST's studies,
reports, sketches, drawings, specifications, proposals,
and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and
financial advisors, and other consultants as OWNER
deems appropriate; and render in writing decisions
required by OWNER in a timely manner.
5.4 Prompt Notice
OWNER will give prompt written notice to
BIOLOGIST whenever OWNER observes or
becomes aware of any development that affects the
scope or timing of BIOLOGIST's Services, or of any
defect in the work of BIOLOGIST or construction
contractors.
5.5 OWNER's Insurance
5.5.1 OWNER will maintain property insurance on all
physical facilities.
5.6 Litigation Assistance
The Scope of Services does not include costs of
BIOLOGIST for required or requested assistance to
support, prepare, document, bring, defend, or assist in
litigation undertaken or defended by OWNER. All
such Services required or requested of BIOLOGIST
by OWNER, except for suits of claims between the
parties to this AGREEMENT, will be subject to a
separate agreement.
ARTICLE 6. GENERAL LEGAL PROVISIONS
6.1 Authorization to Proceed
Execution of this AGREEMENT by OWNER will be
authorization for BIOLOGIST to proceed with the
work.
6.2 Reuse of PROJECT Documents
All reports, drawings, specifications, documents, and
other deliverables of BIOLOGIST, whether in hard
copy or in electronic form, are instruments of service
for this PROJECT, whether the PROJECT is
competed or not.
6.3 Force Majeure
BIOLOGIST is not responsible for damages or delay
in performance caused by acts of God, strikes,
lockouts, accidents, or other events beyond the
control of BIOLOGIST. In any such event,
BIOLOGIST's contract price and schedule shall be
equitably adjusted.
6.4 Termination
6.4.1 This AGREEMENT may be terminated for
convenience on 30 days' written notice, or for cause if
either party fails substantially to perform through no
fault of the other and does not commence correction
of such nonperformance within 5 days of written
notice and diligently complete to correction
thereafter.
6.4.2 On termination, BIOLOGIST will be paid for
all authorized services performed up to the
termination date.
6.5 Suspension, Delay, or Interruption of Work
OWNER may suspend, delay, or interrupt the
Services of BIOLOGIST for the convenience of
OWNER. In Such event, BIOLOGIST's contract
price and schedule shall be equitably adjusted.
6.6 No Third -Party Beneficiaries
This AGREEMENT gives no rights or benefits to
anyone other than OWNER and BIOLOGIST and has
no third -party beneficiaries.
6.7 Indemnification
6.7.1 BIOLOGIST agrees to indemnify OWNER for
any claims, damages, losses, and costs, including, but
not limited to, attorney's fees and litigation costs,
arising our of claims by third parties for property
damage or bodily injury, including death, caused by
the negligence or willful misconduct of BIOLOGIST,
BIOLOGIST's employees, affiliated corporations,
and subcontractors in connection with the PROJECT.
6.7.2 OWNER agrees to indemnify BIOLOGIST
from any claims, damages, losses, and costs,
including, but not limited to, attorney's fees and
litigation costs, arising out of claims by third parties
for property damage or bodily injury, including death,
caused by the negligence or willful misconduct of
OWNER, or its employees or contractors in
connection with the PROJECT.
6.8 Assignment
This is a bilateral personal Services AGREEMENT.
Neither party shall have the power to or will assign
any of the duties or rights or any claim arising out of
or related to this AGREEMENT, whether arising in
tort, contract or otherwise, without the written
consent of the other party. Any unauthorized
assignment is void and unenforceable. These
conditions and the entire AGREEMENT are binding
on the heirs, successors, and assigns of the parties
hereto.
6.9 Waiver
6.9.1 No waiver by either party of any breach of this
AGREEMENT, or of any warranty or representation
hereunder, shall be deemed to ba a waiver by the
same party of any other breach of any kind or nature
(whether preceding or succeeding the breach in
questions, and whether or not of the same or similar
nature).
6.9.2 No failure by a party to exercise any right it
may have under this AGREEMENT or under law
upon another party's default, and no delay in the
exercise of that right, shall prevent it from exercising
the right whenever the other party continues to be in
default. No such failure or delay shall operate as a
waiver of any default or as a modification of the
provisions of this AGREEMENT.
6.10 Jurisdiction
The substantive law of the state of Arkansas shall
govern the validity of this AGREEMENT, its
interpretation and performance, and any other claims
related to it.
6.11 Severability and Survival
6.11.1 If any of the Provisions contained in this
AGREEMENT are held for any reason to be invalid,
illegal, or unenforceable, the enforceability of the
remaining provisions shall not be impaired thereby.
6.11.2 Limitations of liability, indemnities, and other
express representations shall survive termination of
this AGREEMENT for any cause.
6.12 BIOLOGIST'S Deliverables
BIOLOGIST's deliverables, including record
drawings, are limited to the sealed and signed hard
copies. Computer -generated drawing files furnished
by BIOLOGIST are for OWNER or others'
convenience. Any conclusions or information
derived or obtained from these electronic files will be
at user's sole risk.
6.13 Dispute Resolution
The parties will use their best efforts to resolve
amicably any dispute, including use of alternative
dispute resolution options.
ARTICLE 7. ATTACHMENTS,
SCHEDULES, AND SIGNATURES
This AGREEMENT, including its attachments, and
schedules constitutes the entire AGREEMENT,
supersedes all prior written or oral understandings,
and may only be changed by a written amendment
executed by both parties.
IN WITNESS WI-IEREOF, the parties execute below:
For OWNER, City of Fayetteville. AR
dated this day of
Signature Signature
Name (printed) Name
Title
For BIOLOGIST,
dated this ____R day of
Signature
Name (printed) C L &L u-6 k a
Title Prgs i'
Title
90/
Signature
Name /'fir,'s4•'r- Oau µ,Solo
Title V.'(,e- Arias ► c/Pe
Attachement I:
LOOMACRES
Wildlife Management
"Bringing Rrtldlife managemmlellt to a higher level"
Proposal to Conduct
a Wildlife Hazard Assessment
and Wildlife Hazard Management Plan
for the
Fayetteville Executive Airport, Drake Field
. . . . . ...
PO Box 361
%Varnerville, NY 12187
Warnerville, NY • Gainesville. TX s Worland, WY
- Pro T e s s i o n a l- R e I i a b l e- E t G i s a 1-
Table of Contents
Page (s)
Letter of Interest...........................................................................3-4
Key Personnel Sc Qualifications............................................................5-6
Recent Projects Sc References...... . . . . . . . . . . . . . . . . . . . . . .... . . . . ........ . . . . . . ...... 6-7
Licenses& Permits.........................................................................7
Insurance........................................0.000................... ....................8
Disadvantage Business Enterprise Information....................................8
Scope of Services Phase I WIIA & Training............................................8-10
Scope of Services Phase II WHMP.....................................................10
Term....... . . . . . . . . . . S S S S S• • • • • • • • • . . S • S S S S S• • • • • • • • • . . . .. S • • • • • • • S • • • • • • • • • • ................ 10
ContactInfo...... .... .. ... ....... .. .. .... ... •• SSSS•SS •••S •• •• • 5............... ..........l
Appendix I Qualifications of Key Biologists..................................... 12-15
Appendex II Outline of Training....................................................... 16
Appendix III ETC Inc. DBE Certification letter & references.............S 17-19
Appendix IV Authorized Negotiator Information...... ... .. .. .. ......
Fayetteville Executive Airport, Drake Field -7/18/70
F1
OOMACRE
Wildlife Management
February 15, 2010
City of Fayetteville
Attn: Andrea Foren- Room 306
113 W. Mountain
Fayetteville, AR 72701
RE: RFP 10-03 Wildlife Hazard Assessment
Ladies & Gentlemen,
It is with great pleasure that I introduce our company, Loomacres Wildlife Management Inc. Loomacres
Wildlife was the first private company to be approved by the FAA to perform Wildlife Hazard
Management services on airports. Since 2005 Loomacres Wildlife Management's primary mission has
been to provide government agencies, municipalities, and the private sector with the highest quality of
environmental consulting available. Loomacres Inc. was created by Airport Wildlife Biologists and thus
focuses solely on Airport Wildlife Management. We at Loomacres feel that it is essential to have a
qualified airport wildlife biologist performing all services at all times. Our qualified airport wildlife
biologists are able to immediately react to any unforeseen wildlife hazards with success. Loomacres
Wildlife Management is a company that understands the needs of airport managers to provide a safe
environment for the operation of aircraft. Loomacres staff also understands the requirements that animals
need. Often these problems collide creating an unsafe environment for people and wildlife. Our
employees utilize their extensive experience and training in order to provide the utmost quality in wildlife
management. They use sound, ethical practices to help alleviate the risk to human health and safety.
Loomacres' foundation is based upon three basic principles: professionalism, ethics, and reliability.
Ethics: Loomacres Wildlife Management sets the standard for ethics in the industry. Loomacres
efficiently serves our clients with safe, ethical, and innovative solutions that work.
Reliability: Loomacres Wildlife Management provides reliable service by consistently reacting to
unforeseen conditions.
Professionalism: Our staff has the experience and credentials to meet the high standards that are required
by the FAA and your airport. Only the most professional company can provide quality services in the
unique environment found on airports.
Wildlife are attracted to an area depending on several circumstances. Some of these include the
availability of food, water and cover or more geographically significant features such as large bodies of
water, mountain ranges or migratory routes. Each of these factors will have an effect on the type of
species, their numbers and the time of year that they occur in your location. Being able to identify these
conditions and the species associated with them is just the first step in our multilevel approach to wildlife
Fayetteville Executive Airport, Drake Field -7/18/10
management. Loomacres takes an integrated approach to wildlife management often referred to as
Integrated Wildlife Management. Loomacres combines both active and passive management techniques.
Through data collection, onsite observations, and other sources of information and with the cooperation of
airfield staff; Loomacres will carry out a Wildlife Hazard Assessment and create a Wildlife Hazard
Management Plan as per the requirements of FAA 14 CFR 139.337.
In addition to passive and active management techniques utilized on site, Loomacres also assists airports
with offsite wildlife management to ensure, as per FAA AC 150/5200-33A Hazardous Wildlife
Attractants on or near airports and AC 150/5200-34 Construction or establishment of landfills near
public airports, that wildlife attractants within 5 miles of the airfield are limited.
Through regular communication, monthly reports and quarterly meetings with the staff at Fayetteville
Executive Airport, Drake Field, Loomacres will be able to keep all informed of the success of the project
and will be able to address any issues, concerns or updates.
Loomacres Inc. is not a certified disadvantaged business enterprise however, to assist the airport in
reaching their DOT 49 CFR Part 26 DBE Participation Goal, Loomacres is able to utilize the services of
ETC Engineers & Architects Inc. ETC Inc. is a certified DBE based out of Little Rock, AR and will be
able to provide up to 3% of the work in this project. Specifically, ETC Inc. will provide GPS,GIS &
habitat mapping services for this contract.
Detailed descriptions of all above information can be found in the following proposal. Loomacres Wildlife
Management looks forward to establishing a relationship with the City of Fayetteville and Fayetteville
Executive Airport, Drake Field.
Sincerely,
Cody L. Baciuska
President & Airport Wildlife Biologist
Loomacres Wildlife Management
PO Box 361
Wamerville, NY 12187
607-760-8748
www.loomacres.com
Profess T o n a l- R e l i a b l e- E t h i c a l
Loomacres Wildlife Management • P.O. 361 • Warnerville, NY 12187
Phone: 607-760-8748 • Fax: 518-234-8547
www.Loomacres.com • info@loomacres.com
Fayetteville Executive Airport, Drake Field -L/8/10
4
Key Personnel & Organizational Chart
Loomacres Inc. puts its reputation in the selection and the performance of our employees. Loomacres Inc.
is proud that it has more FAA qualified wildlife biologists on staff than any other firm in the country.
Loomacres Inc. currently utilizes the skills of four FAA Qualified Airport Wildlife Biologists. Loomacres
Wildlife Management's biologists include the first non- governmental wildlife biologist qualified by the
FAA, Cody L. Baciuska, who will be the supervisory airport wildlife biologist overseeing all services to
be provided to the Fayetteville Executive Airport, Drake Field (FYV). All of the personnel that will be
operating on FYV have extensive experience conducting wildlife conflict resolution at airports. In
addition, the personnel that will be assigned to FYV are trained on the safety and security procedures that
must be followed at all times while working on airports. Loomacres Inc. is willing to provide extensive
details on personal and company backgrounds and agrees to submit to criminal history record checks.
Our employees work under the direct supervision of the lead Wildlife Biologist and President of
Loomacres Inc., Mr. Cody Baciuska. Mr. Baciuska has conducted Wildlife Hazard Assessments,
developed Wildlife Hazard Management Plans, and has conducted numerous airport related research
studies. Mr. Baciuska has provided wildlife hazard mitigation for some of the largest airports in the
United States; including John F. Kennedy International Airport, Nashville International Airport and
LaGuardia International Airport. In addition to being a FAA qualified Airport Wildlife Biologist, Mr.
Baciuska is a member of the National Wildlife Control Operators Association, the Wildlife Society and is
the current president of the NYS Wildlife Management Association. In addition, Mr. Baciuska is a
certified National Rifle Association firearms instructor. Mr. Baciuska will be the primary Biologist
overseeing all services offered to FYV. Mr. Baciuska exceeds the requirements outlined in AC No:
150/5200-36. Please see appendix!. for more information regarding the qualifications of Mr. Baciuska.
Biologist Kristin Dorsch has been with Loomacres since it was established in 2005. Kristin has a diverse
background in the biological sciences to include fisheries and wildlife, wetlands and plant science. Kristin
Dorsch holds a Master's of Science degree in Biology and has been working on a FAA grant funded
research project titled "Native and Naturalized grasses Suitable for use on airports managed for Wildlife".
Kristin has presented her research at numerous venues including the 2009 USA/Canada Bird Strike
Conference in Victoria, BC as well as the 2009 Wildlife Damage Management Conference. Kristin's
research in the plant sciences has made her a valuable asset to our company in her ability to assess both
vegetation and habitat on and around airports. Kristin is confident in her ability to make vegetation
management and planting recommendations to airfields across the United States. In addition to her
graduate work, Kristin has taken numerous continuing education credits in the wetland sciences at Rutgers
University and is a certified wetland delineator as well as a Certified Commercial Pesticide Applicator.
Kristin's previous employers include USDA Wildlife Services and several landscape architects. Ms.
Dorsch meets the requirements outlined in AC No: 150/5200-36.
In addition to having four FAA qualified airport wildlife biologists, Loomacres utilizes the experience of
our scientific staff to carry out its services. Loomacres utilizes the experience of Oklahoma resident and
botanist Adam Ryburn, PhD who assists Loomacres in vegetation identification on projects throughout the
southern states. A plant taxonomist by training, Dr. Ryburn has been a Co -Principal Investigator for
several grant funded flora studies and has conducted numerous flora studies throughout the state of
Oklahoma. Dr. Ryburn holds memberships in the American Society of Plant Taxonomists, the Botanical
Society of America and the Southwest Association of Naturalists.
Fayetteville Executive Airport, Drake Field -2/I8/10
Entomologist Jeff Heilveil, PhD oversees all identifications of insects collected during the course of our
Wildlife Hazard Assessments as well as survey methods. Dr. Heilveil oversees a staff of qualified
technicians who assist with insect collections and data entry.
With similar work already being conducted locally, Loomacres will be able to provide efficient on call
service and at a lower cost than that of our competitors.
Loomacres Inc. Organizational Chart for FYV
Mr. Cody L Bacluska
Title: Supervisory Airport Wildlife Biologist
Project Task: Project Oversight & Surveys
Mr. Michael F. Noll s I $ Ms. Kristin M. Dorsch
Title: Qualified Airport Wildlife Biologist a $ Title: Qualified Airport Wildlife Biologist
Project Task: Surveys & Data Collection 9 'r Project Task: Surveys & Data Collection
i'
t!n%U% % Q1)'.`•yd:C"A:?:Y.}:?O9:gw!i}•ylC'2:`.:Kt
KC.CY.C.Y.Y.C.C..MY.GKKKKKCKKY.Y.CCCC.\.
.:X.CY.C.Ktl..:KKKKKCY..:K4'CC.CY.C.:
Dr. Jeff Heilveil l; K'
+ r Dr. Adam Ryburn
Title: Entomologist
+ r. Title: Botanist
Project task: Identification 1;
K
s' r Project Task: Vegetation Identification
+
h!OCfl^R[)t)TO:�dOOiy}C:)4gCC4v!CPgNP
tii4"4'4'KC.IFSCC{:{gaaA:{ L4'4'4'Y•K��K4'4R54�Y.la:C.i:KY.�.
Mrs. Wendy Dorsch
, Title: Office Administrator
s Project Task Administration&Accounting
Recent projects & References:
-Northwest Arkansas Regional Airport: Loomacres Inc. is currently conducting a Wildlife
Hazard Assessment for the airport. Loomacres Inc. also assists the airport with direct control
projects and Wildlife Hazard Management training. For more information please contact Steve
Keith, Operations Director at 479-790-9929.
-Nashville International Airport: Loomacres Inc. is currently conducting a Wildlife Hazard
Assessment for the Nashville International Airport. Loomacres will also develop/update the
airport's Wildlife Hazard Management Plan, and provide the airport's staff with the FAA required
wildlife hazard management training. For more information please contact Chris Ricketts,
Operations Coordinator, 615-218-3870.
-Plattsburgh International Airport: Loomacres Inc. has conducted a Wildlife Hazard
Assessment and developed a Wildlife Hazard Management Plan for P13G. AIP funding was used to
Fayetteville Executive Airport, Drake Field -1/18/10
fund this project. This project was completed in September 2009. Loomacres Inc. is currently the
prime consultant providing wildlife conflict resolution and Wildlife Hazard training for the airport.
For more information please contact Frank Dietz, Assistant Manager, Plattsburgh International
Airport, at 518-565-4015.
-Syracuse International Airport: Loomacres Inc. is currently conducting a Wildlife Hazard
Assessment for the airport. Loomacres Inc. also assists the airport with direct control projects and
Wildlife Hazard training. This project is set to be complete April 2010. For more information
please contact John Carni, Operations Manager, Syracuse Department of Aviation, at 315- 455-
3680.
-Buffalo Niagara International Airport: Loomacres Inc. is the prime consultant providing
Wildlife Hazard Management training and consulting services. Loomacres Inc. also provides
onsite wildlife conflict resolution. For more information please contact Dave Macy, Operations
Supervisor, Buffalo International Airport at 716-863-3586.
-Greenville-Spartanburg International Airport: Loomacres Inc. is currently conducting a
Wildlife Hazard Assessment for Greenville -Spartanburg International Airport. Loomacres will also
develop the airport's Wildlife Hazard Management Plan, and provide the airport's staff with the
FAA required wildlife hazard management training as well as provide the airport with direct
control services. For more information please contact Larry Holcomb, Airport Manager, 864-848-
6262.
-Elmira-Corning Regional Airport: Loomacres Inc. is the prime consultant providing Elmira -
Coming Regional Airport with an assessment of wildlife hazards at their airport. We have also
assisted with the development of their Wildlife Hazard Management Plan, which has been
approved by the FAA. Elmira -Coming Regional Airport has also contracted Loomacres Inc. to
provide direct control of hazardous wildlife for the past several years. For more information please
contact Bill DeGraw, Director of Operation, Elmira -Corning Regional Airport, at 607-426-5622.
-List of Airports that Loomacres Inc. has provided Airport Wildlife Consulting Services;
JFK International, Stewart International, LaGuardia International, Teterboro International,
Republic, Sullivan County, Jamestown International, Poconos Regional, Johnstown -Cambria
County, Blair County, Plattsburgh International, Massena International, Ogdensburg International,
Binghamton Regional, Elmira -Coming Regional, Ithaca -Tompkins Regional, Warren T. Eaton,
Buffalo International, Niagara Falls International, Lebanon Regional, Manchester -Boston
International, Shenandoah Valley Regional, Syracuse International, Northwest Arkansas Regional
Airport, Greenville -Spartanburg International Airport, Owensboro Regional Airport, Nashville
International Airport, Columbia Regional Airport, Enid Woodring Regional Airport
Additional references are available on request
Licenses and Permits
Loomacres Inc. maintains all necessary permits and licenses to conduct wildlife management
activities on airports. It is the responsibility of the airport to maintain all appropriate state and
federal permits that will be required to remove and harass wildlife on airport property. Loomacres
Inc. should be listed as a sub-permittee on all appropriate permits. Loomacres Inc. will act as a
Fayetteville Executive Airyort, Drake Fidd-LI &!0
Disadvantaged Business Enterprise:
Loomacres Inc. is not a Certified Disadvantage Business (DBE); however Loomacres Inc. has
utilized the services of DBE's when it was necessary to reach DBE participation goals as per DOT
Regulation 49 CFR Part 26. Loomacres is prepared to utilize a Certified DBE to provide up to 3%
of the services offered in this contract. Loomacres is able to utilize the services of ETC Engineers
& Architects Inc. which is a certified State of Arkansas DBE located at 1510 South Broadway,
Little Rock, AR 72202. The contact person for ETC Inc. is Mr. Mizan Rahman, 501-375-1786.
Specifically, the company will provide GIS, GPS, and habitat mapping services. ETC will map out
the various habitat types on and around the airport. Further information about ETC Inc. can be
found in Appendix 111.
Scope of Services: Phase I Wildlife Hazard Assessment and Training:
Loomacres Inc. will conduct a Wildlife Hazard Assessment, as required by the FAA, Title 14
139.337(b) (1-4).
Avian surveys will be conducted to document the species, number, habitat use and seasonal
activity of birds that inhabit the airport. The surveys will be conducted four times monthly and
will continue for one year. The surveys will be conducted at 12 or more sites located on and
adjacent to the airport property. Site selection will be determined at the start of the project.
During the surveys each of the sites will be visited for 3 minutes. The birds that are observed
during this time will be documented. The results will be analyzed and included in the final WHA
report. Estimated dates of completion: March 2010 -February 2011.
I1. Large mammal surveys will be conducted 2 times per month. Spotlights/Night vision/Infra-red will
be used to document the abundance and distribution of mammals such as white -tail deer and
coyotes. A vehicle will be used to survey the AOA and surrounding property. The route the
vehicle will travel will be determined during the first visit to the airport. The results will be
analyzed and included in the final WHA report. Estimated dates of completion: March 2010 -
February 2011.
I11. Small mammal surveys will be conducted during the spring and fall to document the small
mammal population at the airport. Four, 1000 ft, transects will be set up in varying habitat types
within the airport property. Small mammal traps will be placed every ten feet along each of the
transects. The transects will be set for a total of three nights. Each day the traps will be checked
Fayetteville Executive Airport, Drake Field -2/18110
liaison with both State and Federal agencies to assist the airport with necessary application,
permitting and reporting procedures. Loomacres Inc. will assist airport personnel with the
maintenance and renewal of Wildlife Permits.
Insurance
Loomacres Inc. maintains liability insurance coverage consisting of 2,000,000.00 per incident,
4,000,000.00 aggregate and an additional 2,000,000 umbrella policy. We also carry 2,000,000 in
professional and 500,000 in workmen's comp. If additional insurance is required Loomacres Inc.
will acquire and present appropriate documentation prior to the start of this project. Please see
Appendix III for insurance information.
and the species caught will be recorded. The results will be analyzed and included in the final
WHA report. Estimated dates of completion: May 2010 & October 2010.
IV. Vegetation surveys will be conducted to determine the dominant vegetation species on the airport.
Grass height will be monitored at each survey location on a monthly basis to determine the
average grass height for the growing season. Loomacres will also make planting recommendations
as needed to ensure that no new attractants are created. The results will be analyzed and included
in the final WHA report. Estimated dates of completion: May 2010 -August 2010.
V. Insect surveys will be conducted to determine their potential to become wildlife attractants at the
airport. Surveys will be conducted at 12 sites throughout the airport. Species composition and
population index will be determined. The results will be analyzed and included in the final WHA
report. Estimated dates of completion: June 2010 -October 2010.
VI. Perimeter fence surveys will be conducted during each visit to the airport. If a breach in the fence
is discovered, the location and recommendations will be provided to the airport immediately. A
summary of the results will be provided in the final WHA report. Estimated dates of completion:
March 2010 -February 2011.
VII. Loomacres Inc. staff will also document all major wildlife attractants and wildlife hazards at the
airport and within 5 miles of the airport. This data and mitigation recommendations will be
presented in the final WHA report. Estimated date of completion: April 2011.
VIII. The Wildlife Hazard Assessment will also analyze the history of bird strikes that have occurred at
the FYV. Estimated date of completion: April 2011.
IX. A review of all wildlife -associated permits will be assessed and a historical review of their use will
be presented in the Wildlife Hazard Assessment. Estimated date of completion: April 2011.
X. Two months after completing the field work the findings of the surveys, and all above mentioned
will be compiled into a detailed report and five copies will be presented to the consultant and to
FYV. The report will also include a description of any potential wildlife hazards observed on and
around the airport. In addition, the report will provide recommendations for reducing identified
wildlife and their potential for causing wildlife strikes, and make recommendations for mitigating
the wildlife attractants found on and around the airport. Estimated date of completion: April 201 I.
XI. Throughout the duration of the project Loomacres Inc. personnel will be available on -call to
assist airport personnel with the dispersal or removal of potential wildlife hazards (whitetail
deer, gulls, ect.), utilizing pyrotechnics, firearms, cage traps and body gripping traps. These
methods will be discussed with airport management prior to their use. All of Loomacres Inc.
personnel are trained, licensed, and experienced in the use of firearms, traps and
pyrotechnics. Loomacres always adheres to all state and federal regulations including the
Migratory bird treaty act of 1981. Estimated date of completion March 2010 -February 2011.
*This is an additional service included as part of the contract. This service is unique to
Loomacres Inc. Veryfew firms are able to offer these services. *
XII. During the term of the contract Loomacres Inc. will conduct one, Bird Identification and Wildlife
Hazard Management training course that is required by the FAA. The training will be conducted at
FYV. If some airport personnel are unable to attend the training, they may attend one of our
Fayetteville Executive Airport, Drake Field-2/l8/I0 9
regularly scheduled trainings at other airports. All personnel that attend and pass the training will
receive a certificate verifying their accomplishment. The names and grades of those in attendance
will be provided to the Airport Manager and Loomacres Inc. will retain a copy. Please retain all
documentation regarding this training for future reference. Please see appendix II for an outline of
this training. Estimated date of completion: At airports convenience.
XIII. In the event of a wildlife/bird strike, Loomacres Inc. will assist airport personnel with the
identification of the animal struck. Loomacres Inc. will also aid in the reporting of the strike.
Estimated date of completion: March 2010 -April 2011.
XIV. When necessary, Loomacres Inc. can assist FYV with public relations. This includes public out-
reach, and media relations. In addition, Loomacres Inc. will assist in acquiring land owner
permission in the immediate area surrounding the airport in order to conduct wildlife conflict
resolution.
Scope of Services Phase II Wildlife Hazard Management Plan (if required):
Upon completion of the Wildlife Hazard Assessment, Loomacres Inc. will be available to create a Wildlife
Hazard Management Plan. Loomacres Inc. will develop the Wildlife Hazard Management Plan so that it
will meet the requirements of FAA, Title 14 Part 139.337 (e) & (f)
If required following the completion to the Wildlife Hazard Assessment Loomacres Inc. will
develop a Wildlife Hazard Management Plan for FYV. The WHMP will be based on the data
gathered during the Wildlife Hazard Assessment. A Wildlife Hazard Management Plan provides
detailed procedures and guidelines for the airport to address wildlife hazards at the airport. It will
also prioritize the goals of the plan and sets a timeline for the accomplishment of the goals. The
plan will recognize the people that will carry out the established goals. Estimated date of
completion: May 2011.
Term
Due to the time sensitive nature of FAA requirements and the importance of reducing potential
wildlife hazards, Loomacres Inc. is available to initiate this project at the airports earliest
convenience.
Twelve months will be dedicated to the WI -IA and Wildlife Conflict Resolution, and two months
will be dedicated to data analysis and the development of the Wildlife Hazard Assessment. An
additional month will be dedicated to the creation of a Wildlife Hazard Management Plan.
Fayetteville Executive Airport, Drake Field -1/1&10
10
too
/ .,,,
( `vhf( \Lv /
I r.
li �� V ',
ta
,v
ice.
{ h
APPENDIX I
4OOMACRES
Wildlife Management
Dear Airport/Operations Manager,
This
letter was
prepared
to provide the Certificate Holder with documentation verifying that
Loomacres'
personnel
meet the
requirements of §139.337(f)(7)(a-d) outlined in AC No: 150/5200-36
Subsection a:
The lead Trainer/qualified airport wildlife biologist has the necessary academic coursework and work
experience to meet the qualifications of a GS -0486 series wildlife biologist as defined by the U.S. Office
of Personnel Management classification standards.
Subsection b:
The lead Trainer/qualified airport wildlife biologist has taken and passed an airport wildlife hazard
management -training course acceptable to the FAA administrator.
Subsection c:
The lead Trainer/qualified airport wildlife biologist has conducted at least one Wildlife Hazard
Assessment acceptable to the FAA administrator.
Subsection d:
The lead Trainer/qualified airport wildlife biologist has taken and passed an airport wildlife hazard
management -training course acceptable to the FAA administrator.
Sincerely,
Cody Baciuska
President
Profession a l- R e l i a b l e- E t h i c a l-
Loomacres Wildlife Management • P.O. 361 • Warnerville, NY 12187
Phone: 607-760-8748 • Fax: 518-618-3129
www.Loomacres.com • info@loomacres.com
Fayetteville Executive Airport, Drake Field -7/1810
12
.Eiif mbrp-3.tbbte &.eronauttto.r ?&uibcr≤ttp5'ttp
Center for Professional Education
Hereby certifies that
Cody Baciuska
Has successfully completed 2.4 Continuing Education Units in
Wildlife Hazard Management
In Witness Whereof the signatures are authorized by the Board of Trustees and
the Seal of the University are hereunto affixed at Daytona Beach, Florida
this f 8th day of May 2007 Annrt Domini.
It A-
\Ltrrin A. Smith, Chancellor
Marvin _\. Smith, Chancellor
Fayetteville Executive Airport, Drake Field -]/18/10
nd
Gregon A. Popp. I.D., Direcrnr
n•. •�: ._n__. _>__.I r..t.. .........
Gregory A. Popp. J.D., Director
Cn . r: r......._ :.._ n_.. c.:.....r rl......:....
13
Cody Bnciuska
134 Markley Road
Cobleskill, NY 12043
518.234.8547
EDUCATION:
• State University of New York. College of Agatculture and Technology at Cobleskiil
Bachelor of Technology Degree in Anbnal Science- Co,:cenrraaon II11dl fe Management
Date ofGadivaoo. December d003
Amociar gfVplted Selene Degree- Concentration Fisheries and n'Udlfe Technolop'
D.t• ofeaadnaroa. May 3003
• Stale University of New York at Oneonta
Bachelors of Science Degree in Business Finance
Expected Date of Cmduw.. Nor 2010
MAJOR COURSEIVORIC:
•
Biology I
•
Basle.
•
CbemittryI
•
Entomology
•
Emimmneaul Policy
•
Eavbuimary Biology
•
Fish\utrition
•
Fisheries Management
•
Fisheries Techniques
•
Heipetoogy
•
Integrated Pest \faoagemeM
•
Natural History of Veaebmtes
•
Ornithology
•
Principles of Parasitology
FIELD EXPERIENCE:
Aria
•
Bird iaddermy
•
Base net mmiag
•
Cr. of game buds
•
Cme oftvptan
•
F.. eI napping
•
hti.t netting k B.nding
•
Smgtwd idmef as agma S ,et,
•
Weerfawl thmrfra.®. aging & coming
•
Point co vets l Breeding bird suntyx
•
MAPS Rotoco 'Pyle Guide
♦
Bloodb k.thvcoaectca
•
Radio nleauty
•
Raptor idemiftotica
Fisherin
•
Creel cewm
•
Estero fishing
•
Haah.eiomg''Y1'_
•
Inaaztebmte•a d
•
Poodlaheeieam m•pPW4
•
Water quality a.us.mecl
•
Specie ae age d<uam;cvtian
Fayetteville Executive Airport, Drake Field -2118/10
• Woody Plana Material
• Wetland Assetsmena and DeiSatims
• Wetland Ecosystems
• WildUe Law Enfotee,n
• Wildlife Maagemem
• Wildlife Techniques
• Witdlite Policy
• Wildlife Photography
• Waretfow-I Ecology & Matugwziu
• Statistics
• Soi1Scieuce
• Soil and WaterOmsavatioa
• Terrestrial Ecology
• Technical Cormmmicatiom
Wildlife
•
Amphibian piths tapping
•
Den aging
•
Care ofhnpc 0i mavm.l4
•
ReptZe & Auaphibim idvtfualian
•
Idemdkaaon of hog end road calla
•
ammay identification
•
Pelted brose, us.l
•
oe�pmg
•
ehaved
Us. of inland mooitwtieg deices
Us
•
Habiut Orpzovemt
•
Rocketnerin5
Wetluwdi
•
Delineation cf wetand bm.odmies
•
Fedeal and Sine chosifiaaon
•
Identihcaeon of hytie toils
•
tdemilcuon of wetland segeuuea
•
Iden1Jivaon ofwetlavd hydraicgy
•
WaeenSd &lineatico
•
Wetland Restcation and ®ten ice
14
• Airport driving
• Business odminiseration
• Computer
• CPR
• Firearms
• Hiking
• Henning
• GPS, GISIAxView
• Operation of snowmobiles and ATVs
• Photography digitaL'SLR
• Pyrotechnics
• Radio communication
• Spothghting,1 ight Vision. and Fleer
• Sod analysis
• Trapping
• Tree paining
• Topo'aedal map analysis
• Watercraft Operations
• Vaccination of Animals
• Vegetation sampling
• Loomacres Wildlife Management- CobleskW. NY
July 2005 to present
President of Loomacres Wildlife Management. Lootuacres provides wildlife and enciomucutal couwdting to the
aviation induvny. government agencies, municipalities. corporations and private individuals.
Services range front wildlife and vegetation surveys to development and implementation of wildlife management plans.
Loonneres also provides education and training to airport personnel involved in wildlife management.
• USDA, APHIS, Wildlife Senires- Castleton, NY -Supervisor: Ted lgleheart
February 2004 to July 2005
Conducting wildlife surveys, habitat assessments, and wildlife hazard nsse meats on a number of airports throughout
Nev York. Data collection. entry. analysis, presentation. Assisting in the development of wildlife management plans.
Identifying and addressing, damage. disease, and potential lmnmn heath and safety issues created by wildlife. Use of
pyyotechuics, fueatnns and naps to haze mid remove hazy rious wildlife. Public relations and outreach and education.
• -National Audubon Society- Sharon, CT -Supervisor: Laurie Fortin
21 Mme 2003 to 21 August 2003
Operated 7 MAPS Bird Banding Station, responsible for net setup. extracting birds, aging, sexing, banding, data
recording and entry, and overall welfare of die birds captured in the nets. Also conducted point counts, breeding bird
surveys, nest Scalding. and vegetation surveys.
• Wetland Studies and Solutions- Chantilly, VA -Supervisor: Dan Fisk
03 Jmrua,v to 17Jani ny 2003
Weiland restoration and mitigation. Planted a variety of trees and slnnsbs
• Stillman Lawn care and Landscaping- Bainbridge. NY -Supervisor: Chris Stillman
May 1994 to August 2000 (seasonal) From April 1 to September 23
Constructed and maintained numerous lawns and landscapes
• Raptor Project- Roxbun', NY -Supervisor: Jonathan Wood
June 1995 to August 222000 (pas t -time)
Responsible for the health and daily care of the animals at the facility. Also assisted in the preparation and presentation
of educational lectures
LICENCES. TRAINING & CERTIFICATIONS:
- FAA Certified Airport Wildlife Biologist. NRA Certified Firearms Instructor -Airport Driving Cat. FAA Approved
Wildlife Biologist Training. - NYS Pistol Permit. -NYS Wildlife Control Paonit. -NYS Hunting and Trapping License.
Banter Safety Cut
VOLUNTEER:
Seale University of New York at Cobleskill
Spring 20042008-A csented saver'al lecmrus on Btrd Idmutfrcation and Met netting
April 2001- inspected and maintained kestrel nest boxes
Jnnua,t 2003 —December 2003, -Care and maintenance of animals in herpetological nuneunn
Landis Arboretum
Spring 2007 -Lamed studenn on ecology
Neu York State Department of Environmental Conservation
November 2000- Assisted with the NYSDEC deer census
September 2003- Assisted NYSDEC at waterfowl handing station
ACTIVITIES:
• 2009 -presage President of NYS Wildlife Management Association
• 2007- 2009. Director of NYS Wildlife Management Association
• September 2002- January 2003. Secretary of the SUNY Cobleakill chapter of The Wildlife Society
• ✓anuar'r, 2003- Mm' 2003, Vice President of the SUNY Cobleskill chapter of The Wildlife Society
Fayetteville Executive Airport, Drake Field -2/18/10 15
Appendix II
Wildlife Hazard Management and Bird Biology Training
General Outline
1 Introduction & Overview of Training Objectives
A. Authority, Regulations, Legalities
B. Wildlife Hazard Management Plan
2 General Challenges to Aviation Safety Presented by Wildlife
A. Large and Small Mammals
B. Various Avian Species
C. On and Off -site Attractants
3 Practical Management Techniques
A. Food, Cover, & Water
B. Habitat Modification & Exclusion
a. Grass Management
b. Fencing
c. Brush Removal
C. Repellents
a. Chemical, Audio, Visual
D. Removal
a. Lethal
b. Non -Lethal
4 Reporting Procedures & Database
A. Bird/Other Wildlife Strike Report
5 Maintenance of State & Federal Permits
7 Bird identification & Bird Biology
A. Topography
B. Flight and Feathers
C. Molt and Migration
B. Identification
9. Pyrotechnic usage and safety
8 Review and Exam
Fayetteville Executive Airport, Drake Field -1/18/10
16
Appendix III
Arkansas Unified DBE Certification Program
Telephone 1501)569.2000 Post Office Box 2261
Fax ($01) 569-2693 Little Rock. Arkansas 72203-2261
Il TTLEL�ROCK
NATIONAL All eOlT
GWeRs AkpnAFRO
cmttal&=TV transit
tr
ARKANSAS
AWPORI
S OPERATORS
AAOA ASSOCIATION
albua4fl.laAW ntwti
Dccember21,2009
Mr. Mizan Rahman
ETC Engineers and Architects, Inc.
1510 South Broadway
Little Rock, AR 72202
Dear Mr. Rahman:
This will acknowledge receipt of the annual affidavit stating there have been no
changes in ETC Engineers and Architects, Inc.'s circumstances affecting its ability
to meet size, disadvantaged status, ownership, or control requirements of Federal
Regulation 49 CFR Part 26. Based on a review of this information, the firm's
Disadvantaged Business Enterprise certification in Arkansas will continue through
December 21, 2010.
Any time the firm's circumstances change, a notarized statement setting forth the
changes must be submitted to the Department within 30 days.
If you have questions or need additional information, please contact Ms. Natasha
Halbert at (501) 569-2297.
Since
re
ly
,
Se elr Davcnpo t r
DBE Hearing Committee Chair
c: Chief Legal Counsel
DBE Program Specialist
Fayetteville Executive Airport, Drake Field -2/18/10
17
iqi i sti
a a
• 1510 SOUTH BROADWAY, LITTLE ROCK, AR 72202 • PHONE 501-375-1786 • FAX 501-375.1277 •
February 17, 2010
Cody Baduska
Loom Acres, Inc
P.O. box 361
Wamerville, New York 12187
Dear Mr. Baduska:
We are pleased to provide the following Information and references concerning previous mapping and
615 projects completed by our firm. In particular, Mr. William Andrews, PE, Mr. Mizan Rahman, PE and
Dr. Shawkat Ni, PE of our staff have worked on G15/Mapping projects throughout the state and in Dr.
Airs case in previous experience projects in the western United States and Europe.
Dr. Shawkat All began working in GIS applications in 1883, when he developed Arclnfo (workstation)
based floodplain mapping models In Bangladesh, Later, Dr. All developed numerous ArcView based GIS
models for water and natural resources management projects in Bangladesh, Europe and the United
States. He also waked as Project Leader and GIS Specialist in the tenter for Environmental &
Geographic Information Services', Bangladesh, and Resource Analysis (RA). The Netherlands. Dr. All led
a project that developed Remote Sensing (RS) and GIS based tools for mapping flood depth and duration
(FDD). FDD has been extensively used In natural resources management In Bangladesh. He extensively
used ArcView and ArmGIS for watershed, hydrological and hydraulic analysis. Dr. All also worked as an
Instructor for several than courses on the application of GIS and RS In natural resource management He has
several netionaL' international publications on GIS and RS application.
• e-mail: etc RcIcengineersine.com •at
MEIIER
Fayetteville Executive Airport, Drake Field -2/18110 18
References for previous projects completed try ETC Include:
Steve Parke, Director of Public Works, City of Fort Smith, AR -479.784-2231
Mayor JoAnne Bush, City of Lake Village, AR — 870-265-2228
Mr. Robert Cugdell, Director of Public Works, City of Maumelle, AR — 501.851.2500
We appreciate your Interest in ETC Engineers and Architects and look forward to working with you and
your staff.
Sincerely,
Perry Carr
Vice President
Fayetteville Executive Airport, Drake Field-2/l8/JO 19
Attachement II
FEE SCHEDULE
Fees
Phase I:
Wages and Administration $49,591.00
Transportation and Supplies: $8,547.00
Phase I Total: $58,138.00
Phase II:
Wages and Administrative: $4,125.00
Transportation and Supplies: $546.00
Phase II Total: $4,671.00
Project Total: 62,809.00
Billing and Payment:
The total cost of phase!, and Ills $62,809.00. Drake Field will be invoiced on a monthly basis in the
amount of $4,187.26
is
16
in
11
:9
REQUEST FOR PROPOSAL: RFP, 10-03, Wildlife Hazard Assessment
DEADLINE: Wednesday, February 24, 2010 at 2:00 PM, Central Standard Time
DELIVERY LOCATION: Room 306— 113 W. Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Andrea Foren, CPPB, aforen d ci.fayetteville.ar.us, 479.575.8220
DATE OF ISSUE AND ADVERTISEMENT: Monday, February 08, 2010
REQUEST FOR PROPOSAL
RFP 10-03, Wildlife Hazard Assessment
No
late proposals
will be accepted. RFP'S
shall be
submitted in sealed envelopes labeled "RFP 10-
03,
Wildlife
Hazard Assessment", with the
name and
address of the Proposer.
RFP's shall be submitted in accordance with the attached City of Fayetteville specifications and RFP
documents attached hereto. Each Proposer is required to fill in every blank and shall supply all
information requested; failure to do so may be used as basis of rejection.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated
herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of
this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City
Purchasing Manager.
Name of Firm:
Contact Person:
E -Mail:
Business Address:
City:
Signature:
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 1 of 12
State:
Title:
Phone:
Date:
Zip:
City of Fayetteville
RFP 10-03, Wildlife Hazard Assessment
Advertisement
City of Fayetteville, Arkansas
NOTICE: Request for Proposal
RFP 10-03, Wildlife Hazard Assessment
The City of Fayetteville is requesting proposals from qualified firms or groups of firms interested in
performing a Wildlife Hazard Assessment and a Wildlife Hazard Management Plan for the Airport. The
City intends to select a firm to provide these services at Fayetteville Executive Airport, Drake Field. The
consulting services will be administered by the Airport staff, and will commence following the execution of
a Professional Services Contract with the selected respondent and approval by the Fayetteville City
Council.
Interested parties should submit proposals to the Fayetteville Purchasing Division in City Hall, Room 306, 113
W. Mountain, Fayetteville, Arkansas, 72701. Proposals are due before Wednesday, February 24. 2010
before 2:00 PM, CST.
Copies of the requirements for RFP 10-03 can be obtained by visiting our website at
www.accessfayetteville.org and clicking on "Business" then "Bids, RFP's and RFQ's" under the "Services"
category (then click the RFP tab).
The City reserves the right to reject any proposal and to waive formalities deemed to be in the City's best
interest.
"Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small,
minority and women business enterprises to bid on and receive contracts for goods, services, and
construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their
contract to qualified small, minority and women business enterprises."
City of Fayetteville
By: Andrea Foren, CPPB
Purchasing Agent
479.575.8220
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 2 of 12
City of Fayetteville
RFP 10-03, Wildlife Hazard Assessment
Terms and Conditions
1.) All Proposers shall be in compliance with all Federal, State, and Local requirements and regulations.
2.) No payments or Proposals may be based on time and material costs.
3.) Awarded Proposer shall submit invoices regularly. Payment terms shall be net 30 days from date of
invoice.
4.) All contract amendments and modifications shall be made in writing and properly approved by the City of
Fayetteville Mayor and City Council.
5.) Proposals shall be received at the address listed below and are due Wednesday, February 24, 2010 at
2:00 PM, CST.
City of Fayetteville
Attention: Andrea Foren — Room 306
Reference: RFP 10-03
113 W. Mountain
Fayetteville, AR 72701
6.) It is the responsibility of the Proposer to have its sealed proposal at the Purchasing Office prior to the
date and time of opening. No late proposals will be accepted. Proposals received after the scheduled
proposal deadline will remain unopened and will not be considered.
7.) The
City of
Fayetteville
reserves the
right to reject any or all proposals, waive formalities and make
the award
based
on the best
interest of the
City.
8.) It shall be clearly understood that any costs incurred by the Proposer in responding to this request for
proposal is at the Proposer's own risk and expense as a cost of doing business. The City of Fayetteville
shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or
not the proposal is accepted.
9.) Any inquiries or requests for explanation in regard to the City's requirements should be made
promptly to Andrea Foren, City of Fayetteville, Purchasing Agent via e-mail (aforen ci.fayetteville.ar.us) or
telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any
part of this request for proposal. All questions, clarifications, and requests, together with answers, if any,
will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications,
or requests will not be disclosed until after a contract is in place.
10.) Any conditions or expectation on the part of the Proposer for performance by the City must be set
forth in the proposal. The City is not obligated to consider the Proposer's post submittal terms and
conditions.
11.) At the discretion of the City, one or more firms may be asked for more detailed information before
final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit an
"Authorized Negotiator Information" form.
12.) The City will not be responsible for misdirected proposals. Proposer should call the Purchasing
Office at (479) 575-8220 to insure receipt of their proposal documents prior to opening time and date listed
above.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 3 of 12
13.) Any information provided herein is intended to assist the Proposer in the preparation of proposals
necessary to properly respond to this RFP. The RFP is designed to provide qualified Proposers with
sufficient basic information to submit proposals meeting minimum specifications and test requirements, but
is not intended to limit a RFP's content or to exclude any relevant or essential data.
14.) The RFP and any addenda issued may be obtained from www.accessfavetteville.oro and clicking
"Bids, RFP's and RFQ's" under the "Businesses" category then tab titled "RFP's". Proposers are at liberty
and are encouraged to expand upon the details, qualifications and proposals to give additional evidence of
their ability to perform and provide a system as described in this RFP. All updates and changes to the RFP
will be posted on the website and Proposers are encouraged to check daily for new information or updates.
Each Proposer is required before submitting a proposal to be thoroughly familiar with the requirements and
specifications listed in this RFP. Additional allowances will not be made due to Proposers lack of
knowledge relating to the terms, conditions and specifications contained within this RFP. It is the
responsibility of the Proposer to determine if any component(s) of this specification do not meet the
required standards of applicable federal, local, state law or specifications.
15.) The proposal must contain the signature of a duly authorized officer or agent of the Proposers
company empowered with the right to bind and negotiate on behalf of the Proposer for the amounts and
terms proposed.
16.) The Proposer is required to submit one (1) original and five (5) copies of the proposal. In
addition, one (1) electronic copy of all submitted documents shall be submitted on a properly
labeled CD. The use of Adobe (PDF) is highly recommended but not mandatory. All electronic
copies shall be compatible with Adobe and Microsoft Windows applications.
17.) It is intended that the all documents pertaining to this request for proposal shall define and describe the
complete services to which they relate.
18.) The Proposer is advised to examine all documents and current parameters of the services in becoming
fully informed as to their conditions. This includes the conformity with specific standards and the character,
quality and quantity of the reports and services required. Failure to examine these areas will not relieve the
successful Proposer of his obligation to furnish all deliverables and services necessary to carry out the
provisions of the contract.
19.) The City of Fayetteville will consider the degree to which each Proposer has submitted a complete
proposal without irregularities, excisions, special conditions, or alternative proposals for any item unless
specifically requested in the RFP.
20.) Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in
any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and
irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of
jurisdiction or improper venue or any similar basis.
21.) The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to
become due hereunder without written consent of City of Fayetteville. In case the successful Proposer
assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment
shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any
monies due or to become due to the successful Proposer shall be subject to prior liens of all persons, firms,
and corporations for services rendered or materials supplied for the performance of the services called for in
this contract.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 4 of 12
22.) The successful Proposer's attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services
shall apply to the contract throughout, and they will be deemed to be included in the contract as though
written out in full herein. The successful Proposer shall keep himself/herself fully informed of all laws,
ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner
affecting those engaged or employed in providing these services or in any way affecting the conduct of the
services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If
any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications
herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith
report the same in writing to City of Fayetteville.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 5 of 12
City of Fayetteville
RFP 10-03, Wildlife Hazard Assessment
Authorized Negotiator Information — TO BE SUBMITTED WITH ALL PROPOSALS
At the discretion of the City, one or more firms may be asked for more detailed information before
final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall
submit to the City a primary contact name, e-mail address, and phone number (preferably a
cell phone number) where the City selection committee can call for clarification or interview
via telephone.
PARTtI r`imaryContactlnfoination
Name of Firm:
Name of Primary Contact:
Title of Primary Contact:
Phone#1 (cell preferred):
E -Mail Address:
Phone#2:
PART�2��Confactjfo'r LegallyBinding�;C�onY�acts
Is the primary contact (listed in Part I) able to legally bind contracts? YES NO (circle one)
If no, please list contact that can legally bind a contract for the firm:
Name:
Title:
Phone#1 (cell preferred): Phone#2:
E -Mail Address:
Date:
Signed:
PAR of assi ned¢P Idlfe Dama a Mana°ement Biolo' ist Mina cif multiple):
a _ _ 4,bft,. ffi9 i�W! _ _9 g._ 9 b ry..�.,.,_
Name:
Does this person have professional training or extensive experience in wildlife hazard management
operations? YES NO (circle one)
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 6 of 12
City of Fayetteville
RFP 10-03, Wildlife Hazard Assessment
Project Information
The City of Fayetteville is requesting proposals from qualified firms or groups of firms interested in performing a
Wildlife Hazard Assessment and a Wildlife Hazard Management Plan for the Airport. The City intends to select a
firm to provide these services at Fayetteville Executive Airport, Drake Field. The consulting services will be
administered by the Airport staff, and will commence following the execution of a Professional Services Contract
with the selected respondent and approval by the Fayetteville City Council.
Federal Aviation Administration (FAA) Advisory Circular No: 150/5100-14D provides guidance to the Airport in the
selection and employment of these services.
Deadline for submittals
is Wednesday,
February
24. 2010 before 2:00 PM. CST.
I. SCOPE OF SERVICES
FOR WILDLIFE
HAZARD
ASSESSMENT
Aircraft collisions with birds and other wildlife are a serious economic and public safety problem. The City of
Fayetteville seeks a Professional Consulting firm to conduct a Wildlife Hazard Assessment in accordance with 14
CFR 139.337. The City of Fayetteville is seeking:
(1) A wildlife hazard assessment, conducted by a qualified wildlife damage management biologist having
experience in wildlife hazard management in airports. Such assessment must include at least the
following:
a. An analysis of the events or circumstances that prompted the assessment.
b. Identification of the wildlife species observed and their numbers, locations, local movements, and
daily and seasonal occurrences.
c. Identification and location of features on and near the Airport that attract wildlife in consultation with
local, state, and federal jurisdictions and authorities.
d. A description of wildlife hazards to air carrier operation.
e. Recommended actions for reducing identified wildlife hazards to air carrier operations.
f. The wildlife hazard assessment must be submitted to the FAA.
(2) Since the FAA has previously determined that a wildlife hazard management plan is needed, when the
wildlife hazard assessment is approved by the FAA, the consultant will be required to formulate a wildlife
hazard management plan using the wildlife hazard assessment as a basis.
The wildlife hazard management plan must provide measures to alleviate or eliminate wildlife hazards to
air carrier operations and must include at least the following:
a. A list of the individuals having authority and responsibility for implementing each aspect of the plan.
b. A list prioritizing the following actions identified in the wildlife hazard assessment and target dates for
their initiation and completion:
i. Wildlife population management;
ii. Habitat modification; and
iii. Land use changes.
c. Requirements for and, where applicable, copies of Local, State, and Federal wildlife control permits.
d. Identification of resources that the Airport will provide to implement the plan.
e. Procedures to be followed during air carrier operations that at a minimum include
i. Designation of personnel responsible for implementing the procedures;
ii. Provisions to conduct physical inspections of the aircraft movement areas and other areas
critical to successfully manage known wildlife hazards before air carrier operations begin;
iii. Wildlife hazard control measures.
iv. Ways to communicate effectively between personnel conducting wildlife control or observing
wildlife hazards and the air traffic control tower;
v. Measures to notify pilots and other relevant agencies, person or agencies of potential wildlife
threats to aviation; and
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 7 of 12
vi. Measures to coordinate wildlife control with relevant local, state, and federal jurisdictions and
authorities.
F. Procedures to review and evaluate the wildlife hazard management plan every 12 consecutive
months or following an event in which an air carrier aircraft experiences multiple wildlife strikes,
substantial damage from striking wildlife, engine ingestion of wildlife; or wildlife of a size or in
numbers, capable of causing one of the above events is observed to have access to any Airport
flight pattern or aircraft movement area. These procedures should include:
i. The plan's effectiveness in dealing with known wildlife hazards on and in the Airport's vicinity and
ii. Aspects of the wildlife hazards described in the wildlife hazard assessment that should be
reevaluated
g. A training program conducted by a qualified wildlife damage management biologist to provide Airport
personnel with the knowledge and skills needed to successfully carry out the wildlife hazard
management plan.
(3) Before the plan is accepted by City of Fayetteville it must be approved by the FAA.
(4) The Wildlife Damage Management Biologist(s) conducting the Wildlife Hazard Assessment and
conducting the training program for airport personnel involved in controlling Wildlife Hazards at the Airport
must be qualified according to AC 150/5200-36.
(5) The consultants will comply with all FAA Advisory Circulars in the 150 series including those that contain
standards and procedures for wildlife hazard management at airports and the current version of the
FAA/USDA document -Wildlife Hazard Management at Airports.
. ADDITIONAL PROJECT CONSIDERATIONS
This project will be partially financed by grants administered by the Arkansas Department of Aeronautics and the
FAA. This project is contingent upon receipt of such a grant(s) or other grants along with the securing of other
required approvals.
Because the professional services may necessitate access to the secure areas of the airfield, it will be necessary for
the selected respondent to coordinate activities with the Airport Administration Office.
III. PROJECT APPROACH AND SELECTION CRITERIA
To be considered to provide Wildlife Hazard Assessment services, a Letter of Interest containing a concise but
detailed narrative indicating the proposed approach to providing the required services must be submitted, in addition
to the other information described below. Each interested firm must present its qualifications for hazardous wildlife
studies. The approach may be structured in any way deemed to be responsive to the needs of the City of
Fayetteville as generally described herein as the Scope of Services. The "Project Approach" section should
demonstrate an understanding of the project and provide an explanation of previous experience with airport
hazardous wildlife studies and/or similar Wildlife Hazard Assessment efforts. Firms should explain any proposed
coordination between the prime and proposed sub -consultants as well as explain coordination with the Airport's
operational needs, and provide any other information that may assist the Selection Committee in making a selection.
The criteria and the weighted values to be used by the Selection Committee in evaluating responses for the
selection of a firm(s) to perform this service(s) are listed below. Each point value is adjacent to the criterion and
totals 100 points. Please address each criterion in your Project Approach.
1) 30% Qualifications in Relation to Specific Project to be Performed: Information reflecting
qualifications of the firm. Indicated specialized experience and technical competence of the firm
in connection with the type and complexity of the service required. Subcontractors, if used, must
be listed with information on their organization. Firm's demonstrated ability to meet requirements
within 14 CFR 139.337. *'REQUIREMENT: Proposal documents shall list ALL Wildlife Damage
Management Biologists who would be assigned to this project that have professional training or
experience in wildlife hazard management in airports.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 8 of 12
2) 20% Experience, Competence, and Capacity for Performance: Information reflecting the names,
titles, and qualifications (including experience and technical competence) of the major personnel
assigned to this specific project. Provide detailed breakdown of subcontractor's staff to be used
and how they are to be used to supplement your staff.
3) 20% Proposed Method of Doing Work: A proposed work plan (description of how the project would
be conducted as well as other facts concerning approach to scope you wish to present) indicating
methods and schedules for accomplishing each phase of work. Include with this the amount of
work presently underway. This criteria includes anticipated participation due to the desire of the
City to work with Disadvantaged Business Enterprises.
4) 20% Past Performance: Previous evaluations shall be considered a significant factor. If previous
evaluations with the City are not available, the professional firm's past performance records with
the City and others will be used, including quality of work, timely performance, diligence, ability to
meet past budgets, and any other pertinent information. Firm will provide a list of similar jobs
performed and person whom we can contact for information.
5) 10% Price
IV. DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION
The City of Fayetteville, in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. Section 2000d et. sea.
and 49 CFR Part 26 issued pursuant to The Airport and Airway Development Act, affords Disadvantaged Business
Enterprises (DBEs) full opportunity to submit an indication of interest in response to this invitation and will not
discriminate against any interested firm on the ground of race, creed, color, sex, age, or national origin in a contract
award. In addition, the City of Fayetteville has established annual goals for DBE participation on Airport projects.
Prospective consultants should review the Airport's DBE Program and 2010 Goal Update documents during their
preparation of a response to this Request for Proposal (RFP).
The City of Fayetteville, in order to encourage the use of DBE firms, has set a DBE participation goal of 2.3% for this
contract. The Airport desires to achieve, to the greatest extent possible, quality participation by certified DBE firms in
order to achieve its 2010 updated goal. Although DBE participation is not a requirement for this contract,
respondents are challenged to present a creative and responsive plan that provides for DBE participation that is
commercially meaningful and useful. The Airport encourages and favors the following arrangements to ensure
quality participation: (1) Participation as a prime consultant, (2) Joint Venture, (3) Partnership, and (4) Sub -
consultant. Proposals will be evaluated, in part, on the respondent's stated intention to ensure quality participation.
The DBE firm(s) that may be participating in this project must be certified by the State of Arkansas.
DBE Proposals at the time of submittal. Joint ventures and partnerships must be in existence at the time of
submittal. The identity of the proposed certified DBE participant(s) and their participation percentage shall be
indicated.
At least ten (10) days prior to award, the successful respondent shall provide the City of Fayetteville with copies of
executed subcontracts, certified copies of articles of incorporation, partnership agreements, and/or joint venture
agreement if a DBE (minority or woman) is a shareholder/officer, partner or one of the ventures.
The DBE firm(s) participating in this project must perform a commercially useful function. The failure of a DBE
firm(s) to perform a commercially useful function, as defined in 49 CFR Part 26, shall constitute grounds for the City
of Fayetteville to impose appropriate legal remedies.
The respondent is required to perform and submit documentation of Good Faith Efforts as described in the City of
Fayetteville's DBE Program, Subpart C, and 49 CFR Part 26.53 in order to secure DBE participation.
The City of Fayetteville affords no preference based upon the geographical area in which a DBE firm is located
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 9of12
V. SUBMITTAL OF PROPOSAL
An interested firm must provide references showing relevant capabilities and experience for the preceding 3 years.
Elaborate qualifications statements and brochures are not desired.
Any sub -consultants proposed to be used, including DBE sub -consultants, must also submit references containing
information pertinent to the work to be performed. The prime firm must specify which areas of work will be
accomplished by each sub -consultant and the percentage of the total contract this work effort will constitute. Please
ensure that an organizational chart is included.
The Letter of Interest that supplements the references should discuss the extent of the firm's experience in the
disciplines of hazardous wildlife studies especially at air -carrier airports. If an association or joint venture of firms is
contemplated, the expertise of each individual firm in hazardous wildlife studies should be clearly defined as well as
the level of involvement of each firm in the services and the proposed means of coordination between firms. A joint
venture will be considered a "firm".
Respondents are required to adhere to the FAA's Wildlife Hazard Assessment procedures and systems and the
mitigation program currently utilized by the Airport.
Only timely received proposals, meeting the requirements of this RFP, will be considered. No Proposals will be
considered or accepted that are submitted by a firm that is in default under the terms of any existing agreement with
the Airport or other similar agency, or has failed to perform its obligations faithfully under any previous agreement
with the Airport or other similar agency. Each lead consultant firm or lead member of a joint venture shall submit
only one Proposal. Sub -consultant or sub -joint venture firms may submit their proposals with more than one lead
consultant firm and/or joint venture. A Proposal will be rejected if there is any evidence of collusion with another
firm/joint venture. A firm that responds as a prime or as a partner In a Joint venture responding as a prime
cannot as a sub -consultant submit its qualifications to another responding prime. Furthermore, a firm that
responds as a prime or as a partner In a Joint venture team responding as a prime cannot be a partner In a
joint venture that submits its qualifications as a sub -consultant to another responding prime. Proposals shall
be signed by an authorized representative of the firm.
Submission Requirements
Elaborate qualifications statements, proposals, and brochures are not desired. Clarity and concise, orderly treatment
are important and must contain the following:
a. Letter of Interest indicating proposed approach to the required professional services, previous experience,
approach to project coordination, list of DBE participants and percentage participation, and responses to
each of the Selection Criteria. Each interested firm must present its qualifications for hazardous wildlife
studies.
b. Complete 3 year reference listing for each prime firm, joint venture firm, and sub -consultant and an
organizational chart.
c. Statement of Agreement to background investigation and criminal history record check.
d. A "Project Approach" that identifies the suggested structure of the organization and management methods.
e. A description and identification of the firm's relationship to or with other firms (Subsidiary of another firm,
Partner in Joint Venture, etc.). Also include the Primary Location, Address, Telephone, Email, and Facsimile
numbers of the organization.
f. Identification of the key personnel assigned to this project. At a minimum, identify the Principal -in -Charge
and any other key personnel you see fit. Provide a
biographical sketch of these individuals describing their relevant background. Also provide the following for
each individual, Employer — if different than firm (i.e., parent company or consulting firm), Address — if
different than firm, Telephone, Email, Fax.
g. Description of your cost management systems and their relationship. Your proposal should exhibit the means
and mechanisms to be used in the management and verification/monitoring of construction and schedule
information for the program.
h. Limit submission to 20 pages- resumes may be included as an appendix.
i. The Proposer is required to submit one (1) original and five (5) copies of the proposal. In
addition, one (1) electronic copy of all submitted documents shall be submitted on a properly
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 10 of 12
labeled CD. The use of Adobe (PDF) is highly recommended but not mandatory. All electronic
copies shall be compatible with Adobe and Microsoft Windows applications. All proposal
documents shall be received prior to the deadline stated in this document.
Courier/Hand Delivery:
Mail Delivery:
Any response that is received after the stated deadline will not be considered by the City of Fayetteville. The time
will be tracked according to the City of Fayetteville's electronic clock located in the Purchasing Division.
Furthermore, any submission that fails to include all required documentation may be considered non -responsive.
Faxed or e -mailed responses will not be accepted.
VI. QUESTIONS ON SCOPE OF SERVICES
Questions concerning elements described in the Scope of Services section of the RFP should be addressed in
writing to Andrea Foren via e-mail at aforen(&ci.fayetteville.ar.us. Questions shall be directed as soon as possible.
VII. SELECTION OF CONSULTANT
Following receipt of the Proposals, a Selection Committee will review all responses and recommend an applicant(s)
to the City of Fayetteville. The Selection Committee may schedule interviews with the most qualified firms in order to
make a final selection. The City of Fayetteville will accept or reject the Selection Committee's recommendation. The
City of Fayetteville reserves the right to cancel this RFP, accept or reject any/all submissions, waive any
technicalities and/or informalities or re -advertise, for any reason, particularly, when deemed in the best interest of
the City of Fayetteville.
The law of the State of Arkansas shall govern the Agreement. Any disputes relating to this RFP or related
agreement must be resolved accordingly.
In the process of developing a scope and fee for these services, the selected consultant, each sub -consultant and/or
sub -contractor, and/or member of a joint venture may be asked to submit a statement of auditable overhead
expenses, certified by the consultant's auditor, the Airport's auditor, a state auditor, or a federal government auditor.
The statement shall be in accordance with Federal Acquisition Regulation 48 CFR Part 31, Contract Cost Principle
and Procedures, and be based on an audit performed within the consultant's last two fiscal years.
VIII. PREPARATION COST OF QUALIFICAITONS
Costs associated with preparation of each
submittal shall
be borne by the applicant(s). The
City of Fayetteville is not
responsible for any costs with responding
to this RFP and
considers all submittals accepted
as non -returnable.
IX. PROPOSAL SUBMITTAL CHECKLIST
Please be sure that all items listed below are included in the response to this RFP and are fully completed and
properly executed. If any of these items are not Included or are partially completed or not properly executed,
the Selection Committee can declare the response not responsive or request clarification, and may remove
the submittal from further consideration.
1.
Letter
of Interest. Each submittal shall include
a letter
of interest as outlined in Sections III and V of this
RFP.
A duly
authorized representative of the prime firm
should
sign the letter.
2. Project Approach. Each response should include a detailed project approach section. Limit project
approach to 5 pages. See Sections III and V.
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 11 of 12
3. Organizational Chart. The response should include an organizational chart illustrating project organization and
areas of responsibility by firm and person -in charge. The chart should be clear and concise with individuals
identified. See Section V.
4.Three Year Reference List. Each prime and each sub -consultant (including sub -consultant to a sub -consultant)
must provide City of Fayetteville with a list of references for similar projects completed in the past 3 years. This
must be completed and signed by a duly authorized representative of the firm. If the prime and/or any sub -
consultants fail to submit these references, the response will be declared non -responsive. See Section V.
NOTE: A Joint Venture is considered a "firm" and requires submission of only one reference list; however,
experience and project history for all joint venture partners must be outlined. If the Joint Venture has any sub -
consultants, these sub -consultants must submit separate reference lists.
5. DBE Certification: All identified DBE sub -consultants must be Arkansas DBE certified at the time the
response is submitted. If any identified DBE sub -consultants are not Arkansas certified, they must submit their
complete certification package to the State of Arkansas to become certified.
6. Letter of DBE Certification. All identified DBE sub -consultants must include the most current DBE
Certification/Re-certification letter for each currently certified DBE sub -consultant to be used on the project.
X. PROPOSAL SUBMITTAL CHECKLIST FORM
Yes No
1. Authorized Negotiator Info. Form - -
2. Letter of Interest - -
3. Project Approach - -
4. Organizational Chart - -
5. Three Year Reference List - -
6. DBE Certification Submit -
7. Letter of Current DBE - -
Certification (Encouraged, but not required)\
City of Fayetteville, AR
RFP 10-03, Wildlife Hazard Assessment
Page 12 of 12
RFc
WILDLIFE HAZARD ASSESSMENT AGREEMENT A,RR /9 O 100 The agreement will be with the City of Fayetteville, Arkansas, and Loomacres Inc. for a project generally describej* .
as: Wildlife Hazard Assessment and Management Plan for the Fayetteville Executive Airport, Drake Field.
Consisting of: a Wildlife Hazard Assessment (Comprehensive Ecological Study), update/develop a Wildlife Hazard
Management Plan, establish a Wildlife Hazard Monitoring Program, alert airport personnel of potential wildlife
hazards, remove/reduce wildlife hazards on an as -needed basis, conduct FAA required Wildlife Hazard Training,
assist airport personnel with the maintenance and renewal of wildlife permits.
ARTICLE 1. SCOPE OF SERVICES
BIOLOGIST will perform all all services as
enumerated in the RFQ attached hereto Attachement
I. A detailed listing of the scope of work is provided
in the BIOLOGIST's proposal and response to RFP #
10-03, in Attachment 1. The BIOLOGIST shall
provide all necessary equipment and human resources
that are required to fulfill the contract.
ARTICLE 2. COMPENSATION
OWNER will compensate BIOLOGIST as set forth in
Attachment II.
ARTICLE 3. TERMS OF PAYMENT
OWNER will pay BIOLOGIST as follows:
3.1 Invoices and Time of Payment
BIOLOGIST will issue monthly invoices as outlined
in Attachment II. Invoices are due and payable
within 30 days of receipt.
3.2 Interest
In the event of a disputed billing, only the disputed
portion will be withheld from payment, and OWNER
shall pay the undisputed portion. OWNER will
exercise reasonableness in disputing any bill or
portion thereof. No interest will accrue on any
disputed portion of the billing until mutually
resolved.
ARTICLE 4. OBLIGATIONS OF BIOLOGIST
4.1 Standard of Care
The standard of care applicable to BIOLOGIST
Services will be the degree of skill and diligence
normally employed by professional biologists or
consultants performing the same or similar Services
at the time said services are performed. BIOLOGIST
will reperform any services not meeting this standard
without additional compensation. The tasks assigned
shall be completed in a timely and efficient manner.
4.2 BIOLOGIST's Personnel at Airport Site
The presence or duties of BIOLOGIST's personnel on
the airport property, whether as onsite representatives
or otherwise, do not make BIOLOGIST or
BIOLOGIST's personnel in any way responsible for
those duties that belong to OWNER and/or other
entities.
4.3 BIOLOGIST Insurance
BIOLOGIST will maintain throughout this
AGREEMENT the following insurance:
(a) Workers
compensation
and
employer's liability
insurance as
required by the
state
of Arkansas.
(b) Comprehensive automobile and vehicle liability
insurance covering claims for injuries to member of
the public and/or damages to property of others
arising from use of motor vehicles, including onsite
and offsite operations, and owned, nonowned, or
hired vehicles, with $1,000,000 combined single
limits.
(c) Commercial general liability insurance covering
claims for injuries to members of the public or
damage to property of others arising out of any
covered negligent act.of omission of BIOLOGIST or
of any of its employees, agents, or subcontractors,
with $1,000,000 per occurrence and in the aggregate.
(d) Professional liability insurance of $1,000,000 per
occurrence and in the aggregate.
(e) OWNER will be named as an additional insured
with respect to BIOLOGIST's liabilities hereunder in
insurance coverages identified in items (b) and (c)
and BIOLOGIST waives subrogation against
OWNER as to said policies.
ARTICLE 5. OBLIGATIONS OF OWNER
5.1 OWNER -Furnish Data
OWNER will provide to BIOLOGIST all data in
OWNER's possession relating to BIOLOGIST's
services on the PROJECT. BIOLOGIST will
reasonably rely upon the accuracy, timeliness, and
completeness of the information provided by
OWNER.
5.2 Access to Facilities and Property
OWNER will make its facilities accessible to
BIOLOGIST as required for BIOLOGISTs
performance of its services.
5.3 Timely Review
OWNER will examine BIOLOGIST's studies,
reports, sketches, drawings, specifications, proposals,
and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and
financial advisors, and other consultants as OWNER
deems appropriate; and render in writing decisions
required by OWNER in a timely manner.
5.4 Prompt Notice
OWNER will give prompt written notice to
BIOLOGIST whenever OWNER observes or
becomes aware of any development that affects the
scope or timing of BIOLOGIST's Services, or of any
defect in the work of BIOLOGIST or construction
contractors.
5.5 OWNER's Insurance
5.5.1 OWNER will maintain property insurance on all
physical facilities.
5.6 Litigation Assistance
The Scope of Services does not include costs of
BIOLOGIST for required or requested assistance to
support, prepare, document, bring, defend, or assist in
litigation undertaken or defended by OWNER. All
such Services required or requested of BIOLOGIST
by OWNER, except for suits of claims between the
parties to this AGREEMENT, will be subject to a
separate agreement.
ARTICLE 6. GENERAL LEGAL PROVISIONS
6.1 Authorization to Proceed
Execution of this AGREEMENT by OWNER will be
authorization for BIOLOGIST to proceed with the
work.
6.2 Reuse of PROJECT Documents
All reports, drawings, specifications, documents, and
other deliverables of BIOLOGIST, whether in hard
copy or in electronic form, are instruments of service
for this PROJECT, whether the PROJECT is
competed or not.
6.3 Force Majeure
BIOLOGIST is not responsible for damages or delay
in performance caused by acts of God, strikes,
lockouts, accidents, or other events beyond the
control of BIOLOGIST. In any such event,
BIOLOGISTs contract price and schedule shall be
equitably adjusted.
6.4 Termination
6.4.1 This AGREEMENT may be terminated for
convenience on 30 days' written notice, or for cause if
either party fails substantially to perform through no
fault of the other and does not commence correction
of such nonperformance within 5 days of written
notice and diligently complete to correction
thereafter.
6.4.2 On termination, BIOLOGIST will be paid for
all authorized services performed up to the
termination date.
6.5 Suspension, Delay, or Interruption of Work
OWNER may suspend, delay, or interrupt the
Services of BIOLOGIST for the convenience of
OWNER. In Such event, BIOLOGIST's contract
price and schedule shall be equitably adjusted.
6.6 No Third -Party Beneficiaries
This AGREEMENT gives no rights or benefits to
anyone other than OWNER and BIOLOGIST and has
no third -party beneficiaries.
6.7 Indemnification
6.7.1 BIOLOGIST agrees to indemnify OWNER for
any claims, damages, losses, and costs, including, but
not limited to, attorney's fees and litigation costs,
arising our of claims by third parties for property
damage or bodily injury, including death, caused by
the negligence or willful misconduct of BIOLOGIST,
BIOLOGIST's employees, affiliated corporations,
and subcontractors in connection with the PROJECT.
6.7.2 OWNER agrees to indemnify BIOLOGIST
from any claims, damages, losses, and costs,
including, but not limited to, attorney's fees and
litigation costs, arising out of claims by third parties
for property damage or bodily injury, including death,
caused by the negligence or willful misconduct of
OWNER, or its employees or contractors in
connection with the PROJECT.
6.8 Assignment
This is a bilateral personal Services AGREEMENT.
Neither party shall have the power to or will assign
any of the duties or rights or any claim arising out of
or related to this AGREEMENT, whether arising in
tort, contract or otherwise, without the written
consent of the other party. Any unauthorized
assignment is void and unenforceable. These
conditions and the entire AGREEMENT are binding
on the heirs, successors, and assigns of the parties
hereto.
6.9 Waiver
6.9.1 No waiver by either party of any breach of this
AGREEMENT, or of any warranty or representation
hereunder, shall be deemed to ba a waiver by the
same party of any other breach of any kind or nature
(whether preceding or succeeding the breach in
questions, and whether or not of the same or similar
nature).
6.9.2 No failure by a party to exercise any right it
may have under this AGREEMENT or under law
upon another party's default, and no delay in the
exercise of that right, shall prevent it from exercising
the right whenever the other party continues to be in
default. No such failure or delay shall operate as a
waiver of any default or as a modification of the
provisions of this AGREEMENT.
6.10 Jurisdiction
The substantive law of the state of Arkansas shall
govern the validity of this AGREEMENT, its
interpretation and performance, and any other claims
related to it.
6.11 Severability and Survival
6.11.1 If any of the Provisions contained in this
AGREEMENT are held for any reason to be invalid,
illegal, or unenforceable, the enforceability of the
remaining provisions shall not be impaired thereby.
6.1 1.2 Limitations of liability, indemnities, and other
express representations shall survive termination of
this AGREEMENT for any cause.
6.12 BIOLOGIST'S Deliverables
BIOLOGIST's deliverables, including record
drawings, are limited to the sealed and signed hard
copies. Computer -generated drawing files furnished
by BIOLOGIST are for OWNER or others'
convenience. Any conclusions or information
derived or obtained from these electronic files will be
at user's sole risk.
6.13 Dispute Resolution
The parties will use their best efforts to resolve
amicably any dispute, including use of alternative
dispute resolution options.
ARTICLE 7. ATTACHMENTS,
SCHEDULES, AND SIGNATURES
This AGREEMENT, including its attachments, and
schedules constitutes the entire AGREEMENT,
supersedes all prior written or oral understandings,
and may only be changed by a written amendment
executed by both parties.
IN WITNESS WHEREOF, the parties execute below:
For OWNER, City of Fayetteville, AR
dated this day of
Signature
Name (printed)
Title
For BIOLOGIST,
dated this 1 6fL day of
Signature I
Name (printed) CAD L. $2x x_ 1 1.4 k Cs.
Title Pres J\(R
Signature
Name
Title
Name /fr "sn& r +Jac+ &t,
Title VGe -Prasi dert-
Attachement I:
OOMACRE
Wildlife Management
"Bringing wildlife management to a higher level"-.
Proposal to Conduct
a Wildlife Hazard Assessment
and Wildlife Hazard Management Plan
for the
Fayetteville Executive Airport, Drake Field
. . . . . ...
PO Box 361
Warnerville, NY 12187
Warnerville, NY • Gainesville, TX • Worland, WY
.Prof e s s i o it a 1- R e l i a b l e- E 1 /, i c a i-
Table of Contents
Page (s)
Letterof Interest...........................................................................3-4
Key Personnel & Qualifications............................................................5-6
Recent Projects & References...... . . . . . . . . . . . . . . . . . . . . . .... . . . . . . . . . . . . . . . . . . ......... 6-7
Licenses& Permits.........................................................................7
Insurance...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Disadvantage Business Enterprise Information....................................8
Scope of Services Phase I WHA & Training......................................... 8-10
Scope of Services Phase H WHMP.....................................................10
Term...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 10
ContactInfo...... .. .. .. .... .. ... . .. .. .. .. ... .. .. .. ... .. . ... .. .. .. ... . . . ... .. .... .. . ... . . ..11
Appendix I Qualifications of Key Biologists.........................................12-15
Appendex II Outline of Training.......................................................16
Appendix III ETC Inc. DBE Certification letter & references..................17-19
17-19
Appendix IV Authorized Negotiator Information...... .. . . .. .. .. .. .. .
Fayetteville Executive Airport, Drake Field -2/18/10
2
OOMACRES
Wildlife Management
February 15, 2010
City of Fayetteville
Attn: Andrea Foren- Room 306
113 W. Mountain
Fayetteville, AR 72701
RE: RFP 10-03 Wildlife Hazard Assessment
Ladies & Gentlemen,
It is with great pleasure that I introduce our company, Loomacres Wildlife Management Inc. Loomacres
Wildlife was the first private company to be approved by the FAA to perform Wildlife Hazard
Management services on airports. Since 2005 Loomacres Wildlife Management's primary mission has
been to provide government agencies, municipalities, and the private sector with the highest quality of
environmental consulting available. Loomacres Inc. was created by Airport Wildlife Biologists and thus
focuses solely on Airport Wildlife Management. We at Loomacres feel that it is essential to have a
qualified airport wildlife biologist performing all services at all times. Our qualified airport wildlife
biologists are able to immediately react to any unforeseen wildlife hazards with success. Loomacres
Wildlife Management is a company that understands the needs of airport managers to provide a safe
environment for the operation of aircraft. Loomacres staff also understands the requirements that animals
need. Often these problems collide creating an unsafe environment for people and wildlife. Our
employees utilize their extensive experience and training in order to provide the utmost quality in wildlife
management. They use sound, ethical practices to help alleviate the risk to human health and safety.
Loomacres' foundation is based upon three basic principles: professionalism, ethics, and reliability.
Ethics: Loomacres Wildlife Management sets the standard for ethics in the industry. Loomacres
efficiently serves our clients with safe, ethical, and innovative solutions that work.
Reliability: Loomacres Wildlife Management provides reliable service by consistently reacting to
unforeseen conditions.
Professionalism: Our staff has the experience and credentials to meet the high standards that are required
by the FAA and your airport. Only the most professional company can provide quality services in the
unique environment found on airports.
Wildlife are attracted to an area depending on several circumstances. Some of these include the
availability of food, water and cover or more geographically significant features such as large bodies of
water, mountain ranges or migratory routes. Each of these factors will have an effect on the type of
species, their numbers and the time of year that they occur in your location. Being able to identify these
conditions and the species associated with them is just the first step in our multilevel approach to wildlife
Fayetteville Executive Airport, Drake Field -7/18/10
management. Loomacres takes an integrated approach to wildlife management often referred to as
Integrated Wildlife Management. Loomacres combines both active and passive management techniques.
Through data collection, onsite observations, and other sources of information and with the cooperation of
airfield staff; Loomacres will carry out a Wildlife Hazard Assessment and create a Wildlife Hazard
Management Plan as per the requirements of FAA 14 CFR 139.337.
In addition to passive and active management techniques utilized on site, Loomacres also assists airports
with offsite wildlife management to ensure, as per FAA AC 150/5200-33A Hazardous Wildlife
Attractants on or near airports and AC 150/5200-34 Construction or establishment of landfills near
public airports, that wildlife attractants within 5 miles of the airfield are limited.
Through regular communication, monthly reports and quarterly meetings with the staff at Fayetteville
Executive Airport, Drake Field, Loomacres will be able to keep all informed of the success of the project
and will be able to address any issues, concerns or updates.
Loomacres Inc. is not a certified disadvantaged business enterprise however, to assist the airport in
reaching their DOT 49 CFR Part 26 DBE Participation Goal, Loomacres is able to utilize the services of
ETC Engineers & Architects Inc. ETC Inc. is a certified DBE based out of Little Rock, AR and will be
able to provide up to 3% of the work in this project. Specifically, ETC Inc. will provide GPS,GIS &
habitat mapping services for this contract.
Detailed descriptions of all above information can be found in the following proposal. Loomacres Wildlife
Management looks forward to establishing a relationship with the City of Fayetteville and Fayetteville
Executive Airport, Drake Field.
Sincerely,
Cody L. Baciuska
President & Airport Wildlife Biologist
Loomacres Wildlife Management
PO Box 361
Warnerville, NY 12187
607-760-8748
www.loomacres.com
Pro f e s s i o n a l- R e l i a b l e- E t h i c a I
Fayetteville Executive Airport, Drake Field-7/IS/l0 4
Loomacres Wildlife Management • P.O. 361 • Warnerville, NY 12187
Phone: 607-760-8748 • Fax: 518-234-8547
www.Loomacres.com • info@loomacres.com
Key Personnel & Organizational Chart
Loomacres Inc. puts its reputation in the selection and the performance of our employees. Loomacres Inc.
is proud that it has more FAA qualified wildlife biologists on staff than any other firm in the country.
Loomacres Inc. currently utilizes the skills of four FAA Qualified Airport Wildlife Biologists. Loomacres
Wildlife Management's biologists include the first non- governmental wildlife biologist qualified by the
FAA, Cody L. Baciuska, who will be the supervisory airport wildlife biologist overseeing all services to
be provided to the Fayetteville Executive Airport, Drake Field (FYV). All of the personnel that will be
operating on FYV have extensive experience conducting wildlife conflict resolution at airports. In
addition, the personnel that will be assigned to FYV are trained on the safety and security procedures that
must be followed at all times while working on airports. Loomacres Inc. is willing to provide extensive
details on personal and company backgrounds and agrees to submit to criminal history record checks.
Our employees work under the direct supervision of the lead Wildlife Biologist and President of
Loomacres Inc., Mr. Cody Baciuska. Mr. Baciuska has conducted Wildlife Hazard Assessments,
developed Wildlife Hazard Management Plans, and has conducted numerous airport related research
studies. Mr. Baciuska has provided wildlife hazard mitigation for some of the largest airports in the
United States; including John F. Kennedy International Airport, Nashville International Airport and
LaGuardia International Airport. In addition to being a FAA qualified Airport Wildlife Biologist, Mr.
Baciuska is a member of the National Wildlife Control Operators Association, the Wildlife Society and is
the current president of the NYS Wildlife Management Association. In addition, Mr. Baciuska is a
certified National Rifle Association firearms instructor. Mr. Baciuska will be the primary Biologist
overseeing all services offered to FYV. Mr. Baciuska exceeds the requirements outlined in AC No:
150/5200-36. Please see appendix 1. for more information regarding the qualifications of Mr. Baciuska.
Biologist Kristin Dorsch has been with Loomacres since it was established in 2005. Kristin has a diverse
background in the biological sciences to include fisheries and wildlife, wetlands and plant science. Kristin
Dorsch holds a Master's of Science degree in Biology and has been working on a FAA grant funded
research project titled "Native and Naturalized grasses Suitable for use on airports managed for Wildlife".
Kristin has presented her research at numerous venues including the 2009 USA/Canada Bird Strike
Conference in Victoria, BC as well as the 2009 Wildlife Damage Management Conference. Kristin's
research in the plant sciences has made her a valuable asset to our company in her ability to assess both
vegetation and habitat on and around airports. Kristin is confident in her ability to make vegetation
management and planting recommendations to airfields across the United States. In addition to her
graduate work, Kristin has taken numerous continuing education credits in the wetland sciences at Rutgers
University and is a certified wetland delineator as well as a Certified Commercial Pesticide Applicator.
Kristin's previous employers include USDA Wildlife Services and several landscape architects. Ms.
Dorsch meets the requirements outlined in AC No: 150/5200-36.
In addition to having four FAA qualified airport wildlife biologists, Loomacres utilizes the experience of
our scientific staff to carry out its services. Loomacres utilizes the experience of Oklahoma resident and
botanist Adam Ryburn, PhD who assists Loomacres in vegetation identification on projects throughout the
southern states. A plant taxonomist by training, Dr. Ryburn has been a Co -Principal Investigator for
several grant funded flora studies and has conducted numerous flora studies throughout the state of
Oklahoma. Dr. Ryburn holds memberships in the American Society of Plant Taxonomists, the Botanical
Society of America and the Southwest Association of Naturalists.
Fayetteville Executive Airport, Drake Field -2/1&'I0 5
Entomologist Jeff Heilveil, PhD oversees all identifications of insects collected during the course of our
Wildlife Hazard Assessments as well as survey methods. Dr. Heilveil oversees a staff of qualified
technicians who assist with insect collections and data entry.
With similar work already being conducted locally, Loomacres will be able to provide efficient on call
service and at a lower cost than that of our competitors.
Loomacres Inc. Organizational Chart for FYV
Mr. Cody L Bacluska
Title: Supervisory Airport Wildlife Biologist
Project Task: Project Oversight & Surveys
Mr. Michael F. Noll 3F I i Ms. Kristin M_ Dorsch
Title: Qualified Airport Wildlife Biologist a e Title: Qualified Airport Wildlife Biologist it YSS'� Project Task: Surveys & Data Collection c Project Task: Surveys & Data Collection
M
lnl?:!Y.!95!�^nRn5M?t?CA:�.!1!R:?L`P.:)Mhi?nL`nnni Yr9L`SRRni):?ant?nni!]nCi?:!:)1`P.i!CLM)CAAS?P.R^:!tb!L�
rrrrrrrrr.,:rerrrrrrrcrrrrrrer.,,�
,a:\.crurrm.rr\.rrrr.rrrxxrr.r .rxr.4
Dr. Jeff Heilvell n
Dr. Adam Rybum
Title: Entomologist
Title: Botanist
Project Task: Insect Identification } e Project Task: Vegetation Identification
5M@!PCgh2it,:tTOOJ:Mq):,fOO5Y.Y.4)i�
':q:4i,i6fi4i4'4W.. W ;4\S QQQpfv lQ4iQO.iN:,4\QfvQ4
,jj:{:4{iiGRlABN{CCGI'i:L4 W'G4'41{:GC•liR4'{SC•4'CC•4'Cf:4-\
rt Mrs. Wendy Dorsch
Title: Office Administrator
Project Task Administration & Accounting
Recent projects & References:
-Northwest Arkansas Regional Airport: Loomacres Inc. is currently conducting a Wildlife
Hazard Assessment for the airport. Loomacres Inc. also assists the airport with direct control
projects and Wildlife Hazard Management training. For more information please contact Steve
Keith, Operations Director at 479-790-9929.
-Nashville International Airport: Loomacres Inc. is currently conducting a Wildlife Hazard
Assessment for the Nashville International Airport. Loomacres will also develop/update the
airport's Wildlife Hazard Management Plan, and provide the airport's staff with the FAA required
wildlife hazard management training. For more information please contact Chris Ricketts,
Operations Coordinator, 615-218-3870.
-Plattsburgh International Airport: Loomacres Inc. has conducted a Wildlife Hazard
Assessment and developed a Wildlife Hazard Management Plan for PBG. AIP funding was used to
Fayetteville Executive Airport, Drake Field -]/18/10
fund this project. This project was completed in September 2009. Loomacres Inc. is currently the
prime consultant providing wildlife conflict resolution and Wildlife Hazard training for the airport.
For more information please contact Frank Dietz, Assistant Manager, Plattsburgh International
Airport, at 518-565-4015.
-Syracuse International Airport: Loomacres Inc. is currently conducting a Wildlife Hazard
Assessment for the airport. Loomacres Inc. also assists the airport with direct control projects and
Wildlife Hazard training. This project is set to be complete April 2010. For more information
please contact John Carni, Operations Manager, Syracuse Department of Aviation, at 3I5- 455-
3680.
-Buffalo Niagara International Airport: Loomacres Inc. is the prime consultant providing
Wildlife Hazard Management training and consulting services. Loomacres Inc. also provides
onsite wildlife conflict resolution. For more information please contact Dave Macy, Operations
Supervisor, Buffalo International Airport at 716-863-3586.
-Greenville-Spartanburg International Airport: Loomacres Inc. is currently conducting a
Wildlife Hazard Assessment for Greenville -Spartanburg International Airport. Loomacres will also
develop the airport's Wildlife Hazard Management Plan, and provide the airport's staff with the
FAA required wildlife hazard management training as well as provide the airport with direct
control services. For more information please contact Larry Holcomb, Airport Manager, 864-848-
6262.
-Elmira-Corning Regional Airport: Loomacres Inc. is the prime consultant providing Elmira -
Corning Regional Airport with an assessment of wildlife hazards at their airport. We have also
assisted with the development of their Wildlife Hazard Management Plan, which has been
approved by the FAA. Elmira -Coming Regional Airport has also contracted Loomacres Inc. to
provide direct control of hazardous wildlife for the past several years. For more information please
contact Bill DeGraw, Director of Operation, Elmira -Corning Regional Airport, at 607-426-5622.
-List of Airports that Loomacres Inc. has provided Airport Wildlife Consulting Services;
JFK International, Stewart International, LaGuardia International, Teterboro International,
Republic, Sullivan County, Jamestown International, Poconos Regional, Johnstown -Cambria
County, Blair County, Plattsburgh International, Massena International, Ogdensburg International,
Binghamton Regional, Elmira -Corning Regional, Ithaca -Tompkins Regional, Warren T. Eaton,
Buffalo International, Niagara Falls International, Lebanon Regional, Manchester -Boston
International, Shenandoah Valley Regional, Syracuse International, Northwest Arkansas Regional
Airport, Greenville -Spartanburg International Airport, Owensboro Regional Airport, Nashville
International Airport, Columbia Regional Airport, Enid Woodring Regional Airport
Additional references are available on request
Licenses and Permits
Loomacres Inc. maintains all necessary permits and licenses to conduct wildlife management
activities on airports. It is the responsibility of the airport to maintain all appropriate state and
federal permits that will be required to remove and harass wildlife on airport property. Loomacres
Inc. should be listed as a sub-permittee on all appropriate permits. Loomacres Inc. will act as a
Faycueville Executive Airport, Drake Field -]/18/10
liaison with both State and Federal agencies to assist the airport with necessary application,
permitting and reporting procedures. Loomacres Inc. will assist airport personnel with the
maintenance and renewal of Wildlife Permits.
Insurance
Loomacres Inc. maintains liability insurance coverage consisting of 2,000,000.00 per incident,
4,000,000.00 aggregate and an additional 2,000,000 umbrella policy. We also carry 2,000,000 in
professional and 500,000 in workmen's comp. If additional insurance is required Loomacres Inc.
will acquire and present appropriate documentation prior to the start of this project. Please see
Appendix III for insurance information.
Disadvantaged Business Enterprise:
Loomacres Inc. is not a Certified Disadvantage Business (DBE); however Loomacres Inc. has
utilized the services of DBE's when it was necessary to reach DBE participation goals as per DOT
Regulation 49 CFR Part 26. Loomacres is prepared to utilize a Certified DBE to provide up to 3%
of the services offered in this contract. Loomacres is able to utilize the services of ETC Engineers
& Architects Inc. which is a certified State of Arkansas DBE located at 1510 South Broadway,
Little Rock, AR 72202. The contact person for ETC Inc. is Mr. Mizan Rahman, 501-375-1786.
Specifically, the company will provide GIS, GPS, and habitat mapping services. ETC will map out
the various habitat types on and around the airport. Further information about ETC Inc. can be
found in Appendix III.
Scope of Services: Phase I Wildlife Hazard Assessment and Training:
Loomacres Inc. will conduct a Wildlife Hazard Assessment, as required by the FAA, Title 14
139.337(b) (1-4).
Avian surveys will be conducted to document the species, number, habitat use and seasonal
activity of birds that inhabit the airport. The surveys will be conducted four times monthly and
will continue for one year. The surveys will be conducted at 12 or more sites located on and
adjacent to the airport property. Site selection will be determined at the start of the project.
During the surveys each of the sites will be visited for 3 minutes. The birds that are observed
during this time will be documented. The results will be analyzed and included in the final WHA
report. Estimated dates of completion: March 2010 -February 2011.
II. Large mammal surveys will be conducted 2 times per month. Spotlights/Night vision/Infra-red will
be used to document the abundance and distribution of mammals such as white -tail deer and
coyotes. A vehicle will be used to survey the AOA and surrounding property. The route the
vehicle will travel will be determined during the first visit to the airport. The results will be
analyzed and included in the final WI -IA report. Estimated dates of completion: March 2010 -
February 2011.
III. Small mammal surveys will be conducted during the spring and fall to document the small
mammal population at the airport. Four, 1000 it, transects will be set up in varying habitat types
within the airport property. Small mammal traps will be placed every ten feet along each of the
transects. The transects will be set for a total of three nights. Each day the traps will be checked
Fayetteville Executive Airport, Drake Field-2/l8/l0
and the species caught will be recorded. The results will be analyzed and included in the final
WHA report. Estimated dates of completion: May 2010 & October 2010.
IV. Vegetation surveys will be conducted to determine the dominant vegetation species on the airport.
Grass height will be monitored at each survey location on a monthly basis to determine the
average grass height for the growing season. Loomacres will also make planting recommendations
as needed to ensure that no new attractants are created. The results will be analyzed and included
in the final WHA report. Estimated dates of completion: May 2010 -August 2010.
V. Insect surveys will be conducted to determine their potential to become wildlife attractants at the
airport. Surveys will be conducted at 12 sites throughout the airport. Species composition and
population index will be determined. The results will be analyzed and included in the final WHA
report. Estimated dates of completion: June 2010 -October 2010.
VI. Perimeter fence surveys will be conducted during each visit to the airport. If a breach in the fence
is discovered, the location and recommendations will be provided to the airport immediately. A
summary of the results will be provided in the final WHA report. Estimated dates of completion:
March 2010 -February 2011.
VII. Loomacres Inc. staff will also document all major wildlife attractants and wildlife hazards at the
airport and within 5 miles of the airport. This data and mitigation recommendations will be
presented in the final WHA report. Estimated date of completion: April 2011.
VIII. The Wildlife Hazard Assessment will also analyze the history of bird strikes that have occurred at
the FYV. Estimated date of completion: April 2011.
IX. A
review of all
wildlife -associated permits will be assessed
and
a historical review of their use will
be
presented in
the Wildlife Hazard Assessment. Estimated
date
of completion:
April 2011.
X. Two months after completing the field work the findings of the surveys, and all above mentioned
will be compiled into a detailed report and five copies will be presented to the consultant and to
FYV. The report will also include a description of any potential wildlife hazards observed on and
around the airport. In addition, the report will provide recommendations for reducing identified
wildlife and their potential for causing wildlife strikes, and make recommendations for mitigating
the wildlife attractants found on and around the airport. Estimated date of completion: April 2011.
XI. Throughout the duration of the project Loomacres Inc. personnel will be available on -call to
assist airport personnel with the dispersal or removal of potential wildlife hazards (whitetail
deer, gulls, ect.), utilizing pyrotechnics, firearms, cage traps and body gripping traps. These
methods will be discussed with airport management prior to their use. All of Loomacres Inc.
personnel are trained, licensed, and experienced in the use of firearms, traps and
pyrotechnics. Loomacres always adheres to all state and federal regulations including the
Migratory bird treaty act of 1981. Estimated date of completion March 2010 -February 2011.
*This is an additional service included as part of the contract. This service is unique to
Loomacres Inc. Very few firms are able to offer these services. *
XII. During the term of the contract Loomacres Inc. will conduct one, Bird Identification and Wildlife
Hazard Management training course that is required by the FAA. The training will be conducted at
FYV. If some airport personnel are unable to attend the training, they may attend one of our
Fayeneville Executive Airport, Drake Field -2/I8/10 9
regularly scheduled trainings at other airports. All personnel that attend and pass the training will
receive a certificate verifying their accomplishment. The names and grades of those in attendance
will be provided to the Airport Manager and Loomacres Inc. will retain a copy. Please retain all
documentation regarding this training for future reference. Please see appendix 11 for an outline of
this training. Estimated date of completion: At airports convenience.
XIII. In the event of a wildlife/bird strike, Loomacres Inc. will assist airport personnel with the
identification of the animal struck. Loomacres Inc. will also aid in the reporting of the strike.
Estimated date of completion: March 2010 -April 2011.
XIV. When necessary, Loomacres Inc. can assist FYV with public relations. This includes public out-
reach, and media relations. In addition, Loomacres Inc. will assist in acquiring land owner
permission in the immediate area surrounding the airport in order to conduct wildlife conflict
resolution.
Scope of Services Phase II Wildlife Hazard Management Plan (if required):
Upon completion of the Wildlife Hazard Assessment, Loomacres Inc. will be available to create a Wildlife
Hazard Management Plan. Loomacres Inc. will develop the Wildlife Hazard Management Plan so that it
will meet the requirements of FAA, Title 14 Part 139.337 (e) & (1)
If required following the completion to the Wildlife Hazard Assessment Loomacres Inc. will
develop a Wildlife Hazard Management Plan for FYV. The WHMP will be based on the data
gathered during the Wildlife Hazard Assessment. A Wildlife Hazard Management Plan provides
detailed procedures and guidelines for the airport to address wildlife hazards at the airport. It will
also prioritize the goals of the plan and sets a timeline for the accomplishment of the goals. The
plan will recognize the people that will carry out the established goals. Estimated date of
completion: May 2011.
Term
Due to the time sensitive nature of FAA requirements and the importance of reducing potential
wildlife hazards, Loomacres Inc. is available to initiate this project at the airports earliest
convenience.
Twelve months will be dedicated to the WHA and Wildlife Conflict Resolution, and two months
will be dedicated to data analysis and the development of the Wildlife Hazard Assessment. An
additional month will be dedicated to the creation of a Wildlife Hazard Management Plan.
Fayetteville Executive Airport, Drake Field-LI8Q0
10
Bringing Wildlife Management to a Higher Lerel-
f-
J
.cam 4_J'
APPENDIX I
,LOOMACRES
Wildlife Management
Dear Airport/Operations Manager,
This
letter was
prepared
to provide the Certificate Holder with documentation verifying that
Loomacres'
personnel
meet the
requirements of § 139.337(f)(7)(a-d) outlined in AC No: 150/5200-36
Subsection a:
The lead Trainer/qualified airport wildlife biologist has the necessary academic coursework and work
experience to meet the qualifications of a GS -0486 series wildlife biologist as defined by the U.S. Office
of Personnel Management classification standards.
Subsection b:
The lead Trainer/qualified airport wildlife biologist has taken and passed an airport wildlife hazard
management -training course acceptable to the FAA administrator.
Subsection c:
The lead Trainer/qualified airport wildlife biologist has conducted at least one Wildlife Hazard
Assessment acceptable to the FAA administrator.
Subsection d:
The lead Trainer/qualified airport wildlife biologist has taken and passed an airport wildlife hazard
management -training course acceptable to the FAA administrator.
Sincerely,
Cody Baciuska
President
Profess ion a l- R e l i a b l e- E t h i c a l-
Loomacres Wildlife Management • P.O. 361 • Warnerville, NY 12187
Phone: 607-760-8748 • Fax: 518-618-3129
www.Loomacres.com • info@loomacres.com
Fayetteville Executive Airport, Drake Field -2/18/70
12
9fl1Embrp-tibble &ronautttat &.niber$i.tpSttp
Center for Professional Education
Hereby certifies that
Cody Baciuska
Has successfully completed 2.4 Continuing Education Units in
Wildlife Hazard Management
In Witness Whereof the signatures are authorized by the Board of Trustees and
the Seal of the University are hereunto affixed at Daytona Beach, Florida
this I8 h day of May 2007 Anno Domini.
Ii
/vt
Uarria A. Smith, r:hancallor
Martin A. Smith, Chancellor
11:..:... _-:... \\"__LI...:.J.'
Fayetteville Executive Airport, Drake Field -1/18/10
�� nd
Crrglirr A. Popp. ),D., Director
I?"' r I._.._ .__ n__I' ...I ¢L..,.:__
(1regory A. Popp, J.D., Director
Vol % I : r _....._ :,._ n_..:._...:_ __r c. L......:....
13
Cody Bacinska
134 Markley Road
Cobleskill, NY 12043
51S-234.8547
EDUCATION:
• State University of New York. College at Agriculture and Technology at Cobleskill
Bachelor of Technology Dagree In Anima! Sciairo- Cor.rnuruuon H]Idllfe .ifanagonamr
Dare of Cmduaioa. Dece=Nm 2003
Auocime of Applied Science Degree- Concentration Fisher!" and H'ild!ffe Technology
Dare ofCaadiati Mav 2003
• State Univenilr of New York at Oneonta
Bachelors of Science Degree in Business Finance
Expected Date of Gndm:mhlay 2010
MAJOR COURSE WORK:
• Biology l •
woody PLam M&eial
• Botany •
WetLwd Asurounnr nut Delimaon
• Chemiwy I •
Wetland Ecosystems
• Emomology •
Wildlife Law Enforcement
• Emvomnental Policy •
wildlife Managenxm
• Evolutionary Biology •
Wildlife Techniques
• Fish Rutatim •
Wildlife Policy
• Fisberio Managemeat •
Wildlife Photognpby
• Fisheries Techniques •
Watafoui Ecology & Management
• Herpetology •
Statistics
• Intepated Pest \faugnixnt •
SOB Science
• Natural History ofyenebntn •
Soil aodwataCoosn wtioo
• Ornithology •
Tennuial Ecology
• Principles of Psasitology •
Technical Cmtmnvriations
FIELD EXPERIENCE:
Arlag Rildlife
• Bird taxidermy •
Alottabiav pfrllnappmg
• Bow"Iantlpefg •
Dee.girg
• Cage of game birds •
Cue of betps had
• Can ottgwon •
Reptile & Anphsbiaw idemification
• Fsmvel bopping •
Ihaiacarioo of frog and bad calls
• Min auevg & Bavdiva •
Mammal idearifnuon
• Saagbird idmdficatiuo, ag'mgS xsmg •
R1411Mouss caution
• Waterfowl idenifcnio0. aging S tests •
5oa mammal bappmg
• Pam couan / Breedvsg bird swney. .
Ose of mfrn,d o>eamioE denim
• MAPS pwloccl We Guide •
,, ,.ta iegnmewne
• Blood Ste•Nea couectieu •
Rakes teeing
• Radio telemetry
• Raptor idemifintim
Fisbenn W'edabds
• Creel«nuw •
Delineation ofwetiaM bomdvaes
• Etecbo fidung •
Fedeal and State caniftatim
• Haul seining •
tdemficaticn ofbydne wds
• lnveaebnte tanplina •
Identiftcanon of wetland vegetation
. Pood-lake'sbenm tnsppng •
ldeili5caDon ofuetiand bydlalegy
• Waver groan• assesvmera •
wateztd delineation
• Speeee and age deeermr3tion •
Welland tetmation and nitigatim
Fayetteville Executive Airport, Drake Fie1d-218110
14
•
Pyrotechnics
• Airport driving
•
Radio communication
• Business administration
•
Spotligbting•Night Vision- and Fleer
• Computer
•
Soil anah'sit
• CPR
•
Trapping
• Firearms
•
Tree pnmug
• Hiking
•
Topo'aeriol map analysis
• Htmting
•
Watercraft Operation
• GPS, GIS/ArcViea
•
Vaccination of Animals
• Operation of snowmobiles and ATVs
•
Vegelation sampling
• Photography digital/SLR
WORK EXPERIENCE:
• Loomacres Wildlife Management- Cobleskill. NY
July 2005 to prsson
President of Loom:ncrci Wildlife Management. Loon:acres provides wildlife and enviromnemal consulting to the
aviation industry. government agencies, municipalities. corporations and private individuals.
Services range from wildlife and vegetation surveys to developmenr and implementation of wildlife management plans.
Loornacres also provides education and training to airport personnel involved in wildlife management.
• USDA, APHIS, Wildlife Services- Castleton. NY -Supervisor: Ted Igleheart
Februoiy 2004 to July 2005
Conducting wildlife sur eys, habitat assessments. and wildlife hazard nssements on a number of airports throughout
New York. Data collection. entry, analysis. presentation. Assisting in the development of wildlife management plans.
identifying and addressing, damage. disease, and potential human heath and safety issues created by wildlife. Use of
pyiotechuics, firearms and maps to haze and remove hazardous wildlife. Public relations and outreach and education.
• Nalloal Audubon Society- Sharon. CT -Supervisor: Laurie Fortin
21 Afar 2003 to 21 August 2003
Operated 7 MAPS Bird Banding Stations, responsible for net setup. extracting birds, aging, sexing. banding. data
recording and entry, and overall welfare of the birds captured in the nets. Also conducted point counts, breeding bird
surveys. nest searching. and vegetation surveys.
• Welland Studies and Solutions- Chaulilly, VA -Supervisor: Dan Fisk
05 January to 17 Jmrumv 2003
Wetland restoration and mitigation. Planted a variety of trees and shrubs
• Stillman Lawn care and Landscaping- Balabtidge. NY Supen'hor: Chris Stillman
May 1994 to Augusr 2000 (seasonal) From April Ito September 25
Consmeted and maintained numerous liiwus and landscapes
• Raptor Project- Rosbury, NY -Supervisor: Jonathan Wood
June 1995 to Angus: 2000 (part-time)
Responsible for the health and daily care of tine animals at the facility. Also assisted in the preparation and presentation
of educational lectures
LICENCES. TRAP ING & CERTIFICATIONS:
- FAA Certified Airport Wildlife Biologist. NRA Certified Firearms Instructor -Airport Driving Cot.. FAA Approved
Wildlife Biologist Training. - NYS Pistol Pennit. -NYS Wildlife Control Pemdt, -NYS Hmuh:g and Trapping License,
Boater Safety Cen
VOLUNTEER:
State University or New York at Cobleskul
Spring 2007@2008.Prescntedseverul Iecwns on Bird Identification and Mist nemng
April 2001- Inspected and maintained kestrel nest boxes
Jmuarry 2003 —December 2003, -Care and maintenance of animals in herpetological lmtsemn
Landis Arboretum
Spring 2007-Intruted swdents on ecology
New York State Department of Environmental Conservation
Xosembe, 2000- Assisted with the NYSDEC deer census
September 1003- Assisted NYSDEC at waterfowl banding station
ACTIVITIES:
• .009-preseuc President of NY$ Wildlife Management Association
• 2007- 2009. Director of NYS Wildlife Management Association
• September 2002- January 2003. Secretary of the SUNY Cobleskill chapter of The Wildlife Society
• Januay 2003-Alar2003, Vice President of the SUNY Cobleslill chapter of The Wildlife Society
Fayetteville Executive Airport, Drake Field -2/18/10
15
Appendix II
Wildlife Hazard Management and Bird Biology Training
General Outline
1 Introduction & Overview of Training Objectives
A. Authority, Regulations, Legalities
B. Wildlife Hazard Management Plan
General Challenges to Aviation Safety Presented by Wildlife
A. Large and Small Mammals
B. Various Avian Species
C. On and Off -site Attractants
Practical Management Techniques
A. Food, Cover, & Water
B. Habitat Modification & Exclusion
a. Grass Management
b. Fencing
c. Brush Removal
C. Repellents
a. Chemical, Audio, Visual
D. Removal
a. Lethal
b. Non -Lethal
4 Reporting Procedures & Database
A. Bird/Other Wildlife Strike Report
5 Maintenance of State & Federal Permits
7 Bird identification & Bird Biology
A. Topography
B. Flight and Feathers
C. Molt and Migration
B. Identification
9. Pyrotechnic usage and safety
8 Review and Exam
Fayetteville Executive Airport, Drake Fieid-1//8/10
W
Appendix III
Arkansas Unified DBE Certification Program
Telephone (501) 569.2000 Post Office Box 2261
Fax (501) 569-2693 Little Rock.Arkanws 72203-2_261
r
Arxmnm lIN'AaM,1 d,l{a
TTL E44LROCK
M1AT*OVAL Alt FORT
IidkJM4A1TInAPRO
�R
Gntral&Ranlary Trams(
sus iMlli111tja„n n
ARKANSAS
Aa"RA
AAOA ASSOCIATION
flrbna4flaaAig,cnn.1
December 2l, 2009
Mr. Mizan Rahman
ETC Engineers and Architects, Inc.
1510 South Broadway
Little Rock, AR 72202
Dear Mr. Rahman:
This will acknowledge receipt of the annual affidavit stating there have been no
changes in ETC Engineers and Architects, Inc.'s circumstances affecting its ability
to meet size, disadvantaged status, ownership, or control requirements of Federal
Regulation 49 CFR Part 26. Based on a review of this information, the firm's
Disadvantaged Business Enterprise certification in Arkansas will continue through
December 21, 2010.
Any time the firm's circumstances change, a notarized statement setting forth the
changes must be submitted to the Department within 30 days.
If you have questions or need additional information, please contact Ms. Natasha
Ilalbert at (501) 569-2297.
liche
Sincer4eavcnponb"A
P
DBE Hearing Committee Chair
c: Chief Legal Counsel
DBE Program Specialist
Fayetteville Executive Airport, Drake Field -2/18/10
17
• 1510 SOUTH BROADWAY. LITTLE ROCK, AR 72202 • PHONE 501-375-1786 • FAX 501.375-1277
February 17, 2010
Cody Baduska
Loom Acres, Inc.
P.O. box 361
Warnerville, New York 12187
Dear Mr. Bacluska:
We am pleased to provide the following information and references concerning previous mapping and
GIS projects completed by our firm. In particular, Mr. William Andrews, PE, Mr. Mlzan Rahman, PE and
Dr. Shawkat All, PE of our staff have worked on GIS/Mapping projects throughout the state and In Dr.
Airs case in previous experience projects In the western United States and Europe.
Dr. Shawkat AO began working in GIS applications in 1993, when he developed Arcinfo (workstation)
based Soodplain mapping models in Bangladesh. Later, Dr. All developed numerous AreVlew based GIS
models for water and natural resources management projects in Bangladesh. Europe and the United
States. He also worked as Project Leader and GIS Specialist in the 'Center for Environmental &
Geographic Information Services', Bangladesh. and Resource Analysis (RA), The Netherlands. Dr. All led
a project that developed Remote Sensing (RS) and GIS based tools for mapping flood depth and duration
(FDD). FDD has been extensively used In natural resources management In Bangladesh. He extensively
used ArcView and ArcGIS for watershed, hydrological and hydraulic analysis. Dr. All also worked as an
Instructor for several shad causes on the application of GIS and RS In natural resource management. He has
several ne9ona0 International publications on GIS mid RS application.
4t
• e-mail: etc welcengineersinc. com a
crc
MEMBER
Fayetteville Executive Airport, Drake Field-]/l8/l0 18
References for previous projects completed by ETC Include:
Steve Parke, Director of Public Works, City of Fort Smith, AR — 479-784-2231
Mayor JoAnne Bush, City of Lake Village, AR —870-265-2228
Mr. Robert Cogdell, Director of Public Work:, City of Maumelle, AR -501-851-2500
We appredate your interest in ETC Engineers and Architects and look forward to working with you and
your staff.
Sincerely,
Perry Cart
Vice President
Fayetteville Executive Airport, Drake Field-LI&IO
M
Attachement II
FEE SCHEDULE
Fees
Phase I:
Wages and Administration $49,591.00
Transportation and Supplies: $8,547.00
Phase I Total: $58,138.00
Phase II:
Wages and Administrative: $4,125.00
Transportation and Supplies: $546.00
Phase 11 Total: $4,671.00
Project Total: 62,809.00
Billing and Payment:
The total cost of phase I, and II is $62,809.00. Drake Field will be invoiced on a monthly basis in the
amount of $4,187.26
WILDLIFE HAZARD ASSESSMENT AGREEMENT
The agreement will be with the City of Fayetteville, Arkansas, and Loomacres Inc. for a project generally described
as: Wildlife Hazard Assessment and Management Plan for the Fayetteville Executive Airport, Drake Field.
Consisting of: a Wildlife Hazard Assessment (Comprehensive Ecological Study), update/develop a Wildlife Hazard
Management Plan, establish a Wildlife Hazard Monitoring Program, alert airport personnel of potential wildlife
hazards, removelreduce wildlife hazards on an as -needed basis, conduct FAA required Wildlife Hazard Training,
assist airport personnel with the maintenance and renewal of wildlife permits.
ARTICLE 1. SCOPE OF SERVICES
BIOLOGIST will perform all all services as
enumerated in the RFQ attached hereto Attachement
I. A detailed listing of the scope of work is provided
in the BIOLOGIST's proposal and response to RIP #
10-03, in Attachment I. The BIOLOGIST shall
provide all necessary equipment and human
resources that are required to fulfill the contract.
ARTICLE 2. COMPENSATION
OWNER will compensate BIOLOGIST as set forth
in Attachment II.
ARTICLE 3. TERMS OF PAYMENT
OWNER will pay BIOLOGIST as follows:
3.1 Invoices and Time of Payment
BIOLOGIST will issue monthly invoices as outlined
in Attachment II. Invoices are due and payable
within 30 days of receipt.
3.2 Interest
In the event of a disputed billing, only the disputed
portion will be withheld from payment, and OWNER
shall pay the undisputed portion. OWNER will
exercise reasonableness in disputing any bill or
portion thereof. No interest will accrue on any
disputed portion of the billing until mutually
resolved.
ARTICLE 4. OBLIGATIONS OF BIOLOGIST
4.1 Standard of Care
The standard of care applicable to BIOLOGIST
Services will be the degree of skill and diligence
normally employed by professional biologists or
consultants performing the same or similar Services
at the time said services are performed. BIOLOGIST
will reperform any services not meeting this standard
without additional compensation. The tasks assigned
shall be completed in a timely and efficient manner.
4.2 BIOLOGIST's Personnel at Airport Site
The presence or duties of BIOLOGIST's personnel
on the airport property, whether as onsite
representatives or otherwise, do not make
BIOLOGIST or BIOLOGISTS personnel in any way
responsible for those duties that belong to OWNER
and/or other entities.
4.3 BIOLOGIST Insurance
BIOLOGIST will maintain throughout this
AGREEMENT the following insurance:
(a) Workers compensation and employer's liability
insurance as required by the state of Arkansas.
(b) Comprehensive automobile and vehicle liability
insurance covering claims for injuries to member of
the public and/or damages to property of others
arising from use of motor vehicles, including onsite
and offsite operations, and owned, nonowned, or
hired vehicles, with $1,000,000 combined single
limits.
(c) Commercial general liability insurance covering
claims for injuries to members of the public or
damage to property of others arising out of any
covered negligent act of omission of BIOLOGIST or
of any of its employees, agents, or subcontractors,
with $1,000,000 per occurrence and in the aggregate.
(d) Professional liability insurance of $1,000,000 per
occurrence and in the aggregate.
(e) OWNER will be named as an additional insured
with respect to BIOLOGISTS liabilities hereunder in
insurance coverages identified in items (b) and (c)
and BIOLOGIST waives subrogation against
OWNER as to said policies.
ARTICLE 5. OBLIGATIONS OF OWNER
5.1 OWNER -Furnish Data
OWNER will provide to BIOLOGIST all data in
OWNER's possession relating to BIOLOGIST's
services on the PROJECT. BIOLOGIST will
reasonably rely vice vise upon the accuracy,
timeliness, and completeness of the information
provided by OWNER.
5.2 Access to Facilities and Property
OWNER will make its facilities accessible to
BIOLOGIST as required for BIOLOGISTS
performance of its services.
5.3 Timely Review
OWNER will examine BIOLOGISTS studies,
reports, sketches, drawings, specifications, proposals,
and other documents; obtain advice of an attorney,
insurance counselor, accountant, auditor, bond and
financial advisors, and other consultants as OWNER
deems appropriate; and render in writing decisions
required by OWNER in a timely manner.
5.4 Prompt Notice
OWNER will give prompt written notice to
BIOLOGIST whenever OWNER observes or
becomes aware of any development that affects the
scope or timing of BIOLOGIST's Services, or of any
defect in the work of BIOLOGIST or construction
contractors.
5.5 OWNER's Insurance
5.5.1 OWNER will maintain property insurance on
all physical facilities.
5.6 Litigation Assistance
The Scope of Services does not include costs of
BIOLOGIST for required or requested assistance to
support, prepare, document, bring, defend, or assist
in litigation undertaken or defended by OWNER.
All such Services required or requested of
BIOLOGIST by OWNER, except for suits of claims
between the parties to this AGREEMENT, will be
subject to a separate agreement.
ARTICLE 6. GENERAL LEGAL PROVISIONS
6.1 Authorization to Proceed
Execution of this AGREEMENT by OWNER will be
authorization for BIOLOGIST to proceed with the
work.
6.2 Reuse of PROJECT Documents
All reports, drawings, specifications, documents, and
other deliverables of BIOLOGIST, whether in hard
copy or in electronic form, are instruments of service
for this PROJECT, whether the PROJECT is
competed or not.
6.3 Force Majeure
BIOLOGIST is not responsible for damages or delay
in performance caused by acts of God, strikes,
lockouts, accidents, or other events beyond the
control of BIOLOGIST. In any such event,
BIOLOGIST's contract price and schedule shall be
equitably adjusted.
6.4 Termination
6.4.1 This AGREEMENT may be terminated for
convenience on 30 dayswritten notice, or for cause
if either party fails substantially to perform through
no fault of the other and does not commence
correction of such nonperformance within 5 days of
written notice and diligently complete to correction
thereafter.
6.4.2 On termination, BIOLOGIST will be paid for
all authorized services performed up to the
termination date.
6.5 Suspension, Delay, or Interruption of Work
OWNER may suspend, delay, or interrupt the
Services of BIOLOGIST for the convenience of
OWNER. In Such event, BIOLOGISTS contract
price and schedule shall be equitably adjusted.
6.6 No Third -Party Beneficiaries
This AGREEMENT gives no rights or benefits to
anyone other than OWNER and BIOLOGIST and
has no third -party beneficiaries.
6.7 Indemnification
6.7.1 BIOLOGIST agrees to indemnify OWNER for
any claims, damages, losses, and costs, including, but
not limited to, attorney's fees and litigation costs,
arising our of claims by third parties for property
damage or bodily injury, including death, caused by
the negligence or willful misconduct of BIOLOGIST,
BIOLOGIST's employees, affiliated corporations,
and subcontractors in connection with the PROJECT.
6.7.2 OWNER agrees to indemnify BIOLOGIST
from any claims, damages, losses, and costs,
including, but not limited to, attorney's fees and
litigation costs, arising out of claims by third parties
for property damage or bodily injury, including
death, caused by the negligence or willful
misconduct of OWNER, or its employees or
contractors in connection with the PROJECT.
6.8 Assignment
This is a bilateral personal Services AGREEMENT.
Neither party shall have the power to or will assign
any of the duties or rights or any claim arising out of
or related to this AGREEMENT, whether arising in
tort, contract or otherwise, without the written
consent of the other party. Any unauthorized
assignment is void and unenforceable. These
conditions and the entire AGREEMENT are binding
on the heirs, successors, and assigns of the parties
hereto.
6.9 Waiver
6.9.1 No waiver by either party of any breach of this
AGREEMENT, or of any warranty or representation
hereunder, shall be deemed to ba a waiver by the
same party of any other breach of any kind or nature
(whether preceding or succeeding the breach in
questions, and whether or not of the same or similar
nature).
6.9.2 No failure by a party to exercise any right it
may have under this AGREEMENT or under law
upon another party's default, and no delay in the
exercise of that right, shall prevent it from exercising
the right whenever the other party continues to be in
default. No such failure or delay shall operate as a
waiver of any default or as a modification of the
provisions of this AGREEMENT.
6.10 Jurisdiction
The substantive law of the state of Arkansas shall
govern the validity of this AGREEMENT, its
interpretation and performance, and any other claims
related to it.
6.11 Severability and Survival
6.11.1 If any of the Provisions contained in this
AGREEMENT are held for any reason to be invalid,
illegal, or unenforceable, the enforceability of the
remaining provisions shall not be impaired thereby.
6.11.2 Limitations of liability, indemnities, and other
express representations shall survive termination of
this AGREEMENT for any cause.
6.12 BIOLOGIST'S Deliverables
BIOLOGISTS deliverables, including record
drawings, are limited to the sealed and signed hard
copies. Computer -generated drawing files furnished
by BIOLOGIST are for OWNER or others'
convenience. Any conclusions or information
derived or obtained from these electronic files will be
at user's sole risk.
6.13 Dispute Resolution
The parties will use their best efforts to resolve
amicably any dispute, including use of alternative
dispute resolution options.
ARTICLE 7. ATTACIIMENTS,
SCHEDULES, AND SIGNATURES
This AGREEMENT, including its attachments, and
schedules constitutes the entire AGREEMENT,
supersedes all prior written or oral understandings,
and may only be changed by a written amendment
executed by both parties.
►l
Phase I: Wildlife Hazard Assessment:
IN WITNESS WHEREOF, the parties execute below:
For OWNER, City of Fayetteville. AR
dated this day of _
Signature
Signature
Name (printed)
Name
Title
Title
For BIOLOGIST,
dated this day of
Signature
Signature
Name (printed)
Name
Title
Title
Phase H: Wildlife Hazard Manaeement Plan
(If required by FAA):
IN WITNESS WHEREOF, the parties execute below:
For OWNER, City of Fayetteville. AR
dated this day of
Signature
Signature
Name (printed)
Name
Title
Title
For BIOLOGIST,
dated this day of
Signature
Signature
Name (printed)
Name
Title
Title