Loading...
HomeMy WebLinkAbout28-20 RESOLUTIONOF FAY ETTE. i 9RkANS PS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 28-20 File Number: 2019-0986 GARVER, LLC TASK ORDER 13: A RESOLUTION TO APPROVE TASK ORDER NO. 13 WITH GARVER, LLC IN THE AMOUNT OF $109,800.00 FOR DESIGN AND BIDDING SERVICES FOR THE PROPOSED HVAC REPLACEMENT IN THE TERMINAL BUILDING AT DRAKE FIELD, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Task Order No. 13 with Garver, LLC in the amount of $109,800.00 for design and bidding services for the proposed HVAC replacement in the terminal building at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 1/21/2020 Attest: RK ``����irrrrrrrr� ��\�•• GITY0 v. .G Kara Paxton, City Clerk Treasurer; AYE7?EVILLE%�w N SPS. ;ONr; %,,````�� Page 1 Printed on 1/22/20 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2019-0986 Agenda Date: 1/21/2020 Version: 1 Status: Passed In Control: City Council Meeting Agenda Number: A. 10 GARVER, LLC TASK ORDER 13: File Type: Resolution A RESOLUTION TO APPROVE TASK ORDER NO. 13 WITH GARVER, LLC IN THE AMOUNT OF $109,800.00 FOR DESIGN AND BIDDING SERVICES FOR THE PROPOSED HVAC REPLACEMENT IN THE TERMINAL BUILDING AT DRAKE FIELD, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Task Order No. 13 with Garver, LLC in the amount of $109,800.00 for design and bidding services for the proposed HVAC replacement in the terminal building at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 112212020 Summer Fallen Submitted By City of Fayetteville Staff Review Form 2019-0986 Legistar File ID 1/21/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 12/31/2019 Submitted Date Action Recommendation: AIRPORT SERVICES (760) Division / Department Staff requests that the Mayor allow the Aviation Division to execute Task Order 13 in the amount of $109,800 with Garver, LLC to complete design and bidding services for the proposed HVAC Replacement in the terminal building at Fayetteville -Drake Field Airport, and to process a budget adjustment. Budget Impact: 5550.760.3960-5314.00 Airport Account Number 15029.1 Project Number Budgeted Item? Yes Fund Airport Engineering Consultant Services Project Title Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget $ 14,751.00 $ 14,751.00 $ 109, 800.00 $ 95,049.00 $ V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor THRU: Don Marr, Chief of Staff Staff/Contract Review Committee FROM: Summer Fallen, Airport Services Manager DATE: January 21, 2020 CITY COUNCIL MEMO SUBJECT: FYV HVAC Replacement -Design and Bidding Task Order (Garver) RECOMMENDATION: Staff requests that the Mayor allow the Aviation Division to execute Task Order 13 in the amount of $109,800 with Garver, LLC to complete design and bidding services for the proposed HVAC Replacement in the terminal building at Fayetteville — Drake Field Airport, and to process a budget adjustment. BACKGROUND: The HVAC in the terminal building at Fayetteville — Drake Field Airport is original to the building, which was constructed in 1978. Since that time, the terminal building has undergone numerous renovations including, but not limited to repurposing of the baggage handling area into a meeting room, removal of the commercial kitchen and restaurant, addition of a pilot lounge, and the enclosure of a large portion of the original open lobby to make additional offices for airport personnel and outside business which moved into the facility. These renovations have led to an inefficient patchwork HVAC system with outdated controls. In 2017, the Airport Division received a Federal Aviation Administration (FAA) grant to perform an energy assessment of the terminal building. The assessment recommended replacement of both the HVAC system and the boilers in the terminal building. In 2018, the Airport Division received an Arkansas Department of Aeronautics (ADA) grant to replace the boiler system. In the same year, the Airport Division also updated the Airport's five-year Capital Improvements Plan (CIP) with the FAA to include a full replacement of the HVAC system in the terminal building, including ductwork and controls. On November 22, 2019, Fayetteville — Drake Field was selected by the FAA to receive supplemental appropriation in the amount of $1,125,000 for the proposed HVAC Replacement project. This funding was outside of the typical FAA funding allowances, and Fayetteville — Drake Field was one of only 133 Airports in the US to receive the grant. DISCUSSION: The FAA has issued a Notice of Intent to award a grant of up to $1,125,000 (90% of the total project costs) to the Airport to support the proposed HVAC Replacement project. All costs associated with the Task Order 13 will be included in the upcoming FAA grant. The Airport will Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 submit a grant application to the ADA for the remaining 10% of the project costs at the completion of the project. The project will advertise for bids in Spring 2020. An FAA grant application for 90% of all project costs (design, bidding, and construction) will be submitted for Council approval in late Spring 2020 based upon the bid received from the lowest responsive and responsible bidder. Upon receipt of an FAA grant offer in Summer 2020, the Airport Division will seek approval from Council to execute the grant offer, execute a construction contract with the lowest responsive and responsible bidder, and execute a construction phase services task order with Garver. Below is a summary of the anticipated costs and funding breakdown for each upcoming grant. BUDGET/STAFF IMPACT: Administration and Other Costs*: $9,200.00 Garver Task Order 13 (Design and Bidding): $109,800.00 FAA: $1,125,000.00 Garver Task Order 14 (Construction Phase Svcs)*: $71,000.00 ADA: $125.000.00 Construction Contract* $1,060,000.00 City: $0.00 TOTAL: $1,250,000.00 TOTAL: $1,250,000.00 *Amounts are estimated at this time. Attachments: Staff Review Form City Council Memo Garver Task Order 13 Budget Adjustment Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 APPENDIX A-13 TASK ORDER 13 FAYETTEVILLE — DRAKE FIELD AIRPORT HVAC REPLACEMENT This TASK ORDER is made as of an tw � I S± , 2020 by and between the CITY OF FAYETTEVILLE of Fayetteville, Arkansas here fter referred to as "CITY OF FAYETTEVILLE," and GARVER, LLC, hereinafter referred to as "GARVER", in accordance with the provisions of the AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES executed on April 21, 2015. Under this Task Order, the CITY OF FAYETTEVILLE intends to make the following improvements for the FYV HVAC Replacement project. Replacement of the existing chiller system, ducting, and controls for the terminal building at the Airport. GARVER will provide professional services related to these improvements as described herein. SECTION 1 - SCOPE OF SERVICES GARVER will provide services as detailed in Exhibit A-13. SECTION 2 — PAYMENT For the work described under SECTION 1 - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will pay GARVER on a lump sum basis. The table below presents a summary of the fee amounts and fee types for this contract. WORK DESCRIPTION FEE AMOUNT FEE TYPE Preliminary Engineering Report $14,400 Lump Sum Preliminary Design $62,500 Lump Sum Final Design $22,800 Lump Sum Bidding Services $10,100 Lump Sum TOTAL FEE $109,800 Task Order 13 1 of 2 FYV HVAC Replacement Garver Project No. 20A 13211 The lump sum amount to be paid under this agreement is $109,800. For informational purposes; a breakdown of GARVER's estimated costs is included in Exhibit B-13 with approximate current hourly rates for each employee classification. Additional Services (Extra Work). For work not described or included in Section I — Scope of Services but requested by the CITY OF FAYETTEVILLE in writing, the CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the rates shown in Exhibit B-13 for each classification of GARVER's personnel, plus overhead, plus 15% profit,plus reimbursable expenses including but not limited to printing, courier service, reproduction, and travel. SECTION 3 —EXHIBITS 3.1 The following Exhibits are attached to and made a part of this Agreement: 3.1.1 Exhibit A -l3 Scope of Services 3.1.2 Exhibit B-13 Manhour Tables This Agreement may be executed in two (2) or more counterparts each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Approval and acceptance of this Task Order, including attachments listed in SECTION 3 —EXHIBITS, shall incorporate this document as part of the Agreement. Garver is authorized to begin performance upon receipt of a copy of this Task Order signed by the CITY OF FAYETTEVILLE. The effective date of this Task Order shall be the last date written below. CITY OF FAYETTEVILLE, ARKANSAS GARVER AT By Cit Digitally signed by Michael J. Griffin l/ Date: 2019.12.31 fill/� Title: Senior Vice President E�m~ S:FAYEnEVILL -'J 9'A�AN�pS��`�`: ti . 0 Task Order 13 2 of 2 FYV HVAC Replacement Garver Project No. 20A 13211 GARVER EXHIBIT A-13 — SCOPE OF SERVICES FAYETTEVILLE — DRAKE FIELD AIRPORT HVAC REPLACEMENT 2.1 General Generally, the scope of services includes design and bidding services for improvements to Fayetteville — Drake Field Airport. Improvements will consist primarily of replacement of the existing chiller system, ducting, and controls for the terminal building at the Airport. 2.2 Preliminary Engineering Report As part of the preliminary engineering report, Garver will complete the following: 2.2.1 Records Research Garver will review the record drawings for the existing terminal facility, including renovations to the facility since its original construction in the 1970s, in order to develop an existing conditions base map for the project. 2.2.2 Site Survey Garver will conduct a site investigation as required to facilitate design efforts and augment information not provided or outdated through review of previous record documents. The site survey shall be performed by a senior mechanical engineering project manager. 2.2.3 Alternatives Analysis Garver will develop an alternatives analysis comparing a ground source heat pump (geothermal) system and a traditional chilled water system. As part of the analysis, Garver will review initial construction cost, long-term maintenance costs, and expected equipment life to determine the most economical life -cycle cost. 2.2.4 Coordination with Utility Garver will coordinate with the City of Fayetieville's electric utility provider and the City of Fayetteville's sustainability coordinator to review energy reduction rebate program incentives. Any rebate opportunities will be included in the life -cycle cost analysis described in Section 2.2.3. 2.2.5 Report Development Garver will prepare a preliminary engineering report with the following sections: • Project Background • Records Research • Site Survey and Preconstruction Photographs Exhibit A -l3 - Scope of Services 1 of 5 FYV HVAC Replacement Garver Project No. 20A 1321 1 GARVER • Alternatives Analysis • Design Recommendation • Engineers Estimate of Probable Project Cost 2.2.6 Citv of Favetteville Review Meetin Garver will hold a review meeting with the City of Fayetteville to review the recommendation of the preliminary engineering report. Garver will also receive feedback from the City of Fayetteville's facilities division regarding maintenance practices to ensure that the recommendation for design can be maintained by City staff. 2.3 Design Services 2.3.1 General Garver will prepare detailed construction drawings, specifications, instructions to bidders, general provisions and special provisions, all based on guides furnished to Garver by the City of Fayetteville and FAA. Contract Documents (Plans, Specifications, and Estimates) will be prepared for award of one (1) construction contract. These designs shall conform to the standards of practice ordinarily used by members of Garver's profession practicing under similar conditions and shall be submitted to the FAA office from which approval must be obtained. Detailed specifications shall be developed using FAA "Standards for Specifying Construction for Airports" AC 150/5370-10 (latest edition) or other appropriate standards approved for use by the FAA. A specimen copy of the General Provisions and applicable prevailing wage rates will be obtained by Garver from the Department of Labor as appropriate for incorporation into the specifications for the proposed project. 2.3.2 Quality Control Garver will establish a Quality Control Plan (QCP) for the project. The QCP will outline schedules, project goals, and team member responsibilities. Garver will also provide QC reviews at the preliminary and final design stages. Weekly internal progress meetings will be held during the preliminary and final design phases to ensure adequate quality control throughout the design phases. 2.3.3 Site Visits Garver mechanical, electrical, and civil engineers will make one (1) site visit during the design phase to confirm design conditions. 2.3.4 Environmental Coordination Garver will work with the FAA in order to obtain a categorical exclusion for the project. Coordination will include completion of a documented CATEX questionnaire in accordance with FAA SOP No. 5.00 and submission to the FAA's environmental specialist for approval. Exhibit A-] 3 - Scope of Services 2 of 5 FYV HVAC Replacement Garver Project No. 20A13211 GARNER 2.3.5 Mechanical Desitn Garver will design of replacement of the existing Terminal Building HVAC systems in their entirety, excluding the replacement of the existing hot water boilers, which have already been replaced under separate contract. This includes design of the new mechanical systems, as well as design of any incidental electrical, plumbing and architectural modifications required as a result of the mechanical renovation work. No structural modifications are anticipated as part of this project. 2.3.6 Construction Phasin Garver will prepare construction phasing plans and, if necessary, temporary HVAC considerations for the duration of the construction project. Construction phasing will be coordinated with the City of Fayetteville to minimize the impact of construction on terminal operations. The City of Fayetteville will coordinate with tenants as needed to determine tenant needs during construction. 2.4 Preliminary Design 2.4.1 Preliminary Plans & Eneineer's Report Garver will develop preliminary plans and engineer's report and submit these to the City of Fayetteville and FAA for review. Preliminary plans are expected to be approximately 65% of the final bid package. 2.4.2 Preliminary Review Meeting Garver will meet with the City of Fayetteville to review the preliminary plans and engineer's report and to receive City of Fayetteville comments and direction. Garver will submit the preliminary plans and engineer's report to the FAA after incorporating any City of Fayetteville comments. 2.5 Final Design 2.5.1 Final Plans, Specifications, & Engineer's Report Garver will incorporate any FAA comments from the preliminary review and will prepare for final publication of documents. Garver will furnish plans, specifications, and Engineer's Report to the City of Fayetteville and FAA. 2.6 Bidding Services Garver will assist the City of Fayetteville in advertising for and obtaining bids or negotiating proposals for one prime contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, and attend a pre-bid conference Documents. The City of Fayetteville will pay advertising costs outside of this contract. Garver will issue addenda as appropriate to interpret, clarify or expand the Bidding Documents. Garver will consult with and advise the City of Fayetteville as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the prime contractor(s) (herein called "Contractor(s)") for those portions of the work as to which such acceptability is required by the Bidding Documents. Garver will consult with the City of Fayetteville concerning and determine the acceptability of substitute materials and equipment proposed by Contractor(s) when substitution prior to the award of contracts is allowed by the Bidding Exhibit A-13 - Scope of Services 3 of 5 FYV HVAC Replacement Garver Project No. 20A 13211 GARNER Documents. Garver will attend the bid opening, prepare bid tabulation sheets and assist the City of Fayetteville in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. Garver will assist the City of Fayetteville in the execution of all contract documents and furnish a sufficient number of executed documents for the City of Fayetteville, Contractor and FAA. Garver will assist the City of Fayetteville in the developing of an FAA Grant Application based on thb lowest responsive bidder. 2.7 Construction Phase Services To be added via separate task order. 2.8 Project Deliverables The following will be submitted to the City of Fayetteville, or others as indicated, by Garver: 1. One copy of the Preliminary Engineering Report to the City of Fayetteville and FAA. 2. One copy of the Preliminary Design Documents to the City of Fayetteville and FAA. 3. One copy of the Final Design Documents to the City of Fayetteville and FAA. 4. Three copies of the Final Plans and Specifications to the Awarded Contractor. 5. Electronic files as requested. 2.9 Extra Work The following items are not included under this agreement but will be considered as extra work: 1. Redesign for the City of Fayetteville's convenience or due to changed conditions after previous alternate direction and/or approval. 2. Boundary survey or geotechnical investigation of project site. 3. Radon testing or design for radon mitigation. 4. Design of architectural, structural, civil, mechanical, fire protection, plumbing, or electrical components or systems other than mentioned above. 5. Performance of additional work not mentioned under the Scope of Work, including structural survey, hazardous material survey/testing, commissioning, equipment or material testing and balancing, or producing a construction waste management plan. 6. Efforts related to asbestos/lead/PCB/hazardous materials testing or abatement. 7. Paying of construction permit fees. 8. Developing Operations and Maintenance (O & M) manuals. 9. LEED design or any LEED related efforts. 10. Furniture, Furnishings & Equipment design (FF&E) or efforts related to the temporary relocation of occupants and/or furnishings during construction. 11. Ground thermal conductivity testing for a geothermal system. If necessary, testing will be performed by the Contractor prior to construction of the system. 12. Submittals or deliverables in addition to those listed herein. 13. Design of any utilities relocation. 14. Retaining walls or other significant structural design. 15. Environmental Handling and Documentation, including wetlands identification or mitigation plans or other work related to environmentally or historically (culturally) significant items. Exhibit A-]3 - Scope of Services FYV HVAC Replacement 4 of 5 Garver Project No. 20A 1321 1 GARNER 16. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR. Extra Work will be as directed by the City of Fayetteville in writing for an additional fee as agreed upon by the City of Fayetteville and Garver. 2.10 Schedule Garver shall begin work upon execution of this task order and shall complete the work within a mutually agreeable schedule with the City of Fayetteville. Exhibit A-13 - Scope of Services 5 of 5 FYV HVAC Replacement Garver Project No. 20A 1321 l EXHIBIT B-13 FAYETTEVILLE - DRAKE FIELD HVAC REPLACEMENT PRELIMINARY ENGINEERING REPORT WORK TASK DESCRIPTION E-5 $72.10 hr E-4 $59.10 hr E-3 $50.55 hr E-2 $41.80 hr E-1 $36.00 hr D-1 $33.60 hr T-1 $26.25 hr 1. Civil Engineering 2.2.1 Records Research 1 2 2.2.2 Site Survey 1 2.2.3 Alternatives Analysis 2 2.2.4 Coordination with Utility 2 2 2.2.5 Report Development 1 4 2.2.6 City of Fayetteville Review Meeting 4 Subtotal - Civil Engineering 0 11 0 0 8 0 0 2. Mechanical Engineering 2.2.1 Records Research 4 2.2.2 Site Survey 4 2.2.3 Alternatives Analysis 4 2.2.4 Coordination with Utility 4 2.2.5 Report Development 16 2.2.6 City of Fayetteville Review Meeting 4 Subtotal - Mechanical Engineering 0 36 0 0 0 0 0 3. Electrical Engineering 2.2.1 Records Research 4 2.2.2 Site Survey 4 2.2.4 Coordination with Utility 6 2.2.5 Report Development 4 Subtotal - Electrical Engineering 0 18 1 0 0 0 0 0 Hours 0 65 0 0 8 0 0 Salary Costs $0.00 $3,841.50 $0.00 $0.00 $288.00 $0.00 $0.00 SUBTOTAL - SALARIES: $4,129.50 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $8,140.48 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $57.52 Postage/Freight/Courier $0.00 Travel Costs (400 miles @ $0.58/mile) $232.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $289.52 SUBTOTAL: $12,559.50 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $1,840.50 TOTAL FEE: $14,400.00 EXHIBIT B-13 FAYETTEVILLE - DRAKE FIELD HVAC REPLACEMENT PRELIMINARY DESIGN WORK TASK DESCRIPTION E-5 $72.10 hr E-4 $59.10 hr E-3 $50.55 hr E-2 E-1 $41.80 $36.00 hr hr D-1 $33.60 hr T-1 $26.25 hr 1. Civil Engineering 2.3.1 General Design Services FAA General Provisions 1 2 Construction Contract Documents 1 4 City Special Provisions 1 4 Coordination with City 8 2 2.3.2 Quality Control Plan 1 2 2.3.3 Site Visit 4 2.3.4 Environmental Coordination 1 2.3.5 Mechanical Design (Plan Review) 2 2.3.6 Construction Phasing 1 2 2.4.1 Preliminary Plans and Engineer's Report Cover Sheet and Index of Sheets 1 2 General Notes Sheets 1 2 Preliminary Engineer's Report Narrative 1 4 Review Preliminary Plans and Estimate 1 2.4.2 Preliminary Review Meeting 4 Subtotal - Civil Engineering 0 28 0 0 24 0 0 2. Mechanical Engineering 2.3.3 Site Visit 12 2.3.5 Mechanical Design Verify Existing Building Envelope Conditions 4 Mechanical Load Calculations 16 Equipment Selection and Sizing 8 Controls Review and Design 4 2.3.6 Construction Phasing 4 2.4.1 Preliminary Plans and Engineer's Report Mechanical Schedules and Legend Sheet 10 8 Ductwork Demolition Sheets 8 8 Piping Demolition Sheets 8 8 Ductwork Installation Sheets 16 8 Piping Installation Sheets 16 8 Piping Diagram Sheets 4 4 HVAC Detail Sheets 4 4 HVAC Controls Sheets 8 4 Preliminary Engineer's Report Narrative 2 Technical Specifications 12 Cost Estimate 8 Quality Control Review 4 2.4.2 Preliminary Review Meeting 4 Subtotal - Mechanical Engineering 0 1152 0 0 0 52 0 3. Electrical Engineering 2.3.3 Site Visit 8 2.3.5 Electrical Design Electrical Load Calculations 8 Equipment Reviews and Sizing 4 2.3.6 Construction Phasing 4 2.4.1 Preliminary Plans and Engineer's Report Electrical Schedules and Legend Sheet 4 4 Electrical Demolition Sheets 8 8 Electrical Installation Sheets 8 8 Electrical Details Sheets 4 4 Preliminary Engineer's Report Narrative 2 Technical Specifications 8 Cost Estimate 4 Quality Control Review 4 2.4.2 Preliminary Review Meeting 4 Subtotal - Electrical Engineering 0 70 0 0 0 24 0 Hours 0 250 0 0 24 76 0 Salary Costs $0.00 $14,775.00 $0.00 $0.00 $864.00 $2,553.60 $0.00 SUBTOTAL - SALARIES: $18,192.60 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $35,863.07 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $103.98 Postage/Freight/Courier $0.00 Travel Costs (400 miles @ $0.58/mile) $232.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $335.98 a SUBTOTAL: SUBCONSULTANTSFEE: PROFESSIONAL FEE TOTAL FEE: $54,391.65 $0.00 $8,108.35 $62,500.00 EXHIBIT B-13 FAYETTEVILLE - DRAKE FIELD HVAC REPLACEMENT FINAL DESIGN WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 D-1 T-1 $72.10 $59.10 $50.55 $41.80 $36.00 $33.60 $26.25 hr hr hr hr hr hr hr 1. Civil Engineering 2.5.1 Final Plans, Specifications, & Engineer's Report Coordination with FAA / City 4 Review of FAA Comments 1 1 Incorporation of FAA Comments 1 2 Final Plans 2 4 Final Engineer's Report 1 1 Final Specifications 1 1 Final Cost Estimate 1 1 Quality Control Review 4 Prepare Bid Documents for Publication 1 4 Subtotal - Civil Engineering 0 16 0 0 10 0 4 2. Mechanical Engineering 2.5.1 Final Plans, Specifications, & Engineer's Report Review of FAA Comments 2 Incorporation of FAA Comments 4 Final Plans 24 24 Final Engineer's Report 2 Final Specifications 4 Final Cost Estimate 2 Quality Control Review 4 Subtotal - Mechanical Engineering 0 42 0 0 0 24 0 3. Electrical Engineering 2.5.1 Final Plans, Specifications, & Engineer's Repo Review of FAA Comments 2 Incorporation of FAA Comments 4 Final Plans 8 12 Final Engineer's Report 2 Final Specifications 4 Final Cost Estimate 2 Quality Control Review 4 Subtotal - Electrical Engineering 0 26 0 0 0 12 0 Hours 84 0 0 10 36 Salary Costs $0.00 $4,964.40 $0.00 $0.00 $360.00 $1,209.60 $105.00 SUBTOTAL - SALARIES: $6,639.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $13,087.46 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $94.57 Postage/Freight/Courier $0.00 Travel Costs $20.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $114.57 SUBTOTAL: SUBCONSULTANTSFEE: PROFESSIONAL FEE TOTAL FEE: $19,841.03 $0.00 $2,958.97 $22,800.00 EXHIBIT B-13 FAYETTEVILLE - DRAKE FIELD HVAC REPLACEMENT BIDDING SERVICES WORK TASK DESCRIPTION E-5 $72.10 hr E-4 $59.10 hr E-3 $50.55 hr E-2 $41.80 hr E-1 $36.00 hr D-1 $33.60 hr T-1 $26.25 hr 1. Civil Engineering Requests for Information 4 2 Addendums 4 2 Pre -Bid Meeting 6 Bid Opening 4 Prepare bid tabulation 1 2 Evaluate bids and recommend award 1 4 FAA Grant Application 2 8 Prepare construction contracts 1 1 4 Subtotal - Civil Engineering 0 23 0 0 19 0 4 2. Mechanical Engineering Requests for Information 4 Addendums 2 Pre -Bid Meeting (Telecon) 2 Subtotal - Mechanical Engineering 0 8 0 0 0 1 0 0 3. Electrical Engineering Requests for Information 2 Addendums 1 Pre -Bid Meeting (Telecon) 2 Subtotal - Electrical Engineering 0 5 0 0 1 0 1 0 0 Hours 0 36 0 0 19 0 4 Salary Costs $0.00 $2,127.60 $0.00 $0.00 $684.00 $0.00 $105.00 SUBTOTAL - SALARIES: $2,916.60 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $5,749.49 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $93.99 Postage/Freight/Courier $20.00 Travel Costs $20.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $133.99 SUBTOTAL: SUBCONSULTANTSFEE: PROFESSIONAL FEE TOTAL FEE: $8,800.08 $0.00 $1,299.91 $10,100.00 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number AIRPORT SERVICES (760) 2020 /Org2 Requestor: Dee McCoy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff requests approval to execute Task Order 13 in the amount of $109,800 with Garver, LLC to complete design and bidding services for the proposed HVAC Replacement in the terminal building at Fayetteville — Drake Field Airport, and to approve a budget adjustment. COUNCIL DATE LEGISTAR FILE ID# 1/21/2020 2019-0986 KeAvbw Spy bnW-*- 1/3/2020 11:40 AM Budget Director TYPE: JOURNAL #: Date D - (City Council) RESOLUTION/ORDINANCE GLDATE: CHKD/POSTED: 1/21/2020 TOTAL Account Number 95,049 95,049 Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub.Detl AT v.20191231 Account Name 5550.760.3960-5314.00 95,049 - 15029 1 EX Professional Services 5550.760.3940-4999.99 - 95,049 RE Use Fund Balance - Current H:\Budget Adjustments\2020_Budget\City Council\01-21-2020\2019-0986 Airport Task Order 13 HVAC.xlsm 1 of 1 Federal Administration Aviation (FAA) Grant City of Fayetteville Staff Review Form 2020-0642 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Summer Fallen 7/28/2020 AIRPORT SERVICES (760) Submitted By Submitted Date Division / Department Action Recommendation: Approval and signature of the Mayor for Airport Services to apply for a Federal Administration Aviation (FAA) grant in the amount of $1,305,778. This grant will be used to fund 90% of the design and construction of a project to perform energy efficiency improvements for the terminal building at Fayetteville -Drake Field Airport. This project will include improvements to the facility's HVAC system, heating system, and window replacement. Signature of the Mayor is required on pages: 10, 21, 24, 28, 31, 34, 36,37 and 60. Budget Impact: 5550.760.3960-5801.00 Airport Account Number Fund 32002.2020 Airport Improved Terminal Building Project Number Project Title Budgeted Item? NA Current Budget $ - Funds Obligated $ - Current Balance 5 Does item have a cost? NA Item Cost Budget Adjustment Attached? NA Budget Adjustment Remaining Budget V20180321 Purchase Order Number: Previous Ordinance or Resolution # 28.20 Change Order Number: Approval Date: 07/31/2020 Original Contract Number: Comments: CITY OF FAYETTEVILLE r4ff ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff FROM: Summer Fallen, Airport Services Manager DATE: July 28, 2020 STAFF MEMO SUBJECT: FVV Improve Terminal Building (Energy Efficiency Improvements) — FAA Grant Application RECOMMENDATION: Staff requests that the Mayor allow the Aviation Division to apply for a Federal Aviation Administration (FAA) grant in the amount of $1,305,778 to fund 90% of the design and construction of a project to perform energy efficiency improvements for the terminal building at Fayetteville — Drake Field Airport. This project will include improvements to the facility's HVAC system, heating system, and window replacement. BACKGROUND: The HVAC in the terminal building at Fayetteville — Drake Field Airport is original to the building, which was constructed in 1978. Since that time, the terminal building has underdone numerous renovations including, but not limited to repurposing of the baggage handling area into a meeting room, removal of the commercial kitchen and restaurant, addition of a pilot lounge, and the enclosure of a large portion of the original open lobby to make additional offices for airport personnel and outside business which moved into the facility. These renovations have led to an inefficient patchwork HVAC system with outdated controls. In 2017, the Airport Division received a Federal Aviation Administration (FAA) grant to perform an energy assessment of the terminal building. The assessment recommended replacement of both the HVAC system and the boilers in the terminal building. In 2018, the Airport Division received an Arkansas Department of Aeronautics (ADA) grant to replace the boiler system. In the same year, the Airport Division also updated the Airport's five-year Capital Improvements Plan (CIP) with the FAA to include a full replacement of the HVAC system in the terminal building, including ductwork and controls. On November 22, 2019, Fayetteville — Drake Field was selected by the FAA to receive supplemental appropriation in the amount of $1,125,000 for the proposed HVAC Replacement project. This funding was outside of the typical FAA funding allowances, and Fayetteville — Drake Field was one of only 133 Airports in the US to receive the grant. The Airport entered into an agreement with Garver, LLC for the design of the project, and bids were procured on July 8, 2020. DISCUSSION: Upon receipt of the bids, the Aviation Division met with the FAA to determine if additional funding would be available in excess of the announced $1.125M funds in order to fund all bid alternatives. The FAA responded back to the Aviation Division requesting an FAA Grant Application for the full amount of the received bids, including all alternatives. Upon receipt of an FAA grant offer from the FAA, the Airport Division will seek approval from Council to execute the grant offer, execute a construction contract with the lowest responsive and responsible bidder, and execute a construction phase services task order with Garver. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 In addition to the FAA grant funding, the Airport will also submit a grant application to the Arkansas Department of Aeronautics (ADA) for the remaining 10% of the project costs at the completion of the project. The only costs that will be attributed to the City for this project is $8,909.00 which represents the costs for non -FAA eligible Contractor insurance. Below is a summary of the anticipated costs and funding breakdown for each upcoming grant. Administration and Other Costs: $5,000.00 Garver Task Order 13 (Design and Bidding)*: $109,800.00 FAA: $1,305,778.00 Garver Task Order 14 (Construction Phase Services): $55,000.00 ADA: $145,086.00 Construction Contract (C.R. Crawford) $1,289,973.00 City: $8,909.00 TOTAL: $1,459,773.00 TOTAL: $1,459,773.00 *Previously approved by the City. BUDGET/STAFF IMPACT: No budget or staff impacts at this time. Upon receipt of an FAA Grant Offer, the Airport Division will seek approval from Council to execute the grant offer, execute a construction contract with the lowest responsive and responsible bidder, execute a construction phase services task order with Garver, and budget adjustment. Attachments: Staff Review Form Staff Memo FAA Grant Application Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 t TP h w N 1 IR aam: x R� s. Construction Grant Application Fayetteville — Drake Field (FYV) Improve Terminal Building AIP No. 3-05-0020-047-2020 r- .r .. Prepared For: City of Fayetteville and Fayetteville — Drake Field Airport (FYV) July 2020 GarverUSA.com CITY OF FAYETTEVILLE ARKANSAS July 28, 2020 Federal Aviation Administration Attn: Mr. Olufemi Adeoye 10101 Hillwood Parkway Fort Worth, TX 76177 Re. Fayetteville — Drake Field FYV Improve Terminal Building - Energy Efficiency Improvements FAA Grant Application (3-05-0020-047-2020) Dear Mr. Adeoye Bids were digitally received for the "FYV Improve Terminal Building" project through the City's on-line bidding software, Bonfire, at 2:00 pm on Wednesday, July 8, 2020. Garver has reviewed the bid proposal for compliance with the "Instructions to Bidders". This information includes the following: + Insurance Coverages (Current Automobile and Liability Insurance) + Bid Bond -F Proposal (Including Unit Price Schedule) • Statement of Bidder's Qualifications • List of Proposed Subcontractors • DBE Participation Reporting + Bidder Certification Form A total of 2 bids were received on the project. C.R. Crawford Construction, LLC submitted the low bid for the project in the amount of $1,289,973.00 for the Base Bid. The Engineer's Opinion of Probable Cost was $1,365,000.00 for the Base Bid. Three deductive altemates were included for the Bid Schedule for additional repairs to the terminal building. After review, it was decided to not move forward with awarding any of the deductive alternates. Based on Garver's review, we believe that the base bid submitted by C.R. Crawford Construction, LLC represents a good value for Fayetteville — Drake Field. Therefore, we request your concurrence in awarding the "FYV Improve Terminal Building" contract to C.R. Crawford Construction, LLC. Please call me if you have any questions. Sincerely, A4�/ 'U\,-/ Summer Fallen Airport Services Manager City of Fayetteville Attachments: Recommendation of Award Application for Federal Assistance (SF-424) FAA Form 5100-100 Project Budget Sponsor Certifications Record of Negotiations Approved Engineering Contracts Exhibit A (Airport Property Map) 4300 South JB. Hunt Drive Suite 240 Rogers, AR 72758 TEL 479.257.9188 www.GarverUSA.com July 28, 2020 Mrs. Summer Fallen City of Fayetteville 4500 S School Avenue, Suite F Fayetteville, AR 72701 Re: Fayetteville — Drake Field FYV Improve Terminal Building Recommendation of Award Dear Mrs. Fallen: Bids were received digitally for the "FYV Improve Terminal Building" through the City's on-line bidding software, Bonfire, at 2:00 pm on Wednesday, July 8, 2020. The bids have been checked for accuracy and for compliance with the contract documents. A tabulation of the bids received is enclosed with this letter. A total of 2 bids were received on the project. C.R. Crawford Construction, LLC submitted the low bid for the project in the amount of $1,289,973.00 for the Base Bid. The Engineer's Opinion of Probable Cost was $1,365,000.00 for the Base Bid. Three deductive alternates were included for the Bid Schedule for additional repairs to the terminal building. After review, we recommend not moving forward with awarding any of the deductive alternates. We believe that the base bid submitted by C.R. Crawford Construction, LLC represents a good value for Fayetteville — Drake Field. Contingent upon award of an FAA grant and City Council approval, we recommend that the construction contract for the "FVY Improve Terminal Building" project be awarded to C.R. Crawford Construction, LLC. Please call me if you have any questions. Sincerely, GARVER �6L / MM10i,� Adam White, PE Project Manager Attachments: Bid Tabulation FAYETTEVILLE - DRAKE FIELD AIRPORT IMPROVE TERMINAL BUILDING - ENERGY EFFICIENCY IMPROVEMENTS BID TABULATION BID OPENING: July 8, 2020; 2:00 PM BASE BID ITEM SPEC. NO. NO. DESCRIPTION 1 ALL DIVISIONS Improve Terminal Building 2 010700 / 010720 Bonds 3 SP-C-01 Insurance 4 230800 HVAC Commissioning 5 N/A Ceiling Grid Repairs 6 N/A Wall Patching, Repairs. and Painting DEDUCTIVE ALTERNATES ENGINEER'S ESTIMATE C.R. Crawford Construction Center Point Contractors, Inc. ESTIMATED UNIT UNIT UNIT UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT LS 1 $1,200,000.00 $1.200,000.00 $1,153,182.00 $1,153,182.00 $1.753,333.00 $1,753.333.00 LS 1 $15,000.00 $15,000.00 $9,603.00 $9.603.00 $68.999.00 $68,999.00 LS 1 $25,000.00 $25.000.00 $8.908.00 $8,908.00 $0.00 $0.00 LS 1 $30,000.00 $30,000.00 $25,270.00 $25.270.00 $115,250.00 $115,250.00 SF 9,000 $5.00 $45.000.00 $3.89 $35,010.00 $22.73 $204,570.00 SF 500 $100.00 $50.000.00 $116.00 $58,000.00 $409.25 $204.625.00 Total Base Bid $1,365,000.00 $1,289,973.00 $2,346,777.00 7 235216 Remove Work Item for New Boiler LS 1 (50,000.00) 8 N/A Remove Work Item for New Ceiling Tiles in LS 1 (50,000.00) Atrium 9 088000 Remove Work Item for Window Glazing LS 1 (150,000.00) Replacement Total Base Bid + Deductive Alterante 1 Total Base Bid + Deductive Alterantes 1 & 2 Total Base Bid + Deductive Alterantes 1, 2, &3 ($50,000.00) (45,000.00) ($45,000.00) (30.745.00) ($30,745.00) ($50,,000.00) (25,000.00) ($25,000.00) (37,973.00) ($37,973.00) ($150,000.00) (105,000.00) ($105,000.00) (123.045.00) ($123,045.00) $1,315,000.00 $1,244,973.00 $ 2,316,032.00 $1,265,000.00 $1,219,973.00 $ 2,278,059.00 $1,115,000.00 $1,114,973.00 $2,155,014.00 OMB Number: 4040-0004 Expiration Date: 10/31/2019 Application for Federal Assistance SF-424 1. Type of Submission: Preapplication ® Application ❑ Changed/Corrected Application 2. Type of Application: ' If Revision, select appropriate letter(s): ® New Continuation ' Other (Specify): ❑ Revision 3. Date Received: 4. Applicant Identifier: FYV 5a. Federal Entity Identifier: 51b. Federal Award Identifier: 3-125-CCH-C47-2C2C State Use Only: 6. Date Received by State: 7. State Application Identifier: 8. APPLICANT INFORMATION: a. Legal Name: City of Fayettevi__e b. Employer/Taxpayer Identification Number (EIN/TIN): ' c. Organizational DUNS: 1343989030000 71-6018462 d. Address: Streetl: 4500 S School Avenue Street2: Suite F ' City: Fayetteville County/Parish: Washington ' State: AR: Arkansas Province: 'Country: USA: JNI^ED SATES ' Zip / Postal Code: 7 2 7 C-- d C- 6 e. Organizational Unit: Department Name: Division Name: Aviation 'ransportation f. Name and contact information of person to be contacted on matters involving this application: Prefix: Y ` First Name: Summer Middle Name: ' Last Name: Faiien Suffix: Title: Airport Manager Organizational Affiliation: City of Fayetteville Aviation Division, Drake Field, KFYV Telephone Number: 479-7_E-7642 Fax Number: 479-718-7646 'Email: sfalien@fayetteviiie-ar.gov Application for Federal Assistance SF-424 ' 9. Type of Applicant 1: Select Applicant Type: C: City or mownship Government Type of Applicant 2: Select Applicant Type: Type of Applicant 3: Select Applicant Type: ' Other (specify): ' 10. Name of Federal Agency: .ederal Aviation Administration (FAA) 11. Catalog of Federal Domestic Assistance Number: 20.106 CFDA Title: Airport Improvement Program 12. Funding Opportunity Number: N/A ' Title: N/A 13. Competition Identification Number: N/A Title: N/A 14. Areas Affected by Project (Cities, Counties, States, etc.): Add Attachment Delete Attachment View Attachment ' 15. Descriptive Title of Applicant's Project: rV Improve Terminal Building Attach supporting documents as specified in agency instructions. Add Attachments Delete Attachments View Attachments i Application for Federal Assistance SF-424 16. Congressional Districts Of: ' a. Applicant AR-CC3 ' b. Program/Project AR-003 Attach an additional list of Program/Project Congressional Districts if needed. Add Attachment Delete Attachment View Attachment 17. Proposed Project: ' a. Start Date: C9/C1/2C2C * b. End Date: C4/3C/2C-= 18. Estimated Funding (S): a. Federal 1, 3C5, 778. CC * b. Applicant 8,909.001 `c. State 145, 086.00 d. Local 0.00 ` e. Other 0.0 0 `f. Program Income 0.00 'g.TOTAL=,459,773.00 ' 19. Is Application Subject to Review By State Under Executive Order 12372 Process? ® a. This application was made available to the State under the Executive Order 12372 Process for review on 07/31 /2020 ❑ b. Program is subject to E.O. 12372 but has not been selected by the State for review. c. Program is not covered by E.O. 12372. * 20. Is the Applicant Delinquent On Any Federal Debt? (If "Yes," provide explanation in attachment.) Yes ® No If "Yes", provide explanation and attach Add Attachment Delete Attachment I View Attachment 21. *By signing this application, I certify (1) to the statements contained in the list of certifications" and (2) that the statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances** and agree to comply with any resulting terms if I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 218, Section 1001) ® "IAGREE '* The list of certifications and assurances, or an internet site where you may obtain this list, is contained in the announcement or agency specific instructions. Authorized Representative: Prefix: Honorable * First Name: Lioneld Middle Name: ' Last Name: Jordan Suffix: Title: Yiayor, City of Fayetteville Telephone Number: 479-575-8330 FaxNumber: 4;,-L, �-8257 'Email: ljordan@fayetteville-ar.gov Signature of Authorized Representative: Date Signed: —� U U.S. Department of Transportation Nv Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Application for Federal Assistance (Development and Equipment Projects) PART II — PROJECT APPROVAL INFORMATION Part II - SECTION A The term "Sponsor" refers to the applicant name provided in box 8 of the associated SF-424 form. Item 1. Does Sponsor maintain an active registration in the System for Award Management 0 Yes ❑ No (www.SAM.gov)? Item 2. Can Sponsor commence the work identified in the application in the fiscal year the 0 Yes ❑ No ❑ N/A grant is made or within six months after the grant is made, whichever is later? Item 3. Are there any foreseeable events that would delay completion of the project? If yes, ❑ Yes ❑X No ❑ N/A provide attachment to this form that lists the events. Item 4. Will the project(s) covered by this request have impacts or effects on the environment that require mitigating measures? If yes, attach a summary listing of ❑ Yes 0 No ❑ N/A mitigating measures to this application and identify the name and date of the environmental document(s). Item 5. Is the project covered by this request included in an approved Passenger Facility ❑ Yes 0 No ❑ N/A Charge (PFC) application or other Federal assistance program? If yes, please identify other funding sources by checking all applicable boxes. ❑ The project is included in an approved PFC application. If included in an approved PFC application, does the application only address AIP matching share? ❑ Yes ❑ No ❑ The project is included in another Federal Assistance program. Its CFDA number is below. Item 6. Will the requested Federal assistance include Sponsor indirect costs as described in ❑ Yes 0 No ❑ N/A 2 CFR Appendix VII to Part 200, States and Local Government and Indian Tribe Indirect Cost Proposals? If the request for Federal assistance includes a claim for allowable indirect costs, select the applicable indirect cost rate the Sponsor proposes to apply: ❑ De Minimis rate of 10% as permitted by 2 CFR § 200.414. ❑ Negotiated Rate equal to % as approved by (the Cognizant Agency) on (Date) (2 CFR part 200, appendix VII). Note: Refer to the instructions for limitations of application associated with claiming Sponsor indirect costs. FAA Fonn 5100-100 (3/16) SUPERSEDES PREVIOUS EDITION Page 1 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 8/31/2019 PART II - SECTION B Certification Regarding Lobbying The declarations made on this page are under the signature of the authorized representative as identified in box 21 of form SF-424, to which this form is attached. The term "Sponsor" refers to the applicant name provided in box 8 of the associated SF-424 form. The Authorized Representative certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Sponsor, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the Authorized Representative shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The Authorized Representative shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. FAA Form 5100-100 (3/16) SUPERSEDES PREVIOUS EDITION Page 2 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 8/31/2019 PART II — SECTION C The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use — The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: The Sponsor has adopted Drake Field Ordinance 2607, which regulates and restricts all land use activities in the vicinity of Fayetteville - Drake Field. Adopted January 20, 1980 and as amended. 2. Defaults — The Sponsor is not in default on any obligation to the United States or any agency of the United States Government relative to the development, operation, or maintenance of any airport, except as stated herewith: None 3. Possible Disabilities — There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of the Grant Assurances, either by limiting its legal or financial ability or otherwise, except as follows: None 4. Consistency with Local Plans — The project is reasonably consistent with plans existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. True 5. Consideration of Local Interest — It has given fair consideration to the interest of communities in or near where the project may be located. True 6. Consultation with Users — In making a decision to undertake an airport development project under Title 49, United States Code, it has consulted with airport users that will potentially be affected by the project (§ 47105(a)(2)). True 7. Public Hearings — In projects involving the location of an airport, an airport runway or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. N/A 8. Air and Water Quality Standards — In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable and air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. N/A FAA Form 5100-100 (3/16) SUPERSEDES PREVIOUS EDITION Page 3 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 8/31/2019 PART II — SECTION C (Continued) 9. Exclusive Rights — There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the Sponsor except as follows: None 10. Land — (a) The sponsor holds the following property interest in the following areas of land, which are to be developed or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A". [1] The sponsor holds all property as shown on the most recent update to the airport's master plan and the attached Exhibit A. The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A". (1] N/A (c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction work under the Project, the following property interest in the following areas of land which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit "A". [1] N/A ' State the character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. FAA Form 5100-100 (3/16) SUPERSEDES PREVIOUS EDITION Page 4 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 8/31/2019 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A — GENERAL 1. Federal Domestic Assistance Catalog Number: 20.106 2. Functional or Other Breakout: 3-05-0020-047-2020 SECTION B — CALCULATION OF FEDERAL GRANT Cost Classification Latest Approved Amount (Use only for revisions) Adjustment + or (-) Amount (Use only for revisions Total Amount Required 1. Administration expense $ 5,000 2. Preliminary expense 3. Land, structures, right-of-way 4. Architectural engineering basic fees 109,800 5. Other Architectural engineering fees 6. Project inspection fees 55,000 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal 11. Construction and project improvement 1,289,973 12. Equipment 13. Miscellaneous 14. Subtotal (Lines 1 through 13) $ 1,459,773 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 1,459,773 17. Less: Ineligible Exclusions (Section C, line 23 g.) 8,908 18. Subtotal (Lines 16 through 17) $ 1,450,865 19. Federal Share requested of Line 18 1,305,778 20. Grantee share 8,909 21. Other shares 145,086 22. TOTAL PROJECT (Lines 19, 20 & 21) $ 1,459,773 FAA Form 5100-100 (3/16) SUPERSEDES PREVIOUS EDITION Page 5 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 8/31/2019 SECTION C — EXCLUSIONS 23. Classification (Description of non -participating work) Amount Ineligible for Participation a. Insurance $ 8,908 b. C. d. e. f. g. Total $ 8,908 SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 24. Grantee Share — Fund Categories Amount a. Securities b. Mortgages c. Appropriations (by Applicant) d. Bonds e. Tax Levies f. Non -Cash g. Other (Explain): h. TOTAL - Grantee share $ 8,908 25. Other Shares Amount a. State 145,086 b. Other c. TOTAL - Other Shares $ 153,995 26. TOTAL NON-FEDERAL FINANCING $ 153,995 SECTION E — REMARKS (Attach sheets if additional space is required) The Sponsor will cover the remaining 10% of AIP-eligible cost using the Arkansas Division of Aeronautics Grant. The remaining portion will be paid by the City. FAA Form 5100-100 (3/16) SUPERSEDES PREVIOUS EDITION Page 6 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 8/31/2019 PART IV — PROGRAM NARRATIVE (Suggested Format) PROJECT: FYV Improve Terminal Building AIRPORT: Fayetteville - Drake Field 1. Objective: Improve the energy efficiency of the terminal building by removing and replacing the current HVAC system, removing and replacing an electrical power panel, performing partial replacements of windows, replacing the old water boiler, and replacing ceiling tiles. 2. Benefits Anticipated: The terminal building will be served by an HVAC system designed to meet the latest local and state adopted building codes and energy guidelines increasing energy efficiency. Also, window replacement could lead to energy savings reaching 3-5%. 3. Approach: (See approved Scope of Work in Final Application) 1. Remove all existing HVAC related equipment, ductwork, piping, controls, and appurtenances except for the existing newly installed condensing hot water boiler. 2. Remove existing kitchen hood. 3. Cap all existing floor louvers. 4. Cap and abandon existing underground ductwork. Install sump pump to keep are free of water. 5. Install (2) new VAV air handlers to serve the conditioned areas of the building. 6. Install a new air-cooled high efficiency chiller to provide chilled water cooling for the entire building. 7. Install a new variable speed heating water pump to distribute heating water from the hot water boiler to equipment. 8. Install new ductwork and VAV terminal units with hot water reheat throughout the building to feed all conditioned spaces. 9. Install new digital control system to monitor and control the new HVAC equipment and systems. 10. Install new hot water unit heaters for utility and typically unoccupied areas. 11. Provide new exhaust fans. 12. Separate airport administration offices from the terminal atrium by extending the existing partial wall to the ceiling. 13. Remove and replace electrical panel and all associated circuits. 14. Perform window replacement. 15. Replace ceiling tiles to achieve uniformity. 4. Geographic Location: FYV Terminal Building, Fayetteville - Drake Field, Fayetteville, AR 5. If Applicable, Provide Additional Information: N/A 6. Sponsor's Representative: (include address & telephone number) Summer Fallen, Airport Services Manager City of Fayetteville Aviation Division, Fayetteville - Drake Field Fayetteville, AR 72701 (479) 718-7642 FAA Form 5100-100 (3/16) SUPERSEDES PREVIOUS EDITION Page 7 of 7 FAYETTEVILLE - DRAKE FIELD AIRPORT IMPROVE TERMINAL BUILDING - ENERGY EFFICIENCY IMPROVEMENTS AS -BID BUDGET ITEM SPEC. ESTIMATED UNIT EXTENDED NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 ALL DIVISIONS Improve Terminal Building LS 1 $1,153,182.00 $1.153.182.00 2 010700 / 010720 Bonds LS 1 $9,603.00 $9.603.00 3 SP-C-01 Insurance LS 1 $8,908.00 $8.908.00 4 230800 HVAC Commissioning LS 1 $25,270.00 $25.270.00 5 N/A Ceiling Grid Repairs SF 9,000 $3.89 $35,010.00 6 N/A Wall Patching, Repairs, and Painting SF 500 $116.00 $58,000.00 TOTAL ESTIMATED CONSTRUCTION COST (BASE BID) $1,289,973.00 7 235216 Remove Work Item for New Boiler LS 1 ($45,000.00) 8 N/A Remove Work Item for New Ceiling Tiles in LS 1 ($25,000.00) Atrium 9 088000 Remove Work Item for Window Glazing LS 1 ($105,000.00) Replacement TOTAL ESTIMATED CONSTRUCTION COST (BASE BID; NO DEUDCTIVE ALTERNATES TAKEN) ($45,000.00) ($25,000.00) ($105,000.00) $1,289,973.00 ADMINISTRATION EXPENSES $5,000.00 GARVER TASK ORDER (DESIGN) $109,800.00 GARVER TASK ORDER (CONSTRUCTION) $55,000.00 TOTAL ESTIMATED PROJECT COST $1 459 773.00 NON-AIP ELIGIBLE ITEMS UNIT EST. QTY UNIT PRICE AMOUNT 3 SP-C-01 Insurance LS 1 $8,908.00 $8.908.00 TOTAL ESTIMATED PROJECT COST AIP ELIGIBLE $1 460 865.00 PROJECT FUNDING FEDERAL AVIATION ADMINITRATION (90%) $1,305,778.03 ARKANSAS DEPARTMENT OF AERONAUTICS (10%) $145,086.00 CITY OF FAYETTEVILLE REMAINDER $8,909.00 TOTAL FUNDING $1,459,773.05 GARNER I, U.S. Department of Transportation r Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Construction Project Final Acceptance Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-047-2020 Description of Work: FYV Improve Terminal Building Application 49 USC § 47105(d), authorizes the Secretary to require me certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program. General standards for final acceptance and close out of federally funded construction projects are in 2 CFR § 200.343 — Closeout and supplemented by FAA Order 5100.38. The sponsor must determine that project costs are accurate and proper in accordance with specific requirements of the grant agreement and contract documents. Certification Statements Except for certification statements below marked not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgment and confirmation of the certification statement. The term "will" means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1. The personnel engaged in project administration, engineering supervision, project inspection, and acceptance testing were or will be determined to be qualified and competent to perform the work (Grant Assurance). ❑X Yes ❑ No ❑ N/A 2. Construction records, including daily logs, were or will be kept by the resident engineer/construction inspector that fully document contractor's performance in complying with: a. Technical standards (Advisory Circular (AC) 150/5370-12); b. Contract requirements (2 CFR part 200 and FAA Order 5100.38); and c. Construction safety and phasing plan measures (AC 150/5370-2). Q Yes ❑ No ❑ N/A 3. All acceptance tests specified in the project specifications were or will be performed and documented. (AC 150/5370-12). Q Yes ❑ No ❑ N/A FAA Form 5100-129 (1/17) SUPERSEDES PREVIOUS EDITION page 1 of 3 4. Sponsor has taken or will take appropriate corrective action for any test result outside of allowable tolerances (AC 150/5370-12). Q Yes ❑ No ❑ N/A 5. Pay reduction factors required by the specifications were applied or will be applied in computing final payments with a summary made available to the FAA (AC 150/5370-10). 0 Yes ❑ No ❑ N/A 6. Sponsor has notified, or will promptly notify the Federal Aviation Administration (FAA) of the following occurrences: a. Violations of any federal requirements set forth or included by reference in the contract documents (2 CFR part 200); b. Disputes or complaints concerning federal labor standards (29 CFR part 5); and c. Violations of or complaints addressing conformance with Equal Employment Opportunity or Disadvantaged Business Enterprise requirements (41 CFR Chapter 60 and 49 CFR part 26). Q Yes ❑ No ❑ N/A 7. Weekly payroll records and statements of compliance were or will be submitted by the prime contractor and reviewed by the sponsor for conformance with federal labor and civil rights requirements as required by FAA and U.S. Department of Labor (29 CFR Part 5). 0 Yes ❑ No ❑ N/A 8. Payments to the contractor were or will be made in conformance with federal requirements and contract provisions using sponsor internal controls that include: a. Retaining source documentation of payments and verifying contractor billing statements against actual performance (2 CFR § 200.302 and FAA Order 5100.38); b. Prompt payment of subcontractors for satisfactory performance of work (49 CFR § 26.29); c. Release of applicable retainage upon satisfactory performance of work (49 CFR § 26.29); and d. Verification that payments to DBEs represent work the DBE performed by carrying out a commercially useful function (49 CFR §26.55). X❑ Yes ❑ No ❑ N/A 9. A final project inspection was or will be conducted with representatives of the sponsor and the contractor present that ensure: a. Physical completion of project work in conformance with approved plans and specifications (Order 5100.38); b. Necessary actions to correct punch list items identified during final inspection are complete (Order 5100.38); and c. Preparation of a record of final inspection and distribution to parties to the contract (Order 5100.38); 0 Yes ❑ No ❑ N/A 10. The project was or will be accomplished without material deviations, changes, or modifications from approved plans and specifications, except as approved by the FAA (Order 5100.38). 0 Yes ❑ No ❑ N/A FAA Form 5100-129 (1/17) SUPERSEDES PREVIOUS EDITION page 2 of 3 11. The construction of all buildings have complied or will comply with the seismic construction requirements of 49 CFR § 41.120. ❑ Yes ❑ No 0 N/A 12. For development projects, sponsor has taken or will take the following close-out actions: a. Submit to the FAA a final test and quality assurance report summarizing acceptance test results, as applicable (Grant Condition); b. Complete all environmental requirements as established within the project environmental determination (Oder 5100.38); and c. Prepare and retain as -built plans (Order 5100.38). Q Yes ❑ No ❑ N/A 13. Sponsor has revised or will revise their airport layout plan (ALP) that reflects improvements made and has submitted or will submit an updated ALP to the FAA no later than 90 days from the period of performance end date. (49 USC § 47107 and Order 5100.38). ❑ Yes ❑ No ❑X N/A Attach documentation clarifying any above item marked with "No" response. Sponsor's Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked "no" is correct and complete. Executed on this day of , Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: The Honorable Lioneld Jordan Title of Sponsor's Authorized Official: Mayor Signature of Sponsor's Authorized Official: I declare under penalty of perjury that M foregoi is true a correct. I understand that knowingly and willfully providing false information to the federal vern nt is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-129 (1/17) SUPERSEDES PREVIOUS EDITION page 3 of 3 �1 U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 Federal Aviation Administration EXPIRATION DATE: 8/31/2019 Drug -Free Workplace Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-047-2020 Description of Work: FYV Improve Terminal Building Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug -free workplace within federal grant programs are described in 2 CFR part 182. Sponsors are required to certify they will be, or will continue to provide, a drug -free workplace in accordance with the regulation. The AIP project grant agreement contains specific assurances on the Drug -Free Workplace Act of 1988. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and confirmation of the certification statement. The term "will" means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1. A statement has been or will be published prior to commencement of project notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition (2 CFR § 182.205). ❑x Yes ❑ No ❑ N/A 2. An ongoing drug -free awareness program (2 CFR § 182.215) has been or will be established prior to commencement of project to inform employees about: a. The dangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug -free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. x❑ Yes ❑ No ❑ N/A FAA Form 5100-130 (1/17) SUPERSEDES PREVIOUS EDITION Page 1 of 3 3. Each employee to be engaged in the performance of the work has been or will be given a copy of the statement required within item 1 above prior to commencement of project (2 CFR § 182.210). ❑x Yes ❑ No ❑ N/A 4. Employees have been or will be notified in the statement required by item 1 above that, as a condition employment under the grant (2 CFR § 182.205(c)), the employee will: a. Abide by the terms of the statement; and b. Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. ❑x Yes ❑ No ❑ N/A 5. The Federal Aviation Administration (FAA) will be notified in writing within 10 calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction (2 CFR § 182.225). Employers of convicted employees must provide notice, including position title of the employee, to the FAA (2 CFR § 182.300). ❑x Yes ❑ No ❑ N/A 6. One of the following actions (2 CFR § 182.225(b)) will be taken within 30 calendar days of receiving a notice under item 4b above with respect to any employee who is so convicted: a. Take appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; and b. Require such employee to participate satisfactorily in drug abuse assistance or rehabilitation programs approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency. ❑x Yes ❑ No ❑ N/A 7. A good faith effort will be made, on a continuous basis, to maintain a drug -free workplace through implementation of items 1 through 6 above (2 CFR § 182.200). ❑x Yes ❑ No ❑ N/A Site(s) of performance of work (2 CFR § 182.230): Location 1 Name of Location: Fayetteville - Drake Field Address: 4500 S. School Ave Ste F, Fayetteville, AR 72701 Location 2 (if applicable) Name of Location: Address: Location 3 (if applicable) Name of Location: Address: FAA Form 5100-130 (1/17) SUPERSEDES PREVIOUS EDITION Page 2 of 3 Attach documentation clarifying any above item marked with a "No" response. Sponsor's Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked "no" is correct and complete. Executed on this day of Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: The HonoraLA Lioneld Jordan Title of Sponsor's Authorized Official: Mayor Signature of Sponsor's Authorized I declare under penalty of perjury that the foreg 'ng is tr nd correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-130 (1/17) SUPERSEDES PREVIOUS EDITION Page 3 of 3 1 U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 Federal Aviation Administration EXPIRATION DATE: 8/31/2019 Equipment and Construction Contracts Airport Improvement Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-047-2020 Description of Work: FYV Improve Terminal Building Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General procurement standards for equipment and construction contracts within Federal grant programs are described in 2 CFR §§ 200.317-200.326. Labor and Civil Rights Standards applicable to the AIP are established by the Department of Labor (www.dol.gov) AIP Grant Assurance CA —General Federal Requirements identifies all applicable Federal Laws, regulations, executive orders, policies, guidelines and requirements for assistance under the AIP. Sponsors may use state and local procedures provided the procurement conforms to these federal standards. This certification applies to all equipment and construction projects. Equipment projects may or may not employ laborers and mechanics that qualify the project as a "covered contract' under requirements established by the Department of Labor requirements. Sponsor shall provide appropriate responses to the certification statements that reflect the character of the project regardless of whether the contract is for a construction project or an equipment project. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and confirmation of the certification statement. The term "will' means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. A written code or standard of conduct is or will be in effect prior to commencement of the project that governs the performance of the sponsor's officers, employees, or agents in soliciting, awarding and administering procurement contracts (2 CFR § 200.318). 0 Yes ❑ No ❑ N/A FAA Form 5100-131 (4/19) SUPERSEDES PREVIOUS EDITION Page 1 of 4 2. For all contracts, qualified and competent personnel are or will be engaged to perform contract administration, engineering supervision, construction inspection, and testing (Grant Assurance C.17). 0 Yes ❑ No ❑ N/A 3. Sponsors that are required to have a Disadvantage Business Enterprise (DBE) program on file with the FAA have included or will include clauses required by Title VI of the Civil Rights Act and 49 CFR Part 26 for Disadvantaged Business Enterprises in all contracts and subcontracts. p Yes ❑ No ❑ N/A 4. Sponsors required to have a DBE program on file with the FAA have implemented or will implement monitoring and enforcement measures that: a. Ensure work committed to Disadvantaged Business Enterprises at contract award is actually performed by the named DBEs (49 CFR § 26.37(b)); b. Include written certification that the sponsor has reviewed contract records and has monitored work sites for performance by DBE firms (49 CFR § 26.37(b)); and c. Provides for a running tally of payments made to DBE firms and a means for comparing actual attainments (i.e. payments) to original commitments (49 CFR § 26.37(c)). 0 Yes ❑ No ❑ N/A 5. Sponsor procurement actions using the competitive sealed bid method (2 CFR § 200.320(c)). was or will be: a. Publicly advertised, allowing a sufficient response time to solicit an adequate number of interested contractors or vendors; b. Prepared to include a complete, adequate and realistic specification that defines the items or services in sufficient detail to allow prospective bidders to respond; c. Publicly opened at a time and place prescribed in the invitation for bids; and d. Prepared in a manner that result in a firm fixed price contract award to the lowest responsive and responsible bidder. ❑x Yes ❑ No ❑ N/A 6. For projects the Sponsor proposes to use the competitive proposal procurement method (2 CFR § 200.320(d)), Sponsor has requested or will request FAA approval prior to proceeding with a competitive proposal procurement by submitting to the FAA the following: a. Written justification that supports use of competitive proposal method in lieu of the preferred sealed bid procurement method; b. Plan for publicizing and soliciting an adequate number of qualified sources; and c. Listing of evaluation factors along with relative importance of the factors. p Yes ❑ No ❑ N/A 7. For construction and equipment installation projects, the bid solicitation includes or will include the current federal wage rate schedule(s) for the appropriate type of work classifications (2 CFR Part 200, Appendix II). p Yes ❑ No ❑ N/A FAA Form 5100-131 (4/19) SUPERSEDES PREVIOUS EDITION Page 2 of 4 8. Concurrence was or will be obtained from the Federal Aviation Administration (FAA) prior to contract award under any of the following circumstances (Order 5100.38D): a. Only one qualified person/firm submits a responsive bid; b. Award is to be made to other than the lowest responsible bidder; and c. Life cycle costing is a factor in selecting the lowest responsive bidder. ❑x Yes ❑ No ❑ N/A 9. All construction and equipment installation contracts contain or will contain provisions for: a. Access to Records (§ 200.336) b. Buy American Preferences (Title 49 U.S.C. § 50101) c. Civil Rights - General Provisions and Title VI Assurances( 41 CFR part 60) d. Federal Fair Labor Standards (29 U.S.C. § 201, et seq) e. Occupational Safety and Health Act requirements (20 CFR part 1920) f. Seismic Safety — building construction (49 CFR part 41) g. State Energy Conservation Requirements - as applicable(2 CFR part 200, Appendix II) h. U.S. Trade Restriction (49 CFR part 30) i. Veterans Preference (49 USC § 47112(c)) ❑x Yes ❑ No ❑ N/A 10. All construction and equipment installation contracts exceeding $2,000 contain or will contain the provisions established by: a. Davis -Bacon and Related Acts (29 CFR part 5) b. Copeland "Anti -Kickback" Act (29 CFR parts 3 and 5) p Yes ❑ No ❑ N/A 11. All construction and equipment installation contracts exceeding $3,000 contain or will contain a contract provision that discourages distracted driving (E.O. 13513). 0 Yes ❑ No ❑ N/A 12. All contracts exceeding $10,000 contain or will contain the following provisions as applicable: a. Construction and equipment installation projects - Applicable clauses from 41 CFR Part 60 for compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity; b. Construction and equipment installation - Contract Clause prohibiting segregated facilities in accordance with 41 CFR part 60-1.8; c. Requirement to maximize use of products containing recovered materials in accordance with 2 CFR § 200.322 and 40 CFR part 247; and d. Provisions that address termination for cause and termination for convenience (2 CFR Part 200, Appendix II). p Yes ❑ No ❑ N/A FAA Form 5100-131 (4/19) SUPERSEDES PREVIOUS EDITION Page 3 of 4 13. All contracts and subcontracts exceeding $25,000.- Measures are in place or will be in place (e.g. checking the System for Award Management) that ensure contracts and subcontracts are not awarded to individuals or firms suspended, debarred, or excluded from participating in federally assisted projects (2 CFR parts 180 and 1200). ❑x Yes ❑ No ❑ N/A 14. Contracts exceeding the simplified acquisition threshold (currently $250,000) include or will include provisions, as applicable, that address the following: a. Construction and equipment installation contracts - a bid guarantee of 5%, a performance bond of 100%, and a payment bond of 100% (2 CFR § 200.325); b. Construction and equipment installation contracts - requirements of the Contract Work Hours and Safety Standards Act (40 USC 3701-3708, Sections 103 and 107); c. Restrictions on Lobbying and Influencing (2 CFR part 200, Appendix 11); d. Conditions specifying administrative, contractual and legal remedies for instances where contractor of vendor violate or breach the terms and conditions of the contract (2 CFR §200, Appendix 11); and e. All Contracts - Applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 7401-7671 q), Section 508 of the Clean Water Act (33 USC 1251-1387, and Executive Order 11738. ❑x Yes [:]No ❑ N/A Attach documentation clarifying any above item marked with "No" response. Sponsor's Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked "no" is correct and complete. Executed on this day of Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: The Hono7bl"ioneld Jordan Title of Sponsor's Authorized Official: Mayor Signature of Sponsor's Authorized Official: I declare under penalty of perjury that thU foregoing is find correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-131 (4/19) SUPERSEDES PREVIOUS EDITION Page 4 of 4 U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 Federal Aviation Administration EXPIRATION DATE: 8/31/2019 Project Plans and Specifications Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-047-2020 Description of Work: FYV Improve Terminal Building Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). Labor and civil rights standards applicable to AIP are established by the Department of Labor (www.dol.gov/). AIP Grant Assurance C.1—General Federal Requirements identifies applicable federal laws, regulations, executive orders, policies, guidelines and requirements for assistance under AIP. A list of current advisory circulars with specific standards for procurement, design or construction of airports, and installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and confirmation of the certification statement. The term "will' means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1. The plans and specifications were or will be prepared in accordance with applicable federal standards and requirements, so that no deviation or modification to standards set forth in the advisory circulars, or FAA -accepted state standard, is necessary other than those explicitly approved by the Federal Aviation Administration (FAA) (14 USC § 47105). ❑O Yes ❑ No ❑ N/A 2. Specifications incorporate or will incorporate a clear and accurate description of the technical requirement for the material or product that does not contain limiting or proprietary features that unduly restrict competition (2 CFR §200.319). ❑x Yes ❑ No ❑ N/A FAA Form 5100-132 (1/17) SUPERSEDES PREVIOUS EDITION Page 1 of 3. The development that is included or will be included in the plans is depicted on the current airport layout plan as approved by the FAA (14 USC § 47107). ❑x Yes ❑ No ❑ N/A 4. Development and features that are ineligible or unallowable for AIP funding have been or will be omitted from the plans and specifications (FAA Order 5100.38, par. 3-43). ❑x Yes ❑ No ❑ N/A 5. The specification does not use or will not use "brand name" or equal to convey requirements unless sponsor requests and receives approval from the FAA to use brand name (FAA Order 5100.38, Table U-5). 0 Yes ❑ No ❑ N/A 6. The specification does not impose or will not impose geographical preference in their procurement requirements (2 CFR §200.319(b) and FAA Order 5100.38, Table U-5). ❑O Yes ❑ No ❑ N/A 7. The use of prequalified lists of individuals, firms or products include or will include sufficient qualified sources that ensure open and free competition and that does not preclude potential entities from qualifying during the solicitation period (2 CFR §319(d)). ❑x Yes ❑ No ❑ N/A 8. Solicitations with bid alternates include or will include explicit information that establish a basis for award of contract that is free of arbitrary decisions by the sponsor (2 CFR § 200.319(a)(7)). ❑x Yes ❑ No ❑ N/A 9. Concurrence was or will be obtained from the FAA if Sponsor incorporates a value engineering clause into the contract (FAA Order 5100.38, par. 3-57). ❑x Yes ❑ No ❑ N/A 10. The plans and specifications incorporate or will incorporate applicable requirements and recommendations set forth in the federally approved environmental finding (49 USC §47106(c)). ❑x Yes ❑ No ❑ N/A 11. The design of all buildings comply or will comply with the seismic design requirements of 49 CFR § 41.120. (FAA Order 5100.38d, par. 3-92) []Yes ❑ No 0 N/A 12. The project specification include or will include process control and acceptance tests required for the project by as per the applicable standard: a. Construction and installation as contained in Advisory Circular (AC) 150/5370-10. ❑x Yes ❑ No ❑ N/A FAA Form 5100-132 (1/17) SUPERSEDES PREVIOUS EDITION Page 2 of 3 b. Snow Removal Equipment as contained in AC 150/5220-20. ❑ Yes ❑ No ❑x N/A c. Aircraft Rescue and Fire Fighting (ARFF) vehicles as contained in AC 150/5220-10. [:]Yes ❑ No ❑x N/A 13. For construction activities within or near aircraft operational areas(AOA): a. The Sponsor has or will prepare a construction safety and phasing plan (CSPP) conforming to Advisory Circular 150/5370-2. b. Compliance with CSPP safety provisions has been or will be incorporated into the plans and specifications as a contractor requirement. c. Sponsor will not initiate work until receiving FAA's concurrence with the CSPP (FAA Order 5100.38, Par. 5-29). ❑ Yes ❑ No ❑x N/A 14. The project was or will be physically completed without federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design (49 USC §47110(b)(1) and FAA Order 5100.38d, par. 3-100). ❑ Yes ❑ No p N/A Attach documentation clarifying any above item marked with "No" response. Sponsor's Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked "no" is correct and complete. Executed on this day of Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: The Honorable Li eId Jordan Title of Sponsor's Authorized Official: Mayor 711\ Signature of Sponsor's Authorized I declare under penalty of perjury that the foregoing i true d correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-132 (1/17) SUPERSEDES PREVIOUS EDITION Page 3 of 3 U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 r Federal Aviation Administration EXPIRATION DATE: 8/31/2019 Selection of Consultants Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-047-2020 Description of Work: FYV Improve Terminal Building Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements for selection of consultant services within federal grant programs are described in 2 CFR §§ 200.317-200.326. Sponsors may use other qualifications -based procedures provided they are equivalent to standards of Title 40 chapter 11 and FAA Advisory Circular 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and confirmation of the certification statement. The term "will' means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1. Sponsor acknowledges their responsibility for the settlement of all contractual and administrative issues arising out of their procurement actions (2 CFR § 200.318(k)). ❑x Yes ❑ No ❑ N/A 2. Sponsor procurement actions ensure or will ensure full and open competition that does not unduly limit competition (2 CFR § 200.319). ❑x Yes ❑ No ❑ N/A 3. Sponsor has excluded or will exclude any entity that develops or drafts specifications, requirements, or statements of work associated with the development of a request -for - qualifications (RFQ) from competing for the advertised services (2 CFR § 200.319). ❑x Yes ❑ No ❑ N/A FAA Form 5100-134 (2/17) SUPERSEDES PREVIOUS EDITION Page 1 of 3 4. The advertisement describes or will describe specific project statements -of -work that provide clear detail of required services without unduly restricting competition (2 CFR § 200.319). ❑x Yes ❑ No ❑ N/A 5. Sponsor has publicized or will publicize a RFQ that: a. Solicits an adequate number of qualified sources (2 CFR § 200.320(d)); and b. Identifies all evaluation criteria and relative importance (2 CFR § 200.320(d)). x❑ Yes ❑ No ❑ N/A 6. Sponsor has based or will base selection on qualifications, experience, and disadvantaged business enterprise participation with price not being a selection factor (2 CFR § 200.320(d)). ❑x Yes ❑ No ❑ N/A 7. Sponsor has verified or will verify that agreements exceeding $25,000 are not awarded to individuals or firms suspended, debarred or otherwise excluded from participating in federally assisted projects (2 CFR §180.300). ❑x Yes ❑ No ❑ N/A 8. A/E services covering multiple projects: Sponsor has agreed to or will agree to: a. Refrain from initiating work covered by this procurement beyond five years from the date of selection (AC 150/5100-14); and b. Retain the right to conduct new procurement actions for projects identified or not identified in the RFQ (AC 150/5100-14). ❑x Yes ❑ No ❑ N/A 9. Sponsor has negotiated or will negotiate a fair and reasonable fee with the firm they select as most qualified for the services identified in the RFQ (2 CFR § 200.323). Z Yes ❑ No ❑ N/A 10. The Sponsor's contract identifies or will identify costs associated with ineligible work separately from costs associated with eligible work (2 CFR § 200.302). ❑x Yes ❑ No ❑ N/A 11. Sponsor has prepared or will prepare a record of negotiations detailing the history of the procurement action, rationale for contract type and basis for contract fees (2 CFR §200.318(i)). ❑x Yes ❑ No ❑ N/A 12. Sponsor has incorporated or will incorporate mandatory contact provisions in the consultant contract for AIP-assisted work (49 U.S.C. Chapter 471 and 2 CFR part 200 Appendix II) x❑ Yes ❑ No ❑ N/A FAA Form 5100-134 (2/17) SUPERSEDES PREVIOUS EDITION Page 2 of 3 13. For contracts that apply a time -and -material payment provision (also known as hourly rates, specific rates of compensation, and labor rates), the Sponsor has established or will establish: a. Justification that there is no other suitable contract method for the services (2 CFR §200.3180)); b. A ceiling price that the consultant exceeds at their risk (2 CFR §200.3180)); and c. A high degree of oversight that assures consultant is performing work in an efficient manner with effective cost controls in place 2 CFR §200.3180)). p Yes ❑ No ❑ N/A 14. Sponsor is not using or will not use the prohibited cost -plus -percentage -of -cost (CPPC) contract method. (2 CFR § 200.323(d)). p Yes ❑ No ❑ N/A Attach documentation clarifying any above item marked with "no" response. Sponsor's Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked "no" is correct and complete. I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. Executed on this day of Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: The Honor le Lioneld Title of Sponsor's Authorized Official: Mayor Signature of Sponsor's Authorized Official;; AV I declare under penalty of perjury that the foregoin is tru d correct. I understand that knowingly and willfully providing false information to the federal g nment is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-134 (2/17) SUPERSEDES PREVIOUS EDITION Page 3 of 3 U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 Federal Aviation Administration EXPIRATION DATE: 8/31/2019 Certification and Disclosure Regarding Potential Conflicts of Interest Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-047-2020 Description of Work: FYV Improve Terminal Building Application Title 2 CFR § 200.112 and § 1201.112 address Federal Aviation Administration (FAA) requirements for conflict of interest. As a condition of eligibility under the Airport Improvement Program (AIP), sponsors must comply with FAA policy on conflict of interest. Such a conflict would arise when any of the following have a financial or other interest in the firm selected for award: a) The employee, officer or agent, b) Any member of his immediate family, c) His or her partner, or d) An organization which employs, or is about to employ, any of the above. Selecting "Yes" represents sponsor or sub -recipient acknowledgement and confirmation of the certification statement. Selecting "No" represents sponsor or sub -recipient disclosure that it cannot fully comply with the certification statement. If "No" is selected, provide support information explaining the negative response as an attachment to this form. This includes whether the sponsor has established standards for financial interest that are not substantial or unsolicited gifts are of nominal value (2 CFR § 200.318(c)). The term "will" means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. Certification Statements The sponsor or sub -recipient maintains a written standards of conduct governing conflict of interest and the performance of their employees engaged in the award and administration of contracts (2 CFR § 200.318(c)). To the extent permitted by state or local law or regulations, such standards of conduct provide for penalties, sanctions, or other disciplinary actions for violations of such standards by the sponsor's and sub -recipient's officers, employees, or agents, or by contractors or their agents. p Yes O No FAA Form 5100-135 (2/17) SUPERSEDES PREVIOUS EDITION Page 1 of 2 2. The sponsor's or sub -recipient's officers, employees or agents have not and will not solicit or accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties to sub -agreements (2 CFR § 200.318(c)). ❑x Yes ❑ No 3. The sponsor or sub -recipient certifies that is has disclosed and will disclose to the FAA any known potential conflict of interest (2 CFR § 1200.112). ❑x Yes ❑ No Attach documentation clarifying any above item marked with "no" response. Sponsor's Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have the explanation for any item marked "no" is correct and complete. Executed on this day of Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: The Honorable LAneld Jordan Title of Sponsor's Authorized Official: Mayor Signature of Sponsor's Authorized I declare under penalty of perjury that the foregoin is true correct. I understand that knowingly and willfully providing false information to the federal glQuiaRiffient is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-135 (2/17) SUPERSEDES PREVIOUS EDITION Page 2 of 2 CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Statement for Loan Guarantees and Loan Insurance The undersigned states, to the best of his or her knowledge and belief, that: If any funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this commitment providing for the United States to insure or guarantee a loan, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. Submission of this statement is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required statement shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. `APPLICANT'S ORGANIZATION Fayetteviiie - Drake Field ` PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE Prefix: HonoraU_e ` First Name: — Middle Name: ` Last Name: Joraan. Suffix: I ` Title: I mayor ENGINEERING SERVICES RECORD OF NEGOTIATION Fayetteville — Drake Field FYV Taxiway Improve Terminal Building Anticipated A.I.P. Grant: 3-05-0020-047-2020 Design Phase Task Order: • On December 1, 2019, the City of Fayetteville requested a scope of services from Garver for a FYV Improve Terminal Building project. • On December 6, 2019, Garver sent a scope of services for the "Improve Terminal Building" project to the City of Fayetteville. The Airport approved the scope of services and submitted the scope to Olufemi Adeoye, FAA for review. No comments were received. • On January 27, 2020, Kutchins & Groh submitted an independent fee estimate (IFE) for Design Phase Services to the City of Fayetteville for the "Improve Terminal Building" project. The results of the IFE are as follows: Improve Terminal Building - $149,227.01 • Garver submitted a contract to the airport on January 31, 2020. A copy of the contract submission is included in the grant application. Garver's total contract fee is as follows: Improve Terminal Building: Design Phase Services - $109,800.00 • The negotiations were conducted in good faith to ensure the fees are fair and reasonable. The submitted contract was below the independent fee estimate. Construction Phase Task Order: • On July 8, 2020, the airport requested a scope of services from Garver for construction services associated with the Improve Terminal Building project. • On July 28, 2020, Garver sent a complete work order to the Airport. The Airport used City Staff to perform a cost analysis of the work order. The work order was compared to other work completed by the Airport with similar scope. The work order was determined to be fair and reasonable. • The negotiations were conducted in good faith to ensure the fees are fair and reasonable. 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 28-20 File Number: 2019-0986 GARVER, LLC TASK ORDER 13: A RESOLUTION TO APPROVE TASK ORDER NO. 13 WITH GARVER, LLC IN THE AMOUNT OF $109,800.00 FOR DESIGN AND BIDDING SERVICES FOR THE PROPOSED HVAC REPLACEMENT IN THE TERMINAL BUILDING AT DRAKE FIELD, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Task Order No. 13 with Garver, LLC in the amount of $109,800.00 for design and bidding services for the proposed HVAC replacement in the terminal building at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 1/21/2020 .Attest: RK / •T ��,� ��'� •' CITY '•�,9�'� .�S Kara Paxton, City Clerk Treasurg�; AVE�EVILLE::�u; Page 1 PNiKed on V2240