Loading...
HomeMy WebLinkAbout233-20 RESOLUTION fpYETT- lS�RK4NSP 113 West Mountain Street Fayetteville,AR 72701 (479)575-8323 Resolution: 233-20 File Number: 2020-0729 BID NO.20-61 FEDERAL AVIATION ADMINISTRATION (FAA)GRANT FUNDS: A RESOLUTION TO AUTHORIZE THE MAYOR TO SIGN A GRANT AGREEMENT ACCEPTING A 90/10 MATCHING GRANT FROM THE FEDERAL AVIATION ADMINISTRATION IN THE AMOUNT OF$1,305,778.00 FOR THE AIRPORT TERMINAL IMPROVEMENTS PROJECT,TO AWARD BID NO.20-61 AND AUTHORIZE THE MAYOR TO SIGN A CONTRACT WITH C.R.CRAWFORD CONSTRUCTION,LLC IN THE AMOUNT OF$1,289,873.00 FOR CONSTRUCTION OF THE TERMINAL IMPROVEMENTS,TO AUTHORIZE THE MAYOR TO EXECUTE TASK ORDER NO. 14 WITH GARVER, LLC IN THE AMOUNT OF$55,000.00 FOR CONSTRUCTION PHASE SERVICES,AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1:That the City Council of the City of Fayetteville,Arkansas hereby authorizes Mayor Jordan to execute a grant agreement accepting a 90/10 matching grant from the Federal Aviation Administration in the amount of$1,305,778.00 for the Airport Terminal Improvements Project. Section 2:That the City Council of the City of Fayetteville,Arkansas hereby awards Bid No.20-61 and authorizes Mayor Jordan to sign a contract with C.R.Crawford Construction, LLC in the amount of$1,289,973.00 for construction of the terminal improvements. Section 3: That the City Council of the City of Fayetteville,Arkansas hereby authorizes Mayor Jordan to execute Task Order No. 14 with Garver, LLC in the amount of$55,000.00 for construction phase services associated with the Terminal Improvements Project. Page 1 Printed on 9/16/20 Resolution: 233-20 File Number 2020-0729 Section 4: That the City Council of the City of Fayetteville,Arkansas hereby approves a budget adjustment,a copy of which is attached to this Resolution. PASSED and APPROVED on 9/15/2020 Approve : Attest: 0011i1rrr���� 11/./1 j9ct,";le7.4 • FAY 77•E VC :m L oneld Jor n, M or Kara Paxton, City Clerk Treasurer CE :�= ;�. -1,%%p NS e,iiiig,ON C01 TAO` `' Page 2 Printed on 9✓16i20 OF FAYErT�,% City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville,AR 72701 I vri m` (479)575-8323 `'\!' Text File File Number: 2020-0729 Agenda Date: 9/15/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C 3 BID NO.20-61 FEDERAL AVIATION ADMINISTRATION(FAA)GRANT FUNDS: A RESOLUTION TO AUTHORIZE THE MAYOR TO SIGN A GRANT AGREEMENT ACCEPTING A 90/10 MATCHING GRANT FROM THE FEDERAL AVIATION ADMINISTRATION IN THE AMOUNT OF$1,305,778.00 FOR THE AIRPORT TERMINAL IMPROVEMENTS PROJECT,TO AWARD BID NO.20-61 AND AUTHORIZE THE MAYOR TO SIGN A CONTRACT WITH C.R. CRAWFORD CONSTRUCTION,LLC IN THE AMOUNT OF$1,289,873.00 FOR CONSTRUCTION OF THE TERMINAL IMPROVEMENTS,TO AUTHORIZE THE MAYOR TO EXECUTE TASK ORDER NO. 14 WITH GARVER,LLC IN THE AMOUNT OF$55,000.00 FOR CONSTRUCTION PHASE SERVICES,AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,ARKANSAS: Section 1:That the City Council of the City of Fayetteville,Arkansas hereby authorizes Mayor Jordan to execute a grant agreement accepting a 90/10 matching grant from the Federal Aviation Administration in the amount of$1,305,778.00 for the Airport Terminal Improvements Project. Section 2:That the City Council of the City of Fayetteville,Arkansas hereby awards Bid No.20-61 and authorizes Mayor Jordan to sign a contract with C.R.Crawford Construction, LLC in the amount of $1,289,973.00 for construction of the terminal improvements. Section 3:That the City Council of the City of Fayetteville,Arkansas hereby authorizes Mayor Jordan to execute Task Order No. 14 with Garver, LLC in the amount of$55,000.00 for construction phase services associated with the Terminal Improvements Project. Section 4: That the City Council of the City of Fayetteville,Arkansas hereby approves a budget adjustment,a copy of which is attached to this Resolution. City of Fayetteville,Arkansas Page 1 Printed on 9/16/2020 City of Fayetteville Staff Review Form 2020-0729 Legistar File ID 9/15/2020 City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Summer Fallen 8/26/2020 AIRPORT SERVICES (760) Submitted By Submitted Date Division/Department Action Recommendation: Staff requests approval for the Aviation Division to utilize Federal Aviation Administration(FAA)grant funds to complete construction of the Improve Terminal Building(Energy Efficiency Improvements)project at Fayetteville—Drake Field Airport.This project will include improvements to the facility's HVAC system,heating system,and window replacement.More specifically,this resolution will permit the following:1.Execution of an FAA Grant Offer in the amount of$1,305,778.00(90%of Total Project Costs).2.Execution of a construction contract in the amount of$1,289,973.00 with C.R,Crawford Construction of Fayetteville,AR.3.Execution of a construction administration task order in the amount of$55,000.00 with Garver,LLC of Fayetteville,AR.4.Approval of a budget adjustment. Budget Impact: 5550.760.3960-5804.00 Airport Account Number Fund 32002.2020 FYV Terminal Improvement Project Project Number Project Title Budgeted Item? NA Current Budget $ - Funds Obligated Current Balance ! $ - Does item have a cost? NA Item Cost Budget Adjustment Attached? Yes Budget Adjustment $ 1,605,750.00 Remaining Budget I $ 1,605,750.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution# Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE CITY COUNCIL MEMO ARKANSAS MEETING OF SEPTEMBER 15,2020 TO: Lioneld Jordan,Mayor and City Council TH RU: Susan Norton,Chief of Staff FROM: Summer Fallen,Airport Services Manager DATE: August 26,2020 SUBJECT: FYV Improve Terminal Building(Energy Efficiency Improvements)—FAA Grant offer, Construction Contract,Garver Task Order,and Approval of a Budget Adjustment RECOMMENDATION: Staff requests approval for the Aviation Division to utilize Federal Aviation Administration (FAA) grant funds to complete construction of the Improve Terminal Building(Energy Efficiency Improvements)project at Fayetteville— Drake Field Airport. This project will include improvements to the facility's HVAC system, heating system, and window replacement.More specifically,this resolution will permit the following: 1. Execution of an FAA Grant Offer in the amount of$1,305,778.00(90%of Total Project Costs). 2. Execution of a construction contract in the amount of$1,289,973.00 with C.R, Crawford Construction of Fayetteville,AR. 3. Execution of a construction administration task order in the amount of$55,000.00 with Garver, LLC of Fayetteville,AR. 4. Approval of 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 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. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 DISCUSSION: The Aviation Division is requesting permission to execute a construction contract with C.R.Crawford to perform the construction of the Terminal Improvements and a task order with Garver LLC for construction administration related to the project.Costs associated with both the construction contract and task order will be reimbursed under the FAA grant. 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 the project: 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 Council on 1/21/2020. BUDGET/STAFF IMPACT: The Aviation Division may expend up to$299,972.00 of its fund balance reserve.This amount includes$8,909.00 for ineligible project expenses,$145,086.00 for cash-flow to cover the ADA share until reimbursement at the end of the project,and a 10%project contingency of the approved project budget of$145,977.00. Attachments: Staff Review Form City Council Memo Staff Memo Bid Tabulation Construction Contract(C.R.Crawford) Construction Administration Task Order(Garver,LLC) FAA Grant Offer Budget Adjustment 2 ::,: . CITY OF WO- FAYETTEVILLE STAFF MEMO ARKANSAS TO: Kit Williams, City Attorney FROM: Summer Fallen, Airport Manager DATE: August 26th, 2020 SUBJECT: FYV Terminal Improvement Project- FAA Please let this memo serve as certification that the airport has completed the FAA grant application and agreement accurately and that the said facility is neither out of compliance nor in any federal debt. This project was competitively bid in accordance with Arkansas law, with the lower bid being C.R. Crawford at $1,289,973.00. C.R. Crawford's contract for this project is included within the packet. A contract for the construction phase services with Garver is also included for $55,000. The City will be responsible for $8,909 of the project's overall cost. All federal grant assurances are followed by the airport and I am aware that any false, fictitious, or fraudulent statements may be subject to criminal, civil, or administrative penalties. Respectfully Submitted, IA4 Summer Fallen Airport Services Manager Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF �_ FAYETTEVILLE ARKANSAS Bid Tabulation Bid 20-61, Construction - FYV Energy Improvements Rebid C.R. Crawford Construction Center Point Contractors Inc. Total Base Bid $1,289,963.00 $2,346,777.00 Unit # ItemNo. SpecNumber of Quantity UnitPrice TotalCost UnitPrice TotalCost Required Measure _ #2-1 BB-01 ALL DIVISIONS LS 1 $1,153,182.00 $1,153,182.00 $1,753,333.00 $1,753,333.00 #2-2 BB-02 010700/010720 LS 1 $9,603.00 $9,603.00 $68,999.00 $68,999.00 #2-3 BB-03 SP-C-01 LS 1 $8,908.00 $8,908.00 $0 $0 #2-4 BB-04 230800 LS 1 $25,270.00 $25,270.00 $115,250.00 $115,250.00 #2-5 BB-05 N/A SF 9000 $3.89 $35,000.00 $22.73 $204,570.00 #2-6 BB-06 N/A SF 500 $116 $58,000.00 $409.25 $204,625.00 #1-1 DA-01 235216 LS -1 $45,000.00 ($45,000) $30,745.00 ($10,745) #1-2 DA-02 N/A LS -1 $25,000.00 ($25,000) $37,973.00 ($37,973) #1-3 DA-03 88000 LS -1 1. $105,000.00 ($105,000) $123,045.00 ($123,045) A dw.:Mi:.i Bid 20-61 , Construction — FYV Improve Terminal Building; Energy Efficiency Improvements (Re-Bid) - Bid 20-61 , Construction — FYV Improve Terminal Building; Energy Efficiency Improvements (Re-Bid) Project Overview Project Details Reference ID Bid 20-61, Construction— FYV Improve Terminal Building; Energy Efficiency Improvements (Re-Bid) Project Name Bid 20-61, Construction— FYV Improve Terminal Building; Energy Efficiency Improvements (Re-Bid) Project Owner Andrea Foren Project Type ITB Department Purchasing Certification of $1,250,000.00 Funds The City of Fayetteville, AR is accepting sealed bids from properly licensed professionals for the construction of the Improve Terminal Building—Energy Efficiency Improvements project at Fayetteville— Drake Project Description Field Airport. The project includes, but is not limited to, replacement of the full HVAC system in the airport's terminal building, including a new chiller, air handlers, replacement of all duct work and piping, variable speed heating pump, digital control system, exhaust fans, and other associated items as shown on the plans and indicated in the specifications. FAKA I A! ILLS ✓1 flKA N! Open Date Jun 15, 2020 12:00 AM CDT Close Date Jul 08, 2020 2:00 PM CDT Highest Scoring Supplier Score C.R. Crawford Construction 100 pts Seal status Requested Information Unsealed on Unsealed by Disadvantaged Business Jun 02, 2020 2:05 PM CDT Les McGaugh Enterprise Participation Forms Required Submittal Forms Jun 02, 2020 2:05 PM CDT Les McGaugh Do you currently have an AR Contractors license or have you submitted an application to the Jun 02, 2020 2:05 PM CDT Les McGaugh AR Contractor's Licensing Board? Arkansas Secretary of State Jun 02, 2020 2:05 PM CDT Les McGaugh Filing # AR Contractor's License#or Jun 02, 2020 2:05 PM CDT Les McGaugh Date of Application Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not Jun 02, 2020 2:05 PM CDT Les McGaugh boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25- 1-503. If at any time during C:T Jr .� rATITTA PILL■ AAAANAAt contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Bid 20-61, Bid Form (BT-67EZ) Jun 02, 2020 2:05 PM CDT Les McGaugh Conflict of Interest # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ##Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ##Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Les McGaugh Jul 08, 2020 2:02 PM CDT No FATtTTAYILLE RYIUNfRl Public Notices Addendum 1 issued for Bid 20-45, Construction - FYV Terminal Building HVAC Improvements Les McGaugh, May 22, 2020 3:49 PM CDT Addendum 1 issued for Bid 20-45, Construction - FYV Terminal Building HVAC Improvements File 01 - Project Manual has been added. Les McGaugh, Jun 18, 2020 9:29 AM CDT - Project Public Files changed The electronic bid form has been updated to reflect the revisions made in the re-bid documents. Les McGaugh, Jun 29, 2020 4:24 PM CDT The electronic bid form has been updated to reflect the revisions made in the re-bid documents. The City has issued Addendum 1 to Bid 20-61 Les McGaugh, Jul 06, 2020 1:36 PM CDT The City has issued Addendum 1 to Bid 20-61 Correction: Addendum 2 has been issued. Les McGaugh, Jul 06, 2020 1:37 PM CDT warFATETTEYILLE A il(A NSAS Correction: Addendum 2 has been issued. Reminder: Deadline is today at 2:00:00 PM Local Time Les McGaugh, Jul 08, 2020 11:47 AM CDT Reminder: Deadline is today at 2:00:00 PM Local Time CITY OF isj FAY[TTUILLI uiuraaa Submissions Supplier Date Submitted Name Email Confirmation Code Center Point Contractors Jul 08, 2020 1:57 PM Bobby Tomlin btomlin@centerpointcontractors.com ODkzMjk= Inc. CDT C.R. Crawford Jul 08, 2020 1:43 PM Construction CDT Antoine Lairy alairy@crcrawford.com ODkzMjM= r� CI I Y of FAY\TTiVILLI Scoring Summary Active Submissions Total Within Certified Amount Total Base Bid Supplier /100 pts Pass/Fail / 100 pts C.R. Crawford Construction 100 pts Pass 100 pts ($1,289,963.00) Center Point Contractors Inc. 54.97 pts Fail 54.97 pts ($2,346,777.00) �v r; iiiksTEYft1C Signatures Name Signatures Andrea Foren Andrea Foren Digitally signed by Andrea i Foren,CPPO,CPPB (Project Owrer) CPPO CPPB Date: 020.07.17 13:39:10 os e Les McGaugh Les McGaugh Digitally signed by Les McGaugh (Evaluator) Date:2020.07.14 16:33:09-05'00' 010600-CONTRACT th THIS AGREEMENT made this I f7 day of 6eptipw119,Q r , 20 , by and between C.R.Crawford Construction,a Corporation organized and existing under the laws of the State of Arkansas hereinafter called the"Contractor", and City of Fayetteville, hereinafter called the"Owner". WITNESSETH: That the Contractor and the Owner for the consideration stated herein mutually agree as follows: ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, including utility and transportation services and perform and complete all work required for the construction of FYV Improve Terminal Building in strict accordance with the Contract Documents. ARTICLE 2. The Contract Price. The Owner will pay the Contractor, because of his performance of the Contract, for the total quantities of work performed at the lump sum and unit prices stipulated in the Proposal for the Base Bid subject to additions and deductions as provided in the Changes, modifications, or amendments in scope, price, or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, or fees. SPECIAL PROVISIONS. ARTICLE 3. Contract Time. The Contractor agrees to begin work within ten (10) calendar days after issuance by the Owner of a "Work Order" or"Notice to Proceed" and to complete the work for the Base Bid within one hundred twenty(120)consecutive calendar days thereafter(except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). Should the Base Bid & Deductive Alternative be awarded, the contract time will be reduced to ninety (90) consecutive calendar days (except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). If the Contractor shall fail to complete the work within the time specified, he and his Surety shall be liable for payment to the Owner, as liquidated damages ascertained and agreed, and not in the nature of a penalty, the amount specified in SPECIAL PROVISIONS SPECIAL PROVISIONS of these Contract Documents for each day of delay. To the extent sufficient in amount, liquidated damages shall be deducted from the payments to be made under this Contract. ARTICLE 4. Contract. The executed Contract Documents shall consist of the following: a. Addenda(if any) b. Advertisement for Bids c. Instructions to Bidders d. Proposal e. Statement of Bidder's Qualifications f. List of Proposed Subcontractors g. DBE Participation Reporting h. Bidder Certifications i. Performance and Payment Bonds j. General Provisions k. Special Provisions I. Technical Specifications m. Drawings n. Certificates of Insurance and Insurance Policies o. Owner's Protective Insurance FYV Improve Terminal Building 010600-1 Garver Project No. 20A13211 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in three (3) counterparts, each of which shall be considered an original on the day and year first written. Contractor: C.R.Crawford Construction a._ Attest: By:�' GC — n e S' nature iOA�nl LIl�� Sj��� a -1, ` e Print Name Print Name and Title 1102 S Happy Hollow Road Fayetteville,AR 72701 Address Owner: Cit a ette 'Ile Attest: Signature S' nature Lioneld an, Mayor Print Name Print Name and Title 113 W Mountain Street Fayetteville,AR 72701 Address FYV Improve Terminal Building 010600-3 Garver Project No. 20A13211 This Contract together with other Documents enumerated in this Article 4,which said other Documents are as fully a part of the Contract Documents as if hereto attached or herein repeated,form the Contract between the parties hereto. In the event that any provisions in any component part of this Contract conflicts with any provision of any other component part,the conflict shall be resolved by the Engineer whose decision shall be final. ARTICLE 5. Surety. The Surety on the Performance and Payment Bonds shall be a surety company of financial resources satisfactory to the Owner, authorized to do business in the State of the Project, and shall comply with applicable state laws. ARTICLE 6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. ARTICLE 7. Jurisdiction. Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. FYV Improve Terminal Building 010600-2 Garver Project No. 20A13211 Page Intentionally Left Blank FYV Improve Terminal Building 010600-4 Garver Project No. 20A13211 TASK ORDER NO. 14 FAYETTEVILLE - DRAKE FIELD AIRPORT (FYV) HVAC REPLACEMENT (CONSTRUCTION PHASE SERVICES) This TASK ORDER is made as of _Sep. 1 tj ,2020 by and between the CITY OF FAYETTEVILLE hereinafter referred to as "Client," and RVER, 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 Drake Field Airport(FYV) HVAC Replacement Project: Replace 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 Construction Phase Services for the project as detailed in Exhibit A-14, attached. SECTION 2—PAYMENT For the work described under SECTION 1 - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will pay GARVER on a cost plus fixed fee and lump sum basis as shown in the following table. The CITY OF FAYETTEVILLE represents that funding sources are in place with the available funds necessary to pay GARVER. The table below presents a summary of the fee amounts and fee types for this contract. WORK DESCRIPTION FEE AMOUNT FEE TYPE Construction Phase Services $51,000 COST+FF Grant Closeout Services $4,000 LUMP SUM TOTAL FEE $55,000 Construction Phase Services: The CITY OF FAYETTEVILLE will pay GARVER. for time spent on the project, at the unburdened hourly payroll rate of each of GARVER's personnel during the performance of these services for work time directly connected with the project, plus payroll and general overhead costs of 197.93% of the unburdened hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus a fixed fee. Estimated cost of these services, including the fixed fee is$51,000.The actual total fee may not exceed this estimate without approval from the CITY OF FAYETTEVILLE. For Informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-14 with approximate current hourly rates for each employee classification. Underruns in any phase may be used to offset overruns in another phase as long as the overall contract amount is not exceeded. Task Order No. 14 1 of 3 Construction Phase Services FYV HVAC Replacement Garver Project No. 20A13211 Expenses other than salary costs that are directly attributable to performance of our professional services will be billed as follows: 1. Direct cost for travel, long distance and wireless communications, outside reproduction and presentation material preparation, and mail/courier expenses. 2. Charges similar to commercial rates for reports, plan sheets, presentation materials, etc. 3. The amount allowed by the federal government for mileage with an additional $0.05 for survey trucks/vans. Grant Closeout Services: The lump sum amount to be paid under this agreement is$4,000. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-14 with approximate current hourly rates for each employee classification. The CITY OF FAYETTEVILLE will pay GARVER on a monthly basis. based upon statements submitted by GARVER to the CITY OF FAYETTEVILLE indicating the estimated proportion of the work accomplished. Payments not received within 60 days of invoice date will be subject to a one percent monthly simple interest charge. Additional Services (Extra Work). For work not described or included in Section 2— Scope of Services but requested by the Client in writing, the CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the rates shown in Exhibit B-14 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—APPENDICES AND EXHIBITS 3.1 The following Appendices and/or Exhibits are attached to and made a part of this Agreement: 3.1.1 Exhibit A-14- Scope of Services 3.1.2 Exhibit B-14- Manhour Tables Task Order No. 14 2 of 3 Construction Phase Services FYV HVAC Replacement Garver Project No. 20A13211 al 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—APPENDICES • AND 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 F ETTEVILLE, ARKANSAS GARVER Digitally signed by • /44' (a - Michael J.Griffin g cy •"- Date:2020.07.21 By: 09:1404-A5'99= r, Lione d J ATTEST: By: ei/ri4 Title: Senior Vice President City Clerk ��yCLERK/I, 1.• ' ,j CITyO � o' • rE7-t :,3 =;y2. gAlsAs `;: i i�oN COU .,. Task Order No. 14 3 of 3 Construction Phase Services FYV HVAC Replacement Garver Project No.20A13211 EXHIBIT A-14—SCOPE OF SERVICES FAYETTEVILLE—DRAKE FIELD AIRPORT(FYV) HVAC REPLACEMENT(CONSTRUCTION PHASE SERVICES) 1.1 General Generally, the scope of services includes construction phase services and closeout services for the Drake Field Airport HVAC Replacement Project. The project includes replacing the existing chiller system. ducting,and controls for the terminal building as outlined in the recently submitted bid documents. 1.2 Construction Phase Services During the construction phase of work,Garver will accomplish the tasks below. 1.2.1 Submittals Garver will evaluate and respond to construction material submittals and shop drawings. Corrections or comments made by Garver on the shop drawings during this review will not relieve Contractor from compliance with requirements of the drawings and specifications. The check will be for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor will be responsible for confirming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction, coordinating his work with that of all other trades, and performing his work in a safe and satisfactory manner. Garver's review shall not constitute approval of safety precautions or constitute approval of construction means, methods, techniques, sequences, procedures, or assembly of various components. When certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, either directly or implied for a complete and workable system, Garver shall be entitled to rely upon such submittal or implied certification to establish that the materials,systems or equipment will meet the performance criteria required by the Contract Documents. 1.2.2 Notice to Proceed& Preconstruction Meeting Garver will issue a Notice to Proceed letter to the Contractor and conduct a preconstruction meeting. 1.2.3 Progress Meetings As a minimum, Garver's Project Manager will attend bi-weekly progress meetings with the Owner and Contractor. It is expected that four(4) meetings will be held on-site and five (5) meetings will be held via conference call. Progress meetings and visits to the site of the work should be scheduled to coincide with each new phase of construction, scheduled FAA inspections, and other times when Garver's presence is desirable. 1.2.4 Owner Coordination Garver will consult with and advise the Owner during the construction period. Garver shall supply to Owner such periodic reports and information as may be required by the FAA, including FAA Form 5370-1, Construction Progress and Inspection Report,or equivalent form to the Owner on a weekly basis. Exhibit A-14-Scope of Services 1 of 3 Construction Phase Services FYV HVAC Replacement Garver Project No.20A 13211 1.2.5 RFIs Garver will issue instructions to the Contractor on behalf of the Owner and issue necessary clarifications (respond to RFIs)regarding the construction contract documents. 1.2.6 Progress Payments Garver will review the Contractor's progress payment requests based on the actual quantities of contract items completed and accepted,and will make a recommendation to the Owner regarding payment.Garver's recommendation for payment shall not be a representation that Garver has made exhaustive or continuous inspections to (I) check the quality or exact quantities of the Work; (2) to review billings from Subcontractors and material suppliers to substantiate the Contractor's right to payment; or (3) to ascertain how the Contractor has used money previously paid to the Contractor. Garver will prepare requests for monthly and final payments to the Contractor. 1.2.7 Payroll Reviews Garver will assist the Owner in the observation of the Contractor's operations for proper classification of workers, review of the Contractor's payroll as necessary to determine compliance with Davis Bacon requirements, and conduct contractor employee interviews to determine compliance with Davis Bacon requirements. Garver will keep the Contractor's payroll records on file demonstrating compliance with the Davis Bacon requirements. In addition, Garver will monitor the contractor's posting of the required EEO notice and provide general oversight of any obvious instance of a segregated work place. 1.2.8 DBE Compliance Garver will assist the Owner in the review of the Contractor's compliance with the DBE goals established during bidding including preparing the monthly DBE payment log. 1.2.9 Record Drawings Garver will maintain a set of working drawings and provide information for preparation of record drawings of the completed project. This information will be incorporated into final record drawings completed as part of Closeout Services and final record drawings will be provided to the Owner after project completion. 1.2.10 Change Orders When authorized by the Owner, Garver will prepare change orders or supplemental agreements for changes in the work from that originally provided for in the construction contract documents. If redesign or substantial engineering or surveying is required in the preparation of these change order documents, the Owner will pay Garver an additional fee to be agreed upon by the Owner and Garver. For new contract items, Garver will, prepare an engineer's estimate for the proposed work prior to negotiating with the contractor and will conduct a cost analysis after receipt of the contractor's proposal. 1.2.11 Final Inspections Garver will participate in a final project inspection of each phase with the Owner and Contractor, prepare a punch list,review final project closeout documents,and submit the final pay request. Exhibit A-14- Scope of Services 2 of 3 Construction Phase Services FYV HVAC Replacement Garver Project No.20A 13211 1.3 Grant Closeout Services At the conclusion of construction, Garver will assist the Owner with project closeout by providing a final project report which will include all necessary documents required for FAA grant closeout. Closeout documentation will be provided within 60 days of the final payment to the Contractor. 1.4 Project Deliverables The following will be submitted to the Owner,or others as indicated,by Garver: 1. One hard copy set of Record Drawings to Owner. 2. One hard copy set of Record Drawings to the FAA. 3. Electronic files.as requested. 1.5 Extra Work The following items are not included under this agreement but will be considered as extra work: 1. Submittals or deliverables in addition to those listed herein. 2. Services after construction,such as warranty follow-up,or operations support. 3. On-Site Construction Observation outside the visits from the Project Manager or Project Engineer detailed in the scope of services. 4. Construction Materials Testing Extra Work will be as directed by the Owner in writing for an additional fee as agreed upon by the Owner and Garver. Exhibit A-14- Scope of Services 3 of 3 Construction Phase Services FYV HVAC Replacement Garver Project No.20A 13211 EXHIBIT B-14 FAYETTEVILLE -DRAKE FIELD HVAC REPLACEMENT CONSTRUCTION PHASE SERVICES WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 D-1 T-1 $65.20 $55.35 $45.80 $41.80 $36.00 $33.60 $26.25 hr hr hr hr hr hr hr 1. Civil Engineering 1.2.2 Notice to Proceed 1 2 1.2.2 Preconstruction Meeting 4 1.2.3 Progress Meetings(5 Conference Call) 5 5 1.2.3 Progress Meetings(4 On-Site) 12 1.2.4 Owner Coordination 10 1.2.5 RFIs 6 1.2.6 Progress Payments(6 Total) 6 12 1.2.7 Payroll Reviews 1 5 1.2.8 DBE Compliance 1 2 1.2.9 Record Drawings 2 1.2.10 Change Orders 3 1.2.11 Final Inspection&Punchlist 6 Subtotal-Civil Engineering 57 0 0 0 19 0 7 2. Mechanical Engineering 1.2.1 Submittals 30 1.2.2 Preconstruction Meeting 4 8 1.2.3 Progress Meetings(5 Conference Call) 5 1.2.3 Progress Meetings(4 On-Site) 40 1.2.5 RFIs 24 1.2.9 Record Drawings 24 1.2.10 Change Orders 10 1.2.11 Final Inspection&Punchlist 12 Subtotal-Mechanical Engineering 34 123 0 0 0 0 0 3. Electrical Engineering 1.2.1 Submittals 5 1.2.2 Preconstruction Meeting 4 1.2.5 RFIs 6 1.2.11 Final Inspection&Punchlist 6 Subtotal-Electrical Engineering 5 16 0 0 0 0 0 Hours 96 139 0 0 19 0 7 Salary Costs $6,259.20 $7,693.65 $0.00 $0.00 $684.00 $0.00 $183.75 SUBTOTAL-SALARIES: $14,820.60 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $29,215.85 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: $44,325.97 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $6,605.47 TOTAL FEE: $51,000.00 EXHIBIT B-14 FAYETTEVILLE - DRAKE FIELD HVAC REPLACEMENT GRANT CLOSEOUT SERVICES WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 D-1 T-1 1 $65.20 $55.35 $45.80 $41.80 $36.00 $33.60 $26.25 hr hr hr hr hr hr hr 1. Civil Engineering 1.3 Final Construction Report 1 6 1.3 Final Reconciliation Change Order 1 2 1.3 FAA Closeout Documents 1 6 Subtotal-Civil Engineering 0 3 0 0 14 0 0 2. Mechanical Engineering 1.3 Final Construction Report 2 1.3 FAA Closeout Documents 2 Subtotal-Mechanical Engineering 0 4 0 0 0 0 0 3. Electrical Engineering 1.3 Final Construction Report 2 1.3 FAA Closeout Documents 2 Subtotal-Electrical Engineering 0 4 0 0 0 0 0 Hours 0 11 0 0 14 0 0 Salary Costs $0.00 $608.85 $0.00 $0.00 $504.00 $0.00 $0.00 SUBTOTAL-SALARIES: $1,112.85 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $2,193.76 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: $3,440.60 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $495.99 TOTAL FEE: $4,000.00 artU.S.Department Arkansas/Oklahoma FAA ASW-630 of Transportation Airports District Office 10101 Hillwood Parkway Federal Aviation Administration Fort Worth,TX 76177 August 19, 2020 Honorable Lioneld Jordan Mayor of Fayetteville 113 W. Mountain St. Fayetteville,AR 72701 Dear Mayor Jordan: Please find the following electronic Airport Improvement Program(AIP)Grant Offer,No.3-05-0020- 048-2020 at Drake Field in Fayetteville,Arkansas. This letter outlines expectations for success. Please read and follow the instructions carefully. To properly enter into this agreement,you must do the following: a. The governing body must provide authority to execute the grant to the individual electronically signing the grant; i.e.the sponsor's authorized representative. b. The sponsor's authorized representative must execute the grant,followed by the attorney's certification, no later than September 11,2020 in order for the grant to be valid. c. You may not make any modification to the text,terms or conditions of the grant offer. d. The grant offer must be digitally signed by the sponsor's legal signatory authority and then the grant offer will be routed via email to the sponsor's attorney. Once the attorney has digitally attested to the grant,an email with the executed grant will be sent to all parties. Subject to the requirements in 2 CFR§200.305,each payment request for reimbursement under this grant must be made electronically via the Delphi elnvoicing System. Please see the attached Grant Agreement for more information regarding the use of this System. The terms and conditions of this agreement require you drawdown and expend these funds within four years. We will be monitoring your progress to ensure proper stewardship of these Federal funds. You are expected to submit payment requests for reimbursement of allowable incurred project expenses consistent with project progress. Should you fail to make draws on a regular basis,your grant may be placed in"inactive"status which will impact future grant offers. Until the grant is completed and closed,you are responsible for the following: • Delphi elnvoicing—Attach(upload)an invoice summary with each electronic grant payment request.Guidance and examples can be found in the AIP Grant Payment and Sponsor Financial Reporting Policy at: http://www.faa.gov/airports/aip/grant jayments/media/A I P-Grant-Payment-Sponsor- Financial-Reporting-Pol icy.pdf • Submitting FAA Form 5370-1,Construction Progress and Inspection Report,due within 10 days of the end of each quarter until construction is complete. • Submitting a signed and dated SF-271,Outlay Report and Request for Reimbursement for Construction Programs,due 90 days after the end of each federal fiscal year in which this grant is open. • A signed and dated SF 425, Federal Financial Report,due 90 days after the end of each federal fiscal year in which this grant is open. As a condition of receiving Federal assistance under this award,you must comply with audit requirements as established under 2 CFR part 200. Subpart F requires non-Federal entities that expend$750,000 or more in Federal awards to conduct a single or program specific audit for that year. Note that this includes Federal expenditures made under other Federal-assistance programs. Please take appropriate and necessary action to assure your organization will comply with applicable audit requirements and standards. Once the project is complete and all costs are determined,we ask that you close the project without delay and submit the final closeout report documentation as required by your Region/Airports District Office. Femi Adeoye, P.E, 817-222-5986, is the assigned program manager for this grant and is readily available to assist you and your designated representative with the requirements stated herein. We sincerely value your cooperation in these efforts and look forward to working with you to complete this important project. Sincerely. (enet,/ SoLlek enn Boles (Aug 19, 2020 11:35 CDT) Glenn A. Boles,Manager Arkansas/Oklahoma Airports District Office 3-05-0020-048-2020 Iv U.S.Department of Transportation Federal Aviation Administration GRANTS AGREEMENT Part I -Offer Federal Award Offer Date Airport/Planning Area Drake Field Airport(FYV) Grant Number 3-05-0020-048-2020 Unique Entity Identifier 134398903 TO: City of Fayetteville (herein called the"Sponsor") FROM: The United States of America (acting through the Federal Aviation Administration, herein called the"FAA") WHEREAS,the Sponsor has submitted to the FAA a Project Application dated July 31,2020,for a grant of Federal funds for a project at or associated with the Drake Field Airport,which, by reference, is part of this Grant Agreement;and WHEREAS,the FAA has approved a project for the Drake Field Airport(herein called the "Project") consisting of the following: Improve/Rehabilitate Terminal Building(HVAC) which is more fully described in the Project Application. NOW THEREFORE,According to the applicable provisions of the former Federal Aviation Act of 1958,as amended and recodified, 49 U.S.C. §40101, et seq.,and the former Airport and Airway Improvement Act of 1982 (AAIA),as amended and recodified,49 U.S.C. §47101, et seq., (herein the AAIA grant statute is referred to as"the Act"),the representations contained in the Project Application,and in consideration of(a)the Sponsor's adoption and ratification of the Grant Assurances dated March 2014, as applied and interpreted consistent with the FAA Reauthorization Act of 2018(see 2018 FAA Reauthorization grant condition.), (b)and the Sponsor's acceptance of this Offer;and, (c)the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the Grant Assurances and conditions as herein provided. 1 3-05-0020-048-2020 THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay ninety (90) percent of the allowable costs incurred accomplishing the Project as the United States share of the Project. Assistance Listings Number(Formerly CFDA Number):20.106 This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: CONDITIONS 1. Maximum Obligation.The maximum obligation of the United States payable under this Offer is $1,305,778. The following amounts represent a breakdown of the maximum obligation for the purpose of establishing allowable amounts for any future grant amendment, which may increase the foregoing maximum obligation of the United States under the provisions of 49 U.S.C. §47108(b): $0 for planning $ 1,305,778 airport development or noise program implementation; and, $0 for land acquisition. 2. Period of Performance.The period of performance begins on the date the Sponsor formally accepts this agreement. Unless explicitly stated otherwise in an amendment from the FAA,the end date of the period of performance is 4 years(1,460 calendar days)from the date of formal grant acceptance by the Sponsor. The Sponsor may only charge allowable costs for obligations incurred prior to the end date of the period of performance (2 CFR§200.309). Unless the FAA authorizes a written extension,the sponsor must submit all project closeout documentation and liquidate(pay off)all obligations incurred under this award no later than 90 calendar days after the end date of the period of performance(2 CFR§200.343). The period of performance end date does not relieve or reduce Sponsor obligations and assurances that extend beyond the closeout of a grant agreement. 3. Ineligible or Unallowable Costs.The Sponsor must not include any costs in the project that the FAA has determined to be ineligible or unallowable. 4. Indirect Costs-Sponsor.Sponsor may charge indirect costs under this award by applying the indirect cost rate identified in the project application as accepted by the FAA,to allowable costs for Sponsor direct salaries and wages. 5. Determining the Final Federal Share of Costs.The United States'share of allowable project costs will be made in accordance with the regulations, policies,and procedures of the Secretary. Final determination of the United States'share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 6. Completing the Project Without Delay and in Conformance with Requirements.The Sponsor must carry out and complete the project without undue delays and in accordance with this agreement, and the regulations, policies, and procedures of the Secretary. Per 2 CFR§200.308,the Sponsor agrees to report to the FAA any disengagement from performing the project that exceeds three months.The report must include a reason for the project stoppage.The Sponsor also agrees to comply with the assurances which are part of this agreement. 2 3-05-0020-048-2020 7 Amendments or Withdrawals before Grant Acceptance.The FAA reserves the right to amend or withdraw this offer at any time prior to its acceptance by the Sponsor. 8. Offer Expiration Date.This offer will expire and the United States will not be obligated to pay any part of the costs of the project unless this offer has been accepted by the Sponsor on or before September 11,2020,or such subsequent date as may be prescribed in writing by the FAA. 9. Improper Use of Federal Funds.The Sponsor must take all steps, including litigation if necessary,to recover Federal funds spent fraudulently,wastefully,or in violation of Federal antitrust statutes, or misused in any other manner for any project upon which Federal funds have been expended. For the purposes of this grant agreement,the term"Federal funds" means funds however used or dispersed by the Sponsor,that were originally paid pursuant to this or any other Federal grant agreement.The Sponsor must obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds.The Sponsor must return the recovered Federal share, including funds recovered by settlement,order,or judgment,to the Secretary.The Sponsor must furnish to the Secretary, upon request,all documents and records pertaining to the determination of the amount of the Federal share or to any settlement,litigation, negotiation,or other efforts taken to recover such funds.All settlements or other final positions of the Sponsor,in court or otherwise, involving the recovery of such Federal share require advance approval by the Secretary. 10. United States Not Liable for Damage or Injury.The United States is not responsible or liable for damage to property or injury to persons which may arise from, or be incident to,compliance with this grant agreement. 11. System for Award Management(SAM)Registration And Universal Identifier. A. Requirement for System for Award Management(SAM): Unless the Sponsor is exempted from this requirement under 2 CFR 25.110,the Sponsor must maintain the currency of its information in the SAM until the Sponsor submits the final financial report required under this grant,or receives the final payment,whichever is later.This requires that the Sponsor review and update the information at least annually after the initial registration and more frequently if required by changes in information or another award term.Additional information about registration procedures may be found at the SAM website(currently at http://www.sam.gov). B. Unique entity identifier(UEI) means a 12-character alpha-numeric value used to identify a specific commercial,nonprofit or governmental entity. A UEI may be obtained from SAM.gov at https://sam.gov/SAM/pages/public/index.isf. 12. Electronic Grant Payment(s). Unless otherwise directed by the FAA,the Sponsor must make each payment request under this agreement electronically via the Delphi elnvoicing System for Department of Transportation (DOT) Financial Assistance Awardees. 13. Informal Letter Amendment of AIP Projects.If,during the life of the project,the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by$25,000 or five percent(5%),whichever is greater,the FAA can issue a letter amendment to the Sponsor unilaterally reducing the maximum obligation. The FAA can also issue a letter to the Sponsor increasing the maximum obligation if there is an overrun in the total actual eligible and allowable project costs to cover the amount of the overrun provided it will not exceed the statutory limitations for grant amendments.The FAA's authority to increase the maximum obligation does not apply to the "planning"component of condition No. 1. 3 3-05-0020-048-2020 The FAA can also issue an informal letter amendment that modifies the grant description to correct administrative errors or to delete work items if the FAA finds it advantageous and in the best interests of the United States. An informal letter amendment has the same force and effect as a formal grant amendment. 14. Air and Water Quality.The Sponsor is required to comply with all applicable air and water quality standards for all projects in this grant. If the Sponsor fails to comply with this requirement,the FAA may suspend,cancel,or terminate this agreement. 15. Financial Reporting and Payment Requirements.The Sponsor will comply with all federal financial reporting requirements and payment requirements, including submittal of timely and accurate reports. 16. Buy American. Unless otherwise approved in advance by the FAA,the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for which funds are provided under this grant. The Sponsor will include a provision implementing Buy American in every contract. 17. Maximum Obligation Increase. In accordance with 49 U.S.C. §47108(b),as amended,the maximum obligation of the United States,as stated in Condition No. 1 of this Grant Offer: A. May not be increased for a planning project; B. May be increased by not more than 15 percent for development projects if funds are available; C. May be increased by not more than 15 percent for land project if funds are available. 18. Audits for Public Sponsors.The Sponsor must provide for a Single Audit or program specific audit in accordance with 2 CFR part 200.The Sponsor must submit the audit reporting package to the Federal Audit Clearinghouse on the Federal Audit Clearinghouse's Internet Data Entry System at http://harvester.census.gov/facweb/. Provide one copy of the completed audit to the FAA if requested. 19. Suspension or Debarment.When entering into a "covered transaction"as defined by 2 CFR§ 180.200,the Sponsor must: A. Verify the non-federal entity is eligible to participate in this Federal program by: 1. Checking the excluded parties list system (EPLS)as maintained within the System for Award Management(SAM)to determine if the non-federal entity is excluded or disqualified;or 2. Collecting a certification statement from the non-federal entity attesting they are not excluded or disqualified from participating;or 3. Adding a clause or condition to covered transactions attesting individual or firm are not excluded or disqualified from participating. B. Require prime contractors to comply with 2 CFR§ 180.330 when entering into lower-tier transactions(e.g.Sub-contracts). C. Immediately disclose to the FAA whenever the Sponsor(1)learns they have entered into a covered transaction with an ineligible entity or(2)suspends or debars a contractor, person,or entity. 20. Ban on Texting While Driving. 4 3-05-0020-048-2020 A. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10,Text Messaging While Driving, December 30, 2009, the Sponsor is encouraged to: 1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving when performing any work for,or on behalf of,the Federal government,including work relating to a grant or subgrant. 2. Conduct workplace safety initiatives in a manner commensurate with the size of the business,such as: a. Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving;and b. Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. B. The Sponsor must insert the substance of this clause on banning texting while driving in all subgrants, contracts and subcontracts. 21. AIP Funded Work Included in a PFC Application.Within 90 days of acceptance of this award, Sponsor must submit to the Federal Aviation Administration an amendment to any approved Passenger Facility Charge(PFC) application that contains an approved PFC project also covered under this grant award.The airport sponsor may not make any expenditure under this award until project work addressed under this award is removed from an approved PFC application by amendment. 22. Exhibit"A"Property Map.The Exhibit"A" Property Map dated 01/25/2011, is incorporated herein by reference or is submitted with the project application and made part of this grant agreement. 23. Employee Protection from Reprisal. A. Prohibition of Reprisals — 1. In accordance with 41 U.S.C. §4712,an employee of a grantee or subgrantee may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing to a person or body described in sub-paragraph (A)(2), information that the employee reasonably believes is evidence of: i. Gross mismanagement of a Federal grant; ii. Gross waste of Federal funds; iii. An abuse of authority relating to implementation or use of Federal funds; iv. A substantial and specific danger to public health or safety;or v. A violation of law, rule,or regulation related to a Federal grant. 2. Persons and bodies covered:The persons and bodies to which a disclosure by an employee is covered are as follows: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Federal office or employee responsible for oversight of a grant program; v. A court or grand jury; vi. A management office of the grantee or subgrantee; or vii. A Federal or State regulatory enforcement agency. 5 3-05-0020-048-2020 3. Submission of Complaint—A person who believes that they have been subjected to a reprisal prohibited by paragraph A of this grant term may submit a complaint regarding the reprisal to the Office of Inspector General(OIG)for the U.S. Department of Transportation. 4. Time Limitation for Submittal of a Complaint—A complaint may not be brought under this subsection more than three years after the date on which the alleged reprisal took place. 5. Required Actions of the Inspector General —Actions,limitations,and exceptions of the Inspector General's office are established under 41 U.S.C. §4712(b). 6. Assumption of Rights to Civil Remedy— Upon receipt of an explanation of a decision not to conduct or continue an investigation by the Office of Inspector General,the person submitting a complaint assumes the right to a civil remedy under 41 U.S.C. §4712(c). 24. 2018 FAA Reauthorization.This grant agreement is subject to the terms and conditions contained herein including the terms known as the Grant Assurances as they were published in the Federal Register on April 3,2014.On October 5,2018,the FAA Reauthorization Act of 2018 made certain amendments to 49 U.S.C.chapter 471.The Reauthorization Act will require FAA to make certain amendments to the assurances in order to best achieve consistency with the statute. Federal law requires that FAA publish any amendments to the assurances in the Federal Register along with an opportunity to comment. In order not to delay the offer of this grant,the existing assurances are attached herein;however, FAA shall interpret and apply these assurances consistent with the Reauthorization Act.To the extent there is a conflict between the assurances and Federal statutes, the statutes shall apply.The full text of the Act is at httos://www.congress.&ov/bill/115th- congress/house-bill/302/text. SPECIAL CONDITIONS 25. Small Airport Fund.This grant includes funding from the Small Airport Fund. 6 3-05-0020-048-2020 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor,as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act, constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION (Signature) Glenn A. Boles (Typed Name) Manager, AR/OK Airports District Office (Title of FAA Official) 7 3-05-0020-048-2020 Part II -Acceptance The Sponsor does hereby ratify and adopt all assurances, statements, representations,warranties, covenants,and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer, and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. I declare under penalty of perjury that the foregoing is true and correct.' Dated j City of Fayetteville / • e of Spons. I / Otirciro (Sig - j. o' Authorized official) By: 4'0 "lat (Typed Name o,'Sponsor's Authcrizea Official) Title: / (/r ( 'tie of Sponsor's Authorized Official) Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C. Section 1001 (False Statements)and could subject you to fines, imprisonment,or both. 8 3-05-0020-048-2020 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act, constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION Glenn Boles (Aug 19, 2020 11:35 CDT) (Signature) Glenn A. Boles (Typed Name) Manager,AR/OK Airports District Office (Title of FAA Official) 7 3-05-0020-048-2020 Part II -Acceptance The Sponsor does hereby ratify and adopt all assurances,statements, representations,warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer,and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. I declare under penalty of perjury that the foregoing is true and correct.' Dated September 16,2020 City of Fayetteville (Name of Sponsor) Lioneld Jordan c,;',57CDT: (Signature of Sponsor's Authorized Official) By: Lioneld Jordan (Typed Name of Sponsor's Authorized Official) Title: Mayor (Title of Sponsor's Authorized Official) 'Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C. Section 1001 (False Statements) and could subject you to fines, imprisonment,or both. 8 3-05-0020-048-2020 CERTIFICATE OF SPONSOR'S ATTORNEY I, Kit Williams , acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Arkansas . Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition,for grants involving projects to be carried out on property no t owned by the Sponsor,there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at September 16,2020 By: (Signature of Sponsor's Attorney) 9 3-05-0020-048-2020 ASSURANCES AIRPORT SPONSORS A. General. a. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants for airport sponsors. b. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended.As used herein,the term "public agency sponsor" means a public agency with control of a public-use airport;the term "private sponsor" means a private owner of a public-use airport; and the term "sponsor" includes both public agency sponsors and private sponsors. c. Upon acceptance of this grant offer by the sponsor,these assurances are incorporated in and become part of this grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of this grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty(20)years from the date of acceptance of a grant offer of Federal funds for the project. However,there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport.There shall be no limit on the duration of the terms,conditions,and assurances with respect to real property acquired with federal funds. Furthermore,the duration of the Civil Rights assurance shall be specified in the assurances. 2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10)years from the date of acceptance of Federal aid for the project. 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 25, 30, 32, 33, and 34 in Section C apply to planning projects.The terms, conditions,and assurances of this grant agreement shall remain in full force and effect during the life of the project;there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. C. Sponsor Certification. The sponsor hereby assures and certifies,with respect to this grant that: 10 March,2014 3-05-0020-048-2020 1. General Federal Requirements It will comply with all applicable Federal laws, regulations, executive orders, policies,guidelines,and requirements as they relate to the application,acceptance and use of Federal funds for this project including but not limited to the following: FEDERAL LEGISLATION a. Title 49, U.S.C., subtitle VII,as amended. b. Davis-Bacon Act —40 U.S.C. 276(a), et seq.' c. Federal Fair Labor Standards Act-29 U.S.C. 201,et seq. d. Hatch Act—5 U.S.C. 1501,et seq.' e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601,et seq.'2 f. National Historic Preservation Act of 1966-Section 106- 16 U.S.C.47O(f).1 g. Archeological and Historic Preservation Act of 1974- 16 U.S.C.469 through 469c.' h. Native Americans Grave Repatriation Act-25 U.S.C.Section 3001, et seq. i. Clean Air Act, P.L. 90-148,as amended. j. Coastal Zone Management Act, P.L.93-205, as amended. k. Flood Disaster Protection Act of 1973-Section 102(a)-42 U.S.C.4O12a.' I. Title 49, U.S.C., Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of 1973 -29 U.S.C. 794. n. Title VI of the Civil Rights Act of 1964(42 U.S.C. §2OOOd et seq., 78 stat. 252)(prohibits discrimination on the basis of race,color, national origin); o. Americans with Disabilities Act of 1990,as amended, (42 U.S.C. § 12101 et seq.), prohibits discrimination on the basis of disability). p. Age Discrimination Act of 1975-42 U.S.C. 6101, et seq. q. American Indian Religious Freedom Act, P.L.95-341,as amended. r. Architectural Barriers Act of 1968-42 U.S.C.4151, et seq.' s. Power plant and Industrial Fuel Use Act of 1978 -Section 403-2 U.S.C. 8373.1 t. Contract Work Hours and Safety Standards Act-40 U.S.C. 327,et seq.' u. Copeland Anti-kickback Act- 18 U.S.C. 874.1 v. National Environmental Policy Act of 1969-42 U.S.C. 4321, et seq.' w. Wild and Scenic Rivers Act, P.L.90-542, as amended. x. Single Audit Act of 1984-31 U.S.C. 7501,et seq.2 y. Drug-Free Workplace Act of 1988-41 U.S.C.702 through 706. 11 March,2014 3-05-0020-048-2020 z. The Federal Funding Accountability and Transparency Act of 2006, as amended (Pub. L. 109-282, as amended by section 6202 of Pub. L. 110-252). EXECUTIVE ORDERS a. Executive Order 11246—Equal Employment Opportunity' b. Executive Order 11990—Protection of Wetlands c. Executive Order 11998—Flood Plain Management d. Executive Order 12372—Intergovernmental Review of Federal Programs e. Executive Order 12699—Seismic Safety of Federal and Federally Assisted New Building Construction' f. Executive Order 12898—Environmental Justice FEDERAL REGULATIONS a. 2 CFR Part 180—OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement). b. 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. [OMB Circular A-87 Cost Principles Applicable to Grants and Contracts with State and Local Governments,and OMB Circular A-133-Audits of States, Local Governments, and Non-Profit Organizations).4,5,6 c. 2 CFR Part 1200—Nonprocurement Suspension and Debarment. d. 14 CFR Part 13—Investigative and Enforcement Procedures14 CFR Part 16- Rules of Practice For Federally Assisted Airport Enforcement Proceedings. e. 14 CFR Part 150—Airport noise compatibility planning. f. 28 CFR Part 35—Discrimination on the Basis of Disability in State and Local Government Services. g. 28 CFR §50.3—U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964. h. 29 CFR Part 1—Procedures for predetermination of wage rates.' i. 29 CFR Part 3—Contractors and subcontractors on public building or public work financed in whole or part by loans or grants from the United States.' j. 29 CFR Part 5—Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non-construction contracts subject to the Contract Work Hours and Safety Standards Act).' k. 41 CFR Part 60—Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor(Federal and federally assisted contracting requirements).' I. 49 CFR Part 18—Uniform administrative requirements for grants and cooperative agreements to state and local governments.' m. 49 CFR Part 20—New restrictions on lobbying. 12 March,2014 3-05-0020-048-2020 n. 49 CFR Part 21—Nondiscrimination in federally-assisted programs of the Department of Transportation -effectuation of Title VI of the Civil Rights Act of 1964. o. 49 CFR Part 23—Participation by Disadvantage Business Enterprise in Airport Concessions. p. 49 CFR Part 24—Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally Assisted Programs.'2 q. 49 CFR Part 26—Participation by Disadvantaged Business Enterprises in Department of Transportation Programs. r. 49 CFR Part 27—Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance.' s. 49 CFR Part 28—Enforcement of Nondiscrimination on the Basis of Handicap in Programs or Activities conducted bythe Department of Transportation. p t. 49 CFR Part 30—Denial of public works contracts to suppliers of goods and services of countries that deny procurement market access to U.S. contractors. u. 49 CFR Part 32—Governmentwide Requirements for Drug-Free Workplace (Financial Assistance). v. 49 CFR Part 37—Transportation Services for Individuals with Disabilities(ADA). w. 49 CFR Part 41—Seismic safety of Federal and federally assisted or regulated new building construction. FOOTNOTES TO ASSURANCE C.1. These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 18 and 2 CFR Part 200 contain requirements for State and Local Governments receiving Federal assistance.Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. On December 26,2013 at 78 FR 78590,the Office of Management and Budget (OMB) issued the Uniform Administrative Requirements,Cost Principles, and Audit Requirements for Federal Awards in 2 CFR Part 200. 2 CFR Part 200 replaces and combines the former Uniform Administrative Requirements for Grants (OMB Circular A-102 and Circular A-110 or 2 CFR Part 215 or Circular)as well as the Cost Principles (Circulars A-21 or 2 CFR part 220; Circular A-87 or 2 CFR part 225; and A-122,2 CFR part 230). Additionally it replaces Circular A-133 guidance on the Single Annual Audit. In accordance with 2 CFR section 200.110,the standards set forth in Part 200 which affect administration of Federal awards issued by Federal agencies become effective once implemented by Federal agencies or when any future amendment to this Part becomes final. Federal agencies, including the Department of Transportation, must implement the policies and procedures applicable to Federal awards by promulgating a regulation to be effective by December 26, 2014 unless different provisions are required by statute or approved by OMB. 6 Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for determining the eligibility of specific types of expenses. 6 Audit requirements established in 2 CFR part 200 subpart F are the guidelines for audits. 13 March,2014 3-05-0020-048-2020 SPECIFIC ASSURANCES Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this grant agreement. 1. Purpose Directly Related to the Airport It certifies that the reimbursement sought is for a purpose directly related to the airport. 2. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has authority legaltoapply g pp y for this grant,and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for this grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein;to act in connection with this application;and to provide such additional information as may be required. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under this grant agreement which it will own or control. 4. Good Title. a. It, a public agency or the Federal government, holds good title,satisfactory to the Secretary,to the landing area of the airport or site thereof,or will give assurance satisfactory to the Secretary that good title will be acquired. b. For noise compatibility program projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal funds will be expended or will give assurance to the Secretary that good title will be obtained. 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms,conditions, and assurances in this grant agreement without the written approval of the Secretary,and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. It will not sell, lease,encumber,or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or,for a noise compatibility program project,that portion of the property upon which Federal funds have been expended, 14 March,2G:4 3-05-0020-048-2020 for the duration of the terms, conditions, and assurances in this grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States Code,to assume the obligations of this grant agreement and to have the power, authority, and financial resources to carry out all such obligations,the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement. c. For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary,that agreement shall obligate that government to the same terms,conditions,and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility program project.That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial non-compliance with the terms of the agreement. d. For noise compatibility program projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial non-compliance with the terms of the agreement. e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public-use airport in accordance with these assurances for the duration of these assurances. f. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor,the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance Title 49, United States Code,the regulations and the terms,conditions and assurances in this grant agreement and shall insure that such arrangement also requires compliance therewith. g. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence,or zoned for residential use,to taxi an aircraft between that property and any location on airport. Sponsors of general aviation airports entering into any arrangement that results in permission for the owner of residential real property adjacent to or near the airport must comply with the requirements of Sec. 136 of Public Law 112-95 and the sponsor assurances. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application)of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 15 March.2014 3-05-0020-048-2020 8. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. 9. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social,and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall,when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further,for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10. Metropolitan Planning Organization. In projects involving the location of an airport,an airport runway,or a major runway extension at a medium or large hub airport,the sponsor has made available to and has provided upon request to the metropolitan planning organization in the area in which the airport is located, if any,a copy of the proposed amendment to the airport layout plan to depict the project and a copy of any airport master plan in which the project is described or depicted. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995,for the replacement or reconstruction of pavement at the airport, it assures or certifies that it has implemented an effective airport pavement maintenance-management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. 12. Terminal Development Prerequisites. For projects which include terminal development at a public use airport,as defined in Title 49, it has, on the date of submittal of the project grant application,all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code,and all the security equipment required by rule or regulation,and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System,Audit,and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this grant,the total cost of the project in connection with which this grant is given or used,and the amount or nature of that portion of the cost of the project supplied by other sources,and such other financial records pertinent to the project.The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Comptroller General of the United States,or any of their duly authorized representatives,for the purpose of audit and examination,any 16 Mach.2C14 3-05-0020-048-2020 books,documents, papers, and records of the recipient that are pertinent to this grant.The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which this grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six(6) months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of$2,000 for work on any projects funded under this grant agreement which involve labor, provisions establishing minimum rates of wages,to be predetermined by the Secretary of Labor, in accordance with the Davis-Bacon Act, as amended (40 U.S.C. 276a-276a-5),which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 15. Veteran's Preference. It shall include in all contracts for work on any project funded under this grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor(except in executive,administrative,and supervisory positions),preference shall be given to Vietnam era veterans, Persian Gulf veterans,Afghanistan-Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 49, United States Code. However,this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans,specifications,and schedules approved by the Secretary. Such plans,specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction,or other performance under this grant agreement,and, upon approval of the Secretary,shall be incorporated into this grant agreement. Any modification to the approved plans,specifications, and schedules shall also be subject to approval of the Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans,specifications,and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary.Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project application or with the modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. 17 March.2014 3-05-0020-048-2020 c. It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. f. It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19. Operation and Maintenance. a. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States,shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith,with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non-aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance,the sponsor will have in effect arrangements for- 1. Operating the airport's aeronautical facilities whenever required; 2. Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions;and 3. Promptly notifying airmen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow,flood or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration,or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. b. It will suitably operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport(including established minimum flight altitudes)will be adequately cleared and protected by removing, lowering, relocating, marking,or lighting or 18 March,2014 3-05-0020-048-2020 otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21. Compatible Land Use. It will take appropriate action,to the extent reasonable, including the adoption of zoning laws,to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause or permit any change in land use, within its jurisdiction,that will reduce its compatibility,with respect to the airport,of the noise compatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimination. a. It will make the airport available as an airport for public use on reasonable terms and without unjust discrimination to all types, kinds and classes of aeronautical activities, including g commercial aeronautical activities offering services to the public at the airport. b. In any agreement, contract, lease,or other arrangement under which a right or privilege at the airport is granted to any person, firm,or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport,the sponsor will insert and enforce provisions requiring the contractor to- 1. furnish said services on a reasonable,and not unjustly discriminatory,basis to all users thereof,and 2. charge reasonable,and not unjustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates,or other similar types of price reductions to volume purchasers. a. Each fixed-based operator at the airport shall be subject to the same rates,fees, rentals, and other charges as are uniformly applicable to all other fixed-based operators making the same or similar uses of such airport and utilizing the same or similar facilities b. Each air carrier using such airport shall have the right to service itself or to use any fixed-based operator that is authorized or permitted by the airport to serve any air carrier at such airport. c. Each air carrier using such airport (whether as a tenant, non-tenant,or subtenant of another air carrier tenant)shall be subject to such nondiscriminatory and substantially comparable rules, regulations,conditions, rates,fees, rentals,and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and utilize similar facilities,subject to reasonable classifications such as tenants or non-tenants and signatory carriers and non-signatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classification or status. d. It will not exercise or grant any right or privilege which operates to prevent any person,firm,or corporation operating aircraft on the airport from performing any 19 March,2014 3-05-0020-048-2020 services on its own aircraft with its own employees [including, but not limited to maintenance, repair,and fueling]that it may choose to perform. e. In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance,the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. f. The sponsor may establish such reasonable,and not unjustly discriminatory, conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. g. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any person providing,or intending to provide,aeronautical services to the public.For purposes of this paragraph,the providing of the services at an airport by a single fixed-based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome,or impractical for more than one fixed-based operator to provide such services,and b. If allowing more than one fixed-based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed-based operator and such airport. It further agrees that it will not,either directly or indirectly,grant or permit any person,firm,or corporation,the exclusive right at the airport to conduct any aeronautical activities,including, but not limited to charter flights,pilot training,aircraft rental and sightseeing,aerial photography,crop dusting,aerial advertising and surveying,air carrier operations,aircraft sales and services,sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity,repair and maintenance of aircraft, sale of aircraft parts,and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity,and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self-sustaining as possible under the circumstances existing at the particular airport,taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development,airport planning or noise compatibility project for which a grant is made under Title 49,United States Code,the Airport and Airway Improvement Act of 1982,the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates,and charges for users of that airport. 25. Airport Revenues. a. All revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987,will be expended by it for the capital or operating costs of the airport;the local airport system;or other local facilities which are owned or operated by the owner or 20 March,2014 3-05-0020-048-2020 operator of the airport and which are directly and substantially related to the actual air transportation of passengers or property;or for noise mitigation purposes on or off the airport. The following exceptions apply to this paragraph: 1. If covenants or assurances in debt obligations issued before September 3, 1982,by the owner or operator of the airport,or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities,including the airport,to support not only the airport but also the airport owner or operator's general debt obligations or other facilities,then this limitation on the use of all revenues generated by the airport(and, in the case of a public airport, local taxes on aviation fuel)shall not apply. 2. If the Secretary approves the sale of a privately owned airport to a public sponsor and provides funding for any portion of the public sponsor's acquisition of land,this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale.This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion(amortized over a 20-year period)of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3. Certain revenue derived from or generated by mineral extraction,production,lease,or other means at a general aviation airport(as defined at Section 47102 of title 49 United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec.813 of Public Law 112-95. a. As part of the annual audit required under the Single Audit Act of 1984,the sponsor will direct that the audit will review,and the resulting audit report will provide an opinion concerning,the use of airport revenue and taxes in paragraph(a), and indicating whether funds paid or transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. b. Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Section 47107 of Title 49, United States Code. 26. Reports and Inspections. It will: a. submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports available to the public;make available to the public at reasonable times and places a report of the airport budget in a format prescribed by the Secretary; b. for airport development projects,make the airport and all airport records and documents affecting the airport, including deeds, leases,operation and use agreements,regulations and other instruments,available for inspection by any duly authorized agent of the Secretary upon reasonable request; 21 March,2014 3-05-0020-048-2020 c. for noise compatibility program projects,make records and documents relating to the project and continued compliance with the terms,conditions,and assurances of this grant agreement including deeds, leases,agreements,regulations,and other instruments,available for inspection by any duly authorized agent of the Secretary upon reasonable request;and d. in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years,an annual report listing in detail: 1. all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made;and 2. all services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property. 27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge,except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use,for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency,substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary,would unduly interfere with use of the landing areas by other authorized aircraft,or during any calendar month that— a. by gross weights of such aircraft) is in excess of five million pounds Five(5)or more Government aircraft are regularly based at the airport or on land adjacent thereto;or b. The total number of movements(counting each landing as a movement)of Government aircraft is 300 or more,or the gross accumulative weight of Government aircraft using the airport(the total movement of Government aircraft multiplied. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities,or weather-reporting and communication activities related to air traffic control,any areas of land or water,or estate therein,or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes.Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at all times an airport layout plan of the airport showing: 1. boundaries of the airport and all proposed additions thereto,together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; 2. the location and nature of all existing and proposed airport facilities and structures(such as runways,taxiways,aprons,terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; 22 March,2014 3-05-0020-048-2020 3. the location of all existing and proposed nonaviation areas and of all existing improvements thereon; and 4. all proposed and existing access points used to taxi aircraft across the airport's property boundary.Such airport layout plans and each amendment,revision,or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan.The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. a. If a change or alteration in the airport or the facilities is made which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased,or funded property on or off the airport and which is not in conformity with the airport layout plan as approved by the Secretary,the owner or operator will, if requested, by the Secretary(1) eliminate such adverse effect in a manner approved by the Secretary;or(2) bear all costs of relocating such property(or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property(or replacement thereof)to the level of safety, utility,efficiency, and cost of operation existing before the unapproved change in the airport or its facilities except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary's design standards beyond the control of the airport sponsor. 30. Civil Rights. It will promptly take any measures necessary to ensure that no person in the United States shall,on the grounds of race, creed, color, national origin,sex,age,or disability be excluded from participation in, be denied the benefits of,or be otherwise subjected to discrimination in any activity conducted with,or benefiting from,funds received from this grant. a. Using the definitions of activity,facility and program as found and defined in§§21.23(b) and 21.23 (e)of 49 CFR §21,the sponsor will facilitate all programs, operate all facilities,or conduct all programs in compliance with all non-discrimination requirements imposed by, or pursuant to these assurances. b. Applicability 1. Programs and Activities. If the sponsor has received a grant(or other federal assistance) for any of the sponsor's program or activities,these requirements extend to all of the sponsor's programs and activities. 2. Facilities.Where it receives a grant or other federal financial assistance to construct, expand, renovate, remodel, alter or acquire a facility,or part of a facility,the assurance extends to the entire facility and facilities operated in connection therewith. 3. Real Property. Where the sponsor receives a grant or other Federal financial assistance in the form of, or for the acquisition of real property or an interest in real property,the assurance will extend to rights to space on,over, or under such property. c. Duratioh. The sponsor agrees that it is obligated to this assurance for the period during which Federal financial assistance is extended to the program,except where the Federal financial assistance is 23 March,201$ 3-05-0020-048-2020 to provide,or is in the form of, personal property, or real property,or interest therein,or structures or improvements thereon, in which case the assurance obligates the sponsor,or any transferee for the longer of the following periods: 1. So long as the airport is used as an airport, or for another purpose involving the provision of similar services or benefits;or 2. So long as the sponsor retains ownership or possession of the property. d. Required Solicitation Language. It will include the following notification in all solicitations for bids, Requests For Proposals for work,or material under this grant agreement and in all proposals for agreements, including airport concessions, regardless of funding source: "The(Name of Sponsor), in accordance with the provisions of Title VI of the Civil Rights Act of 1964(78 Stat. 252,42 U.S.C. §§2000d to 2000d-4)and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color, or national origin in consideration for an award." e. Required Contract Provisions. 1. It will insert the non-discrimination contract clauses requiring compliance with the acts and regulations relative to non-discrimination in Federally-assisted programs of the DOT, and incorporating the acts and regulations into the contracts by reference in every contract or agreement subject to the non-discrimination in Federally-assisted programs of the DOT acts and regulations. 2. It will include a list of the pertinent non-discrimination authorities in every contract that is subject to the non-discrimination acts and regulations. 3. It will insert non-discrimination contract clauses as a covenant running with the land, in any deed from the United States effecting or recording a transfer of real property, structures, use,or improvements thereon or interest therein to a sponsor. 4. It will insert non-discrimination contract clauses prohibiting discrimination on the basis of race,color, national origin,creed,sex,age,or handicap as a covenant running with the land, in any future deeds, leases, license, permits,or similar instruments entered into by the sponsor with other parties: a. For the subsequent transfer of real property acquired or improved under the applicable activity, project,or program;and b. For the construction or use of,or access to, space on,over, or under real property acquired or improved under the applicable activity, project,or program. f. It will provide for such methods of administration for the program as are found by the Secretary to give reasonable guarantee that it, other recipients, sub-recipients,sub-grantees, contractors,subcontractors, consultants,transferees,successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the acts,the regulations, and this assurance. 24 March,2014 3-05-0020-048-2020 g. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the acts,the regulations,and this assurance. 31. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes,including land serving as a noise buffer,it will dispose of the land,when the land is no longer needed for such purposes,at fair market value,at the earliest practicable time.That portion of the proceeds of such disposition which is proportionate to the United States'share of acquisition of such land will be,at the discretion of the Secretary, (1)reinvested in another project at the airport,or(2) transferred to another eligible airport as prescribed by the Secretary.The Secretary shall give preference to the following, in descending order,(1)reinvestment in an approved noise compatibility project,(2)reinvestment in an approved project that is eligible for grant funding under Section 47117(e)of title 49 United States Code,(3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114,47115,or 47117 of title 49 United States Code,(4)transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport,and(5) paid to the Secretary for deposit in the Airport and Airway Trust Fund.If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes,the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. b. For land purchased under a grant for airport development purposes(other than noise compatibility), it will,when the land is no longer needed for airport purposes,dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair market value of the land.That portion of the proceeds of such disposition which is proportionate to the United States'share of the cost of acquisition of such land will, (1)upon application to the Secretary, be reinvested or transferred to another eligible airport as prescribed by the Secretary.The Secretary shall give preference to the following,in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e)of title 49 United States Code,(3)reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114,47115,or 47117 of title 49 United States Code,(4)transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport,and (5)paid to the Secretary for deposit in the Airport and Airway Trust Fund. c. Land shall be considered to be needed for airport purposes under this assurance if(1)it may be needed for aeronautical purposes(including runway protection zones)or serve as noise buffer land,and(2)the revenue from interim uses of such land contributes to the financial self- sufficiency of the airport.Further, land purchased with a grant received by an airport operator or owner before December 31, 1987,will be considered to be needed for airport purposes if the Secretary or Federal agency making such grant before December 31, 1987,was notified by the operator or owner of the uses of such land,did not object to such use,and the land continues to be used for that purpose,such use having commenced no later than December 15, 1989. d. Disposition of such land under(a)(b)or(c)will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 25 March,2014 3-05-0020-048-2020 32. Engineering and Design Services. It will award each contract,or sub-contract for program management,construction management, planning studies,feasibility studies,architectural services, preliminary engineering, design, engineering,surveying,mapping or related services with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under Title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent qualifications-based requirement prescribed for or by the sponsor of the airport. 33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. 34. Policies,Standards,and Specifications. It will carry out the project in accordance with policies,standards,and specifications approved by the Secretary including, but not limited to,the advisory circulars listed in the Current FAA Advisory Circulars for AIP projects,dated April 18,2019,and included in this grant,and in accordance with applicable state policies,standards, and specifications approved by the Secretary. 35. Relocation and Real Property Acquisition. a. It will be guided in acquiring real property,to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse property owners for necessary expenses as specified in Subpart B. b. It will provide a relocation assistance program offering the services described in Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. c. It will make available within a reasonable period of time prior to displacement,comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36. Access By Intercity Buses. The airport owner or operator will permit,to the maximum extent practicable,intercity buses or other modes of transportation to have access to the airport; however, it has no obligation to fund special facilities for intercity buses or for other modes of transportation. 37. Disadvantaged Business Enterprises. The sponsor shall not discriminate on the basis of race,color,national origin or sex in the award and performance of any DOT-assisted contract covered by 49 CFR Part 26,or in the award and performance of any concession activity contract covered by 49 CFR Part 23. In addition,the sponsor shall not discriminate on the basis of race,color, national origin or sex in the administration of its DBE and ACDBE programs or the requirements of 49 CFR Parts 23 and 26.The sponsor shall take all necessary and reasonable steps under 49 CFR Parts 23 and 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts,and/or concession contracts.The sponsor's DBE and ACDBE programs,as required by 49 CFR Parts 26 and 23,and as approved by DOT,are incorporated by reference in this agreement. Implementation of these programs is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement.Upon notification to the sponsor of its failure to carry out its approved program,the Department may impose 26 March.2014 3-05-0020-048-2020 sanctions as provided for under Parts 26 and 23 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1936(31 U.S.C. 3801). 38. Hangar Construction. If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for the aircraft at the aircraft owner's expense,the airport owner or operator will grant to the aircraft owner for the hangar a long term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose. 39. Competitive Access. a. If the airport owner or operator of a medium or large hub airport(as defined in section 47102 of title 49,U.S.C.) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport,the airport owner or operator shall transmit a report to the Secretary that- 1. Describes the requests; 2. Provides an explanation as to why the requests could not be accommodated;and 3. Provides a time frame within which, if any,the airport will be able to accommodate the requests. b. Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. 27 March,201A 3-05-0020-048-2020 .A Ni FAA Mri Airports Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated:4/18/2019 View the most current versions of these ACs and any associated changes at: http://www.faa.gov/airports/resources/advisory circulars and http://www.faa.gov/regulations policies/advisory circulars/ NUMBER TITLE 70/7460-1L Change 2 Obstruction Marking and Lighting 150/5000 9A Announcement of Availability Report No. DOT/FAA/PP/92-5, Guidelines for the Sound Insulation of Residences Exposed to Aircraft Operations 150/5000-17 Critical Aircraft and Regular Use Determination 150/5020-1 Noise Control and Compatibility Planning for Airports 150/5070-6B Airport Master Plans Changes 1-2 1 0 7 The Airport System Planning Process Change 1 150/5100-13B Development of State Standards for Nonprimary Airports 150/5200-28F Notices to Airmen (NOTAMS)for Airport Operators 150/5200-30D Airport Field Condition Assessments and Winter Operations Safety Change 1 150/5200-31C Changes 1-2 Airport Emergency Plan 150/5210-5D Painting, Marking, and Lighting of Vehicles Used on an Airport 150/5210-7D Aircraft Rescue and Fire Fighting Communications 150/5210-13C Airport Water Rescue Plans and Equipment 150/5210-14B Aircraft Rescue Fire Fighting Equipment,Tools and Clothing 150/5210-15A Aircraft Rescue and Firefighting Station Building Design 150/5210-18A Systems for Interactive Training of Airport Personnel 28 March,_C 4 3-05-0020-048-2020 NUMBER TITLE 150/5210-19A Driver's Enhanced Vision System (DEVS) 150/5220-10E Guide Specification for Aircraft Rescue and Fire Fighting(ARFF)Vehicles 150/5220-16E Automated Weather Observing Systems (AWOS)for Non-Federal Applications Changes 1 150/5220-17B Aircraft Rescue and Fire Fighting(ARFF)Training Facilities 150/5220 18A Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 150/5220-20A Airport Snow and Ice Control Equipment 150/5220-21C Aircraft Boarding Equipment 150/5220-22B Engineered Materials Arresting Systems(EMAS)for Aircraft Overruns 150/5220-23 Frangible Connections 150/5220-24 Foreign Object Debris Detection Equipment 150/5220-25 Airport Avian Radar Systems 150/5220-26 Airport Ground Vehicle Automatic Dependent Surveillance-Broadcast(ADS-B) Changes 1-2 Out Squitter Equipment 150/5300-13A Change 1 Airport Design 150/5300-14C Design of Aircraft Deicing Facilities 150/5300 16A General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey 150/5300-17C Change 1 Standards for Using Remote Sensing Technologies in Airport Surveys 150/5300-18B General Guidance and Specifications for Submission of Aeronautical Surveys to Change 1 NGS: Field Data Collection and Geographic Information System (GIS)Standards 150/5320-5D Airport Drainage Design 150/5320-6F Airport Pavement Design and Evaluation 150/5320-12C Measurement, Construction, and Maintenance of Skid Resistant Airport Changes 1-8 Pavement Surfaces 150/5320-15A Management of Airport Industrial Waste 150/5235-4B Runway Length Requirements for Airport Design 150/5335-5C Standardized Method of Reporting Airport Pavement Strength-PCN 29 March,2C14 3-05-0020-048-2020 NUMBER TITLE 150/5340-1L Standards for Airport Markings 150/5340-5D Segmented Circle Airport Marker System 150/5340-18F Standards for Airport Sign Systems 150/5340-26C Maintenance of Airport Visual Aid Facilities 150/5340-30J Design and Installation Details for Airport Visual Aids 150/5345-3G Specification for L-821, Panels for the Control of Airport Lighting 150/5345-5B Circuit Selector Switch 150/5345 7F Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-10H Specification for Constant Current Regulators and Regulator Monitors 150/5345-12F Specification for Airport and Heliport Beacons 150/5345 13B Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-26D FAA Specification For L-823 Plug and Receptacle, Cable Connectors 150/5345-27E Specification for Wind Cone Assemblies 150/5345-28G Precision Approach Path Indicator(PAPI)Systems 150/5345-39D Specification for L-853, Runway and Taxiway Retro reflective Markers 150/5345 42H Specification for Airport Light Bases,Transformer Housings,Junction Boxes, and Accessories 150/5345-43H Specification for Obstruction Lighting Equipment 150/5345-44K Specification for Runway and Taxiway Signs 150/5345-45C Low-Impact Resistant(LIR)Structures 150/5345-46E Specification for Runway and Taxiway Light Fixtures 150/5345 47C Specification for Series to Series Isolation Transformers for Airport Lighting Systems 150/5345-49D Specification L-854, Radio Control Equipment 150/5345-50B Specification for Portable Runway and Taxiway Lights 150/5345-51B Specification for Discharge-Type Flashing Light Equipment 150/5345-52A Generic Visual Glideslope Indicators (GVGI) 150/5345-53D Airport Lighting Equipment Certification Program 30 March,2014 3-05-0020-048-2020 NUMBER TITLE 150/5345 546 Specification for L-884, Power and Control Unit for Land and Hold Short Lighting Systems 150/5345 55A Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure 150/5345 566 Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360-12F Airport Signing and Graphics 150/5360-13A Airport Terminal Planning 150/5360-14A Access to Airports By Individuals With Disabilities 150/5370-2G Operational Safety on Airports During Construction 150/5370-10H Standards for Specifying Construction of Airports 150/5370-11B Use of Nondestructive Testing in the Evaluation of Airport Pavements 150/5370-13A Off-Peak Construction of Airport Pavements Using Hot-Mix Asphalt 150/5370-15B Airside Applications for Artificial Turf 150/5370-16 Rapid Construction of Rigid (Portland Cement Concrete)Airfield Pavements 150/5370-17 Airside Use of Heated Pavement Systems 150/5390-2C Heliport Design 150/5395-1A Seaplane Bases 31 \arch,2014 3-05-0020-048-2020 THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY Updated:3/22/2019 NUMBER TITLE 150/5100-14E Architectural, Engineering,and Planning Consultant Services for Airport Grant Change 1 Projects 150/5100-17 Land Acquisition and Relocation Assistance for Airport Improvement Program Changes 1-7 Assisted Projects 150/5300-15A Use of Value Engineering for Engineering Design of Airport Grant Projects 150/5320-17A Airfield Pavement Surface Evaluation and Rating Manuals 150/5370-12B Quality Management for Federally Funded Airport Construction Projects 150/5380-6C Guidelines and Procedures for Maintenance of Airport Pavements 150/5380-7B Airport Pavement Management Program 150/5380-9 Guidelines and Procedures for Measuring Airfield Pavement Roughness 32 March,2014 FYV-SWG-3-05-0020-048-2020-Grant Agreement Final Audit Report 2020-09-16 Created: 2020-08-18 By: FAA-AIP(9-AWA-ARP-Soar-CoreGroup@faa.gov) Status: Signed Transaction ID: CBJCHBCAABAAesWePXq-mO4srbhg-QBLZML3WOETLjYk "FYV-SWG-3-05-0020-048-2020-Grant Agreement" History t Document created by FAA-AIP (9-AWA-ARP-Soar-CoreGroup@faa.gov) 2020-08-18-11:33:28 PM GMT-IP address: 155.178.180.14 y Document emailed to Glenn Boles (glenn.a.boles@faa.gov)for signature 2020-08-19-4:08:57 PM GMT Li Email viewed by Glenn Boles (glenn.a.boles@faa.gov) 2020-08-19-4:34:14 PM GMT-IP address: 162.58.82.136 b© Document e-signed by Glenn Boles (glenn.a.boles@faa.gov) Signature Date:2020-08-19-4:35:10 PM GMT-Time Source:server-IP address: 162.58.82.136 Document emailed to Lioneld Jordan (Ijordan@fayetteville-ar.gov)for signature 2020-08-19-4:35:12 PM GMT iJ Email viewed by Lioneld Jordan (Ijordan@fayetteville-ar.gov) 2020-08-26-8:48:48 PM GMT-IP address: 184.191.234.11 ram" Email viewed by Lioneld Jordan (Ijordan@fayetteville-ar.gov) 2020-08-31-8:14:34 PM GMT-IP address: 184.191.234.11 Email viewed by Lioneld Jordan (Ijordan@fayetteville-ar.gov) 2020-09-08-1:49:31 PM GMT-IP address: 184.191.234.11 Email viewed by Lioneld Jordan (Ijordan@fayetteville-ar.gov) 2020-09-14-4:40:28 PM GMT-IP address: 184.191.234.11 'n Email viewed by Lioneld Jordan (Ijordan@fayetteville-ar.gov) 2020-09-16-1:38:26 PM GMT-IP address: 184.191.234.11 Adobe Sign &o Document e-signed by Lioneld Jordan (Ijordan@fayetteville-ar.gov) Signature Date:2020-09-16-1:57:21 PM GMT-Time Source:server-IP address: 184.191.234.11 Document emailed to Kit Williams (kwilliams@fayetteville-ar.gov)for signature 2020-09-16-1:57:24 PM GMT Email viewed by Kit Williams (kwilliams@fayetteville-ar.gov) 2020-09-16-5:56:00 PM GMT-IP address: 184.191.234.11 c Document e-signed by Kit Williams (kwilliams@fayetteville-ar.gov) Signature Date:2020-09-16-5:57:39 PM GMT-Time Source:server-IP address: 184.191.234.11 O Agreement completed. 2020-09-16-5:57:39 PM GMT Adobe Sign City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 AIRPORT SERVICES (760) 2020 Requestor: Dee McCoy BUDGET ADJUSTMENT DESCRIPTION /JUSTIFICATION: Approval of a budget adjustment in the amount of$1,605,750 is needed for the Airport Terminal Improvements Project. Sources of funding include: FAA grant#3-05-0020-048-2020 in the amount of$1,305,778; $66,962 of fund balance reserve; $123,210 from an existing terminal project; and $109,800 from the Engineering Consulting project. COUNCIL DATE: 9/1 5/2020 LEGISTAR FILE ID#: 2020-0729 }folly Black. 8/28/2020 12:08 PM Budget Director Date TYPE: JOURNAL #: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL 1,372,740 1,372,740 v.20200820 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 5550.760.3960-5804.00 1,605,750 - 32002 2020 EX Building Costs 5550.760.3960-4309.00 - 1,305,778 32002 2020 RE Federal Grants-Capital 5550.760.3960-5400.00 (25,210) 18020 1 EX Building&Grounds- Maintenance 5550.760.3960-5804.00 (98,000) - 18020 1 EX Building Costs 5550.760.3960-5314.00 (109,800) - 15029 1 EX Professional Services 5550.760.3940-4999.99 - 66,962 RE Use Fund Balance-Current H:\Budget Adjustments\2020_Budget\City Council\09-15-2020\2020-0729 BA Airport Terminal Improvements FAA Grant 1 of 1 FAA Grant Summer Fallen Submitted By City of Fayetteville Staff Review Form 2021-0924 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 11/17/2021 AIRPORT SERVICES (760) Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to execute the FAA grant closeout paperwork for the FYV Improve Terminal Building (Energy Efficiency Improvements) project. Budget Impact: 5550.760.3960-5804.00 Airport Account Number 32002.2020 Fund FYV Terminal Improvement Project Project Number Project Title Budgeted Item? No Current Budget $ - Funds Obligated $ - Current Balance S Does item have a cost? No Item Cost $ Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget S V20210527 Purchase Order Number: Previous Ordinance or Resolution # 2020-0729 Change Order Number: Approval Date: 9/15/2020 Original Contract Number: Comments: CITY OF FAYETTEVILLE W4W ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff Staff/Contract Review Committee FROM: Summer Fallen, Airport Services Manager DATE: November 17, 2021 STAFF MEMO SUBJECT: FVV Improve Terminal Building (Energy Efficiency Improvements) — FAA Grant Closeout Documents RECOMMENDATION: Staff requests approval for the Aviation Division to execute FAA grant closeout paperwork. 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. This project was approved at the September 2020 City Council meeting. BUDGET/STAFF IMPACT: By executing the closeout documents, the Aviation Division will be able to draw down the remaining balance of the FAA grant ($161,882) and apply for an Arkansas Department of Aeronautics grant for the remaining 10% of eligible project costs ($144,865.00). Attachments: Staff Review Form Staff Memo FAA Grant Offer Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Final Project Report Fayetteville — Drake Field (FYV) Improve Terminal Building AIP No. 3-05-0020-048-2020 1w n 3 Prepared For: City of Fayetteville and Fayetteville - Drake Field Airport (FYV) November 2021 GarverUSA.com 4300 South J.B. Hunt Drive Suite 240 Rogers, AR 72758 TEL 479.257.9188 www.GarverUSA.com November 17, 2021 Olufemi Adeoye Federal Aviation Administration 10101 Hillwood Parkway Fort Worth, TX 76177 Re: Fayetteville — Drake Field Improve Terminal Building — Energy Efficiency Improvements AIP No. 3-05-0020-048-2020 Final Construction Report Dear Mr. Adeoye: Having completed construction for the above referenced project, this final construction report shall consist of the following: 1. Narrative of Work Accomplished 2. Summary of Key Milestones 3. Overview of Contract Time 4. Change Order Summary 5. Explanation of Overruns and Exclusions/Underruns 6. Summary of DBE Utilization and Labor Provisions 7. Buy American Provisions 8. Construction Material Testing and Acceptance 9. Final Inspection Report / Record of Completion 10. Project Photographs In addition, please find attached the Final Invoice Summary, Final Project Budget (including change orders), Final Federal Financial Reports, Sponsor Certifications, Final Inspection Report and Punch List, and Weekly Construction Progress and Inspection Reports. Narrative of Work Accomplished The Drake Field terminal building was originally constructed in 1978 to provide a commercial and civilian air terminal for Fayetteville and the surrounding area. In 1998, Drake Field ceased handling commercial air traffic (other than charter aircraft) due to the construction of the Northwest Arkansas Regional Airport. After this change in operation, the terminal building was extensively modified to accommodate its new role as a primarily general aviation airport. Several additions and modifications to the original building systems were made over a period of many years. A 2018 Energy Assessment completed for FYV identified the resulting patchwork nature of the building systems and aging of original building components as significant factors driving the need for efficiency improvements. Mr. Adeoye Page 2 of 11 Work completed under this grant includes items targeted to increase energy efficiency of the terminal building as identified within the Energy Assessment and Final Engineer's Report. Improvements included complete replacement of the full HVAC system including a new chiller, air handlers, duct work and piping, variable speed heating pump, digital control system and exhaust fans. Modifications of the existing electrical system to accommodate the HVAC replacement were completed. Exterior window glazing was replaced along with a portion of storefront at the east building wall. Additional miscellaneous interior improvements included new ceiling tiles throughout the terminal atrium and extending partition walls to enclose the administration offices. Construction of these improvements was phased to begin in the Fall of 2020; however, equipment procurement delayed start of the project until December 2020. Temporary heating units were provided by the contractor to condition the building during construction. Construction was completed in zones to limit disruptions to airport staff and tenants, with work generally proceeding from south to north through the terminal building. Impacts resulting from construction were minimized through continual communication between FYV staff, Garver, the contractor, and airport tenants. Summary of Milestones • July 8, 2020 — Bids Received • August 19, 2020 — Grant Agreement (AIP 48) Received • August 21, 2020 — Notice of Award • September 15, 2020 — Construction Contract Date • October 16, 2020 — Preconstruction Conference • December 7, 2020 — Notice to Proceed • December 17, 2020 — Start of Construction • December 17, 2020 — Contract Time Suspension (HVAC Equipment Procurement) • December 28, 2020 — Restart Contract Time • April 30, 2021 — Letter of Construction Substantial Completion and Punch List Issued • May 15, 2021 — Restart Contract Time (Outstanding Punch List Items) • September 28, 2021 — Final Inspection and Acceptance Overview of Contract Time As referenced above, the 120-calendar day contract time started on December 17, 2020 and was substantially complete on April 30, 2021, for a total of 134 calendar days. Contract time was suspended for 10 days for equipment procurement in and an additional 3 calendar days were granted via change order for weather delays, bringing the total contract time to 120 calendar days as of the date of substantial completion. Conditions of the Letter of Substantial Completion included a 14 day period to complete punch list items. Contract time was restarted on May 15, 2021, due to outstanding punch list items remaining after the allotted 14 days. Contact time was stopped and final acceptance granted on September 28, 2021 after the remaining punch list items were completed/submitted. Overall, the project was completed 137 days beyond the adjusted contract time. However, the Owner incurred no additional costs due to contract time overrun, so no liquidated damages were assessed. Mr. Adeoye Page 3 of 11 Change Order Summary Below is a summary of all change orders associated with this project. Copies of all change orders are attached to this report. Change Order 01 — Net change of $0.00 Reconciliation of estimated quantities to as -built quantities. Pay Items added to the Contract to address various differing site conditions encountered during construction including: o Rerouting of domestic water line at the south mechanical room to provide sufficient space for installation of new duct work. o Installation of paintable damper covers to trim out rock wall penetrations. o Lowering of the suspended ceiling and associated electrical adjustments required to accommodate duct work installation in the terminal meeting room. o Additional duct work installed in the Administration area to route around conflict with building framing. o Providing fire dampers as required by code for penetrations through a discovered fire wall between the post office and the main terminal building. o Heat trace installed at new chiller as a preventative measure for cold weather conditions. o Electrical work required to supply 208v to mini -split unit (120v existing), rework of existing lighting circuits and installation two light fixtures in meeting room. Change Order 02 — Net change of ($1 756.00) • The boiler installed for the project was eligible for an equipment rebate program through the local Utility. This change order is a credit for the rebate amount. Explanation of Overruns and Exclusions/Underruns The project was completed within the project budget approved within the grant. The list below represents notable exclusions from the project and larger quantity underruns or overruns. • Bid Item #2-6 Wall Patching, Repairs and Painting Bid Item #2-6 was included in the project to pay for repairs and patching of existing facility walls due to installation of the new HVAC system. The Contractor was able to coordinate the work to minimize disturbance to the existing structure, resulting in approximately one-third less quantity than estimated. Summary of DBE Utilization and Labor Provisions A specified DBE goal of 0.67% was set for this project. C.R. Crawford Construction Company was unable to meet this goal due to unavailability of registered DBE contractors. Adequate documentation demonstrating good faith efforts to attain DBE participation was submitted with the bid documents. In accordance with the contract document's specified labor provisions, the contractor submitted adequate weekly certified payrolls for their employees and subcontractors. Mr. Adeoye Page 4 of 11 Buy American Provisions As part of the bidding process. the Contractor certified that 100% of the steel and manufactured products used in this project were manufactured in the United States. As part of the submittal process. Garver rejected any submittals that appeared to not comply with this statement. Construction Material Testing and Acceptance Traditional construction materials testing was not required for the project. HVAC system commissioning was completed as required by the project specifications to help ensure the equipment satisfied project requirements A Final Commissioning Report was submitted by Eco Sense Services, Inc. on September 27, 2021. A copy of this report has been submitted to the Owner and can be provided upon request. No price adjustments due to unsatisfactory materials were required and no materials were accepted outside of the tolerance limits within the specifications. Final Inspection Report / Record of Completion In addition to the Sponsor Certification of Construction Project Final Acceptance, the Final Inspection Report and project punch list are attached to this document. W1r.Adeoye Page 5of11 Pre -Construction Photographs C=7 rl-.� EARN TO ,FLY H'EREI AW or w AMW AMP law Immi Ia.! Mr. Adeoye Page 7of11 Mr. Adeoye Page 8 of 11 Post -Construction Photographs tip 7 oil mi mm. Vp' Ell Jun bt;�d Mr. Adeoye Page 10 of 11 Mr. Adeoye Page 11 of 11 We appreciate the opportunity to work with the FAA, Drake Field, and the City of Fayetteville on this project. If you have any questions, comments, or require any supplemental material for your review, please feel free to call me. Please call me if you have any questions. Sincerely, GARVER, LLC Adam White, P.E. Senior Project Manager Attachments: Final Invoice Summary Final Project Budget, including Change Orders SF 425 Federal Financial Reports SF 271 Outlay Report and Request for Reimbursement for Construction Programs Sponsor Certification of Construction Project Final Acceptance Final Inspection Report and Punch List Construction Progress and Inspection Reports GRANT RECIPIENT INFORMATION Name: City of Fayetteville Organization: Fayetteville, Drake Field Address: 45DO S School Avenue, Suite F INVOICE SUMMARY PROJECT INFORMATION Title: Airport Manager AIP Grant Number: 3-0S-0020.048-2020 Airport (LOC ID): FYV Description: Improve/Rehabilitate Terminal Building 1HVAC) City/State: Fayetteville, AR Zip Code: 72701-8016 Reimbursement (Reimb) 4: Fiscal Year Grant Was Executed 2020 Final Payment: Yes Federal Share %: YNtrbrlCHss/Descripton Reimb. No. 13) X Calc. Column (4) '.. Invoice Numbed DNe d Invoice (6f' ._... , �. . .. ,, (7) Invoice Amount Non -Eligible Costs (e) AIP Eligible Costs Calc. Column 19) AIP Sponsor Share Ca It. Column 110) AIP Fed Share Cal c Column (ll) REMARKS OPTIONAL ADMINISTRATIVE EXPENSE Input Total from Grant ADD$ 5,000.00 $ 2,750.00 $ $ 2,750.00 $ 275.00 $ 2,475.00 Kutchms & Groh, LLC(IFE) 1 3219 1/31/20 $ 2,750.D0 $ $ 2,750.00 $ 275.00 5 2,475.00 5 5 $ L 5 5 $ 5 ARCHITECTURAL ENGINEERING BASIC FEES Input Total from Grant App $ 309,800.00 $ 109,800.00 $ $ 109,800.00 . $ 10,980.00 $ 98,820.00 Garver I 20A13211.1 4/2/20 S 45,650.00 $ - $ 45,650.00 $ 4,565.00 S 41,095.00 Garver I 20AL3211-2 4/30/20 $ 35,810.00 5 - $ 35,810.00 $ 3,581.00 $ 32,229,00 Garver 1 20A13211-3 6/4/10 $ 20,260.00 $ $ 20,260.00 5 2,026.00 $ 18j234.00 Garver t 20AI3211-4 7/2/20 $ 3,030.00 $ $ 3,030.00 $ 303.00 $ 2,727.D0 Garver 1 MA 13211-5 8/19/20 $ 5,050oo $ - $ 5.050,00 $ S05.DO $ 4,545.00 PROJECT INSPECTION FEES Input Total from Grant App $ 55,000.00 $ 55,000.00 $ $ 55,000.00 $ 5,500.00 $ 49,500.00 Garver 1 20A33211A-1 10/19/20 $ 1,536.23 $ - $ 1,536.23 $ 153.62 $ 1,38Z.61 Garver 7 20A13211A-2 11/11/20 $ 2,347.60 $ $ 2,347.60 5 234.76 $ 2,112.84 Garver 20AI32IIA-3 12/14/20 $ 730.45 $ - $ 730.45 5 73.D5 $ 657.41 Garver .I 2DA33211A-4 1/15/21 $ 2,565.26 $ $ 2,565.26 5 256.53 $ 2,30&73 Garver 20A33211A-5 2/12/21 $ 5,641.33 5 - $ 5,641.33 $ 564.23 $ 5,077.20 Garver 8 20A33211A-6 3/5/21 $ 12,145.13 5 $ 12,145.13 5 1,214.51 $ 10,930.62 Garver 7 20A13211A-7 4/20/21 $ 5,562.52 $ - $ 5,562.52 5 556.25 $ 5,DD6.27 Garver 8 20A13211A-8 5/21/21 $ 10,255.10 $ $ 10,255.10 $ 1,025.51 $ 9,229.59 Garver 9 20A13211A-9 6/3/21 $ 4,781.23 5 - $ 4,781.23 S 478.12 5 4,303.11 Garver 10 X 20AI321 IA-10 7/28/21 $ 1,497AS $ $ 1,497.1S $ 149.72 S 1,347.44 Garver 10 X 20A33213A-11 9/7/21 5 3,938.00 $ $ 3,938.00 $ 393.80 5 3,544.20 Garver 10 X 20AI3213A-12 11/12/21 S 4,000.00 $ - $ 4,000+00 $ 400.00 $ 3,600.00 CONSTRUCTION AND PROJECT IMPROVEMENT Input Total from Grant App $ 1,289,973.00 $ 1,288,217.00 $ 8,908.00 $ 1,279,309.00 $ 127,930.90 $ 1,151,378.10 CR Crawford Construction 6 1 1/31/21 $ 203,824.34 $ 8,908.00 $ 194,916.34 $ 19,491.63 Si 175,424.71 CR Crawford Construction - 2 2/28/21 5 241,015.04 $ $ 241,01S.04 $ 24,101.50 $ 216,913.54 CR Crawford Construction 7 3 3/31/21 $ 396,112.20 S $ 396,112.20 $ 39,611.22 $ 356,500.98 CR Crawford Construction 9 4 4/30/21 $ 276,837.50 $ $ 276,937.50 $ 27,683.75 $ 249,153.75 CR Crawford Construction 10 X 5 5/32/21 5 156,782.46 $ $ 156,782.46 $ 15,678.25 $ 141,104.21 CR Crawford Construction 1D X 6 9/28/21 $ 13,645.46 5 $ 13,645.46 $ 1,364.55 $ 12,290.91 Note: All totals automatically round down to the nearest dollar. $ 1,455,767.DD 5 8,908.00 $ 1,446,859.00 $ 144,686.00 TOTAL PROJECT TOTAL NON ELIGIBLE TOTAL ELIGIBLE t TOTAL SPONSOR Input Non -Allowable Cost from Grant App $ 8,908.00 $ 1,140,297.00 1PREVIOUS REIMB. $ 1,302,173.00 TOTAL FED REIMB. $ 1,305,778,01) EKe. Grant Amount 99.72%1 Percentage To Date for rinal raymenT Ana une I Ime Minor Input Delphi PO Invoice Tot The adjusted amount is a suggestion the sponsor may $ (6.00) ADI AMOUNT accept. Sponsor can also choose another means to 5 1,140,291.00 ADJ. PREVIOUS REIMB. correct the reconciliation. Let the FAA know what 5 1,302,273 DO TOTAL FED REIMB. method the Sponsor chooses to proceed with. $ - .00 I CURRENT REIMB. FAYETTEVILLE - DRAKE FIELD AIRPORT IMPROVE TERMINAL BUILDING - ENERGY EFFICIENCY IMPROVEMENTS FINAL PROJECT 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 335 $116.00 $38,860.00 7 CO1.01 South Mechanical Domestic Water Confilict LS 1 $1,230.00 $1,230.00 8 CO1.02 Damper Cover at Rock Wall Penetrations LS 1 $710.00 $710.00 9 CO1.03 Ceiling Adjustments for Meeting Room Steel LS 1 $5,485.00 $5,485.00 Clearance 10 CO1.04 Additional Duct Installation - Administration LS 1 $2,800.00 $2,800.00 Area 11 CO1.05 Fire Dampers at Discovered Fire Wall LS 1 $1,584.00 $1,584.00 12 CO1.06 Heat Trace at Chiller LS 1 $4,466.00 $4,466.00 13 CO1.07 Mini Split Power and Lighting Rework LS 1 $2,865.00 $2,865.00 14 CO2.01 Boiler Rebate Credit LS 1 ($1,756.00) ($1,756.00) TOTAL CONSTRUCTION COST (BASE BID; NO DEUDCTIVE ALTERNATES TAKEN) $1,288,217.00 ADMINISTRATION EXPENSES $2,750.00 GARVER TASK ORDER (DESIGN) $109,800.00 GARVER TASK ORDER (CONSTRUCTION) $55,000.00 TOTAL PROJECT COST $1 455 767.00 NON-AIP ELIGIBLE ITEMS UNIT EST. QTY UNIT PRICE AMOUNT 3 SP-C-01 Insurance LS 1 $8,908.00 $8 908.00 TOTAL PROJECT COST AIP ELIGIBLE $1 446 859.00 PROJECT FUNDING FEDERAL AVIATION ADMINITRATION (90%) $1,302,173.00 ARKANSAS DEPARTMENT OF AERONAUTICS (10%) $144,685.00 CITY OF FAYETTEVILLE REMAINDER $8,909.00 TOTAL FUNDING $1,455,767.00 GARVER D,c-Syr'E,.elopelC �E:�1 gc^q t -_ -3 --'35' qy r Construction Contract Change Order Project: Change Order No. ' nipr,M 'Mmn R,.1dng. Engergy=ffcien^l ITy!•:.m.Pris 'a'yeDeNIP. f:ral.r c.e'r Datf l Prepared :�w �8 X. I Garver xv Vc : Ca' !. Prepared by Kyle son, e^. Ga". Owner Contracts' v cf FaNrae' I. fR Gawfrro Ccrstrucrron 113 West Mm ma,, Sveel "C2 South Haepy Hoacw Road cayete,4e, AmansaS 72JC' Fayede�dle Arkarsas 7:-C' Description of Work Included it Contract Thal "ect noludeS reMSCemert of:re hrn -NAC SYStem In the terrial poking nciudmry a n a DI in van ew, �3,iNer, a � n nClers. reDUCemf:nt d an O�Ct work and p g able speed mesurg pjr p d.gdal xn!rol system erhaust fans and or+e, aBs,x,1e(- ter s n ­rw The protect a+90 nciudes Dartal reDiscnpnt of w,ndCw, glaDog and Suspended cetknq. Changes and Reasons Ordered ILrst Individual Changes as: A. 8, C. D. etc.l A. Fle.—hmtco Or estimated quantities to a"Loff Wantmes. r B InsuMa*t d'+GMer earnace Dretient at inof South 111OWrcal room to ,ostaa Otani work per oiar This Change order och;Aes re,nuttng P,e COmeshc water hne 10 arcormicdate rsianaltor of new duct work. (CRCC PCOe0C2i C Owner requested DaintsMe Covers 42 to `irxsr ductwork penetratcrs. -i"h M. wads ;CRCC PCOSOC3 Budd" lrammg orevvded roWtog ductwork above existing cednq at tre north and of the tommal meet ng room The cati ng was lowered to prov de Cear3nce r nrrrswY r, ductwork This change eide-nCludes losw!rmg r+e suspendr C ced•rq 4orroy TTtety '4'. rerMvmq evis:ng Iphhng. arc nstaamg new LED (grlmg 1r.RC('. PCC90al) E. Budding fram,rg n the ad"nistrahon area Drevemed nstalhrg ductwor. at Man ocation. Tr,s large order ricludes orowding and nstaltmg adddwal ductwork necessary'o reroltt around existing framing. !CRCC PCOv305) P The existing was between the post office sne main term na' tiAdmg ras dtscorered to be a're wall. This Mange oiler includes Provding fire dampers as regwred by oode fo, ducts aassmg Mrough the we wall )CRCC PCC*W") G. Owner requested heat trace at new Meer as a pre tat:ve measure for %ykiem rreennq Our rg told Neal w (CRCC PCCa0C8, �. Elecvr" Dower refodi conned for (2C8v riouired I M existing; -his change Order also -cruces two -ew Owne, requested ,gnu in meet.rg room and rework of —noting lighlrg r,rwts (CRCC PCOaOC9; A IM.1imerts Bk Bk UM original Contract Revved Revisec: Revised Contract Item Item of cm"cl Uri Estimaw Unit Estimated Estimated Ch No rein MeaaWe OuaM Pr1ce Duani Pace Cost Cost A 92.6 Wall metering Reparrs, ane Pamtig SF 5W L' t6.00 335 S• 16.00 M.000.00 SM.86C.00 e. co, 01 Scut- Me&artcal Jo nMfc Wiser Con0W LS 0 $O oo t $1 230 OC 50.00 S 1.M OO C CO' 02 Diatribe, Coe, at Rock Nan Penetrations LS 0 SO OC 1 S7+O.Or, SO OC STt000 C CO' 03 Ceding Ads,stmerus'a Mretng LS 0 S0.01) 1 S5.4115-00 S0-00 SS485.00 Room St" Clearance E. CO'.04 Addrtbral Curt Imasta9a"co - LS 0 $0.00 1 52.800.00 SO0 S2,f00 Adminipmatlon Area .0.00 F j COl CS F.ro Dampers at Orscoverno Fre LS 0 SO 00 1 $1.584 OC 50.00 S1,SM 00 Wall G ( cc! C6 Heat Trsce at :hse, LS 0 s0 OC 1 S4.4e6 OC Sr M $4 466.00 H CC1 : 7 0-4- Spit Pnwer are Lgrtrg Rework LS C s0.0C 1 S2,965.0C LU tY S2 865.0r1 Stsrritnadon of Coat $34000.00 $58,000000 Net Cost for this Change Order $0.00 Estimated Project Cost T,me Change Ev,o wlM P, e,.t rost Cngmaf Con•rect Stan Dale December I.F. 202• Ong.ral Contract Time (calendar days) 120 OrigxW Cortrac Am.curl S1,289.973 00 This Change Crde• SO 00 Add,l oral Calendar Days granted by this Change Orley 0 New Cor+lrad Amount $1 289 973.00 New Contract Time ;calandar days) 120 Suspended T-e 14 New �Onstn,ction Crimvlehr '�a:e Apr, 3C 2 THIS AGREEMENT IS SU8JECT TO ALL ORIGINAL CONTRACT PROMS N PREVICLS CHAY_GE ORDERS ISSUED FOR REASONS INDICATED A80VE k'vJ — Engineer Gana ��n I ,� Senor Project Maraer 7021 E'ginea S Syr ature - se Date ACCEPTED BY CONTRACTOR /-n".n„"" I Project manager 7/9/2021 fee Date APPROVED B'v OWNER Mayor 8/10/21 _ Date JocuSlgn Envelope ID F6FC552F-44E6-4FtA-BF18-253C79F1538C - 'to^r L'(c n.���. IQ F Al Construction Contract Change Order Project: -erminal Change Order No. ImproveBudding - E7gergy Fffciency Impr^vemen's Fayetteville - Crake Field Date Prepared: November 3 2021 Garver Job Nc 20A1321' Prepared by: Kyle Bennett, Garver Owner: Contractor. Cary o' Fayetteville CR Crawford Construction 113 West Mountain Street 1102 South Happy Hollow Road Fayetteville. Arkansas 7270' Fayetteville Arkansas 72701 Description of Work Included in Contract The project includes replacement of the lull H'VAC system in the terminal building, including a new chiller air handlers replacement of all duct work and piping, variable speed heating pump, digital control system. exhaust fens and other assoated tems of work. The project also includes pal replacement of window glazing and suspended ceiling. Changes and Reasons Ordered (List Individual Changes as: A. B. C, D. etc.' A The boiler installed for this project was eligible for an Equipment Rebate program through Black Hills Energy This change o•der is a credit to the City of Fayetteville for the rebate amount (CRCC PCOO Not 1). Attachments. Bid Bid Unrt Original Contract Revised Revised Original Revised Contract Item Item of Contract Unit Contract Unrt Contract Contract Chan es No. Description Measure Quantity P,:ce OuaMi Price Cost Cost A CO2.01 Boner Rebate Zledrt LS 0 SC.0C 1 -$1,756.:)l S0 00 J$1,756 00 Summation of Cost'. $0.00 (51,756.00) _ Net Cost for this Change Orden 1$1.756.00) 'I Estimated Project Cost Time Change Estimated Project Cost Contract Start Date Ongiral Contract Time (calendar days December 17. 2021 120 Original Contract Amount $1,289,973.00 Previously Approved Changes s0.00 Previously Approved Changes (calendar days; 14 This Change Order (51,756.00) Additional Contract Time This Change Order (calendar days) New Contract Amount S1,288.117.00 Suspended Time (calendar days) New Ccrstr,,cuon Completion Date Apnl 3t 2C22 THIS AGREEMENT IS SUBJECT TO ALL CRIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS Digitally signed By INDICATED ABOVE Adam White k 'V Engineer Garver Date: 2021 11.04 Senior Project Manager -- J 20,: Engineer's Signature 09:08:11-050' Title Cate ACCEPTED BY Docusigned br: ' CONTRACTOR Rj Alt,„ Project Manager 11/3/2021 rtractor Si atu a 5e9c'Aa3esac0 Title Date APPROVED BY OWNER Mayor 11/09/21 .Wrer rat _ Tale Date j J OUTLAY REPORT AND REQUEST FOR REIMBURSEMENT FOR CONSTRUCTION PROGRAMS Approved Modified SF-271 1. Type of Request Final 1 1 2. Basis of Request Cash 3. Federal Agency and Organizational Element to 4. Federal Grant or Other Identifying Number Assigned by Federal Agency Which Report is Submitted (To report multiple grants, use FFR Attachment) 3-05-0020-048-2020 FAA/ACE-610 S. PARTIAL PAYMENT REQUEST 6. EIN 7. FINANCIAL_AIN 8. PERIOD OF THIS REQUEST 12020 From: 1/30/20 00 To: 11/12/2021 Final 71-6018462 — 9. Recipient Organization (Name and complete address including Zip code) Name: (City of Fayetteville Streetl: 4500 S School Avenue, Suite F City/State Fayetteville, AR Streetl: County: Washington Zip Code 72701-8016 Province: N/A Country: US:United States 10. PAYEE (Where check is to be sent if different than item 9) Name: Streetl: F City/State Streetl: County: Zip Code Province: N/A Country: US:United States 11. STATUS OF FUNDS (Calculated Based On Time Period In Box 8) Classification PROGRAMS [a] FUNCTIONS [b] ACTIVITIES [c] TOTAL (Cumulative Costs) Previous Payments Current Payments Later Payments ADMINISTRATIVE EXPENSE $ 2,750.00 $ $ $ 2,750.00 PRELIMINARY EXPENSE $ - $ $ $ - LAND, STRUCTURES, RIGHT-OF-WAY $ - $ $ - $ - ARCHITECTURAL ENGINEERING BASIC FEE $ 109,800.00 $ $ $ 109,800.00 OTHER ARCHITECTURAL ENGINEERING FE $ - $ - $ - $ - PROJECT INSPECTION FEES $ 45,564.85 $ 9,435.15 $ - $ 55,000.00 LAND DEVELOPMENT $ $ - $ $ - RELOCATION EXPENSES $ $ $ $ - RELOCATION PAYMENTS TO IND. & BUS. $ $ $ $ - DEMOLITION AND REMOVAL $ $ $ - $ - CONSTRUCTION AND PROJECT IMPROVEN $ 1,117,789.08 $ 170,427.92 $ $ 1,288,217.00 EQUIPMENT $ $ - $ $ - MISCELLANEOUS $ $ - $ - $ - n. Total to date (sum a thru m) $ 1,275,903.93 $ 179,863.07 $ - $ 1,455,767.00 o. Deductions for program income $ 8,908.00 $ $ 8,908.00 p. Net to date (line n minus line o) $ 1,266,995.93 $ 179,863.07 $ $ 1,446,859.00 q. Federal share to date $ 1,140,296.34 $ 161,876.76 $ - $ 1,302,173.10 r. Rehab. grants (100% reimb.) $ - $ - $ $ s. Total Federal share (sum q and r) $ 1,140,296.34 $ 161,876.76 $ $ 1,302,173.00 t. Federal payments prev. requested $ 1,140,291.00 u. Amount requested for reimb. $ 161,882.00 v. project's physical completion % 1 87.57% 12.43% 100.00% 12. Certification: By signing this report, I certify that it is true, complete, and accurate to the best of my knowledge. I am aware that any false, fictitious, or fraudulent information may subject me to criminal, civil or administrative penalties. (U.S. Code, Title 18, section 1001) a. RECIPIENT 14 Name: IThe Honors a Lioneld Jordan ITitle: Mayor Phone 1479-575-010 Email Address: Signature: Date Signed: b. REPRESEN IVE CERTIF ING TO NE 11V Name Adam White, .E. _ Title: Project Manager Phone �479-527-9100 Email Address: ATWhite@GaryerUSA.com kdo�lSignature: Date Signed: 11/17/2021 Public reporting burden for this collection of information is estimated to average 60 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0004), Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. Federal Financial Report (Follow form Instructions) Approved Modified SF-425 1. Federal Agency and Organizational Element to 2. Federal Grant or Other Identifying Number Assigned by Federal Agency Which Report is Submitted (To report multiple grants, use FFR Attachment) FAA/ACE-610 3-05-0020-048-2020 3. Recipient Organization (Name and complete address including Zip code) Name: Fayetteville, Drake Field Streetl:'4500 S School Avenue, Suite F City/State Fayetteville, AR Streetl: County: Washington Zip Code 72701-8016 Province: N/A Country: US:United States 4a. DUNS Number 4b. EIN 5. Recipient Account Number or Identifying Number (To report multiple grants, use FFR Attachment) 062919014 71-6018462 6. Report Type 7. Accounting Basis 8. PERIOD OF THIS REQUEST 2020 9. Reporting Period End Date Final Cash From: 1/30/2020 To:' 11/12/2021 11/12/21 10. Transactions (Use lines a-c for single or multiple grant reporting) Cumulative Federal Cash (To report multiple grants, also use FFR attachment): (Round Down to Nearest Dollar) a. Cash Receipts $ 1,302,173.00 b. Cash Disbursements (Calculated from the Invoice Summary based on Grant Period) $ 1,302,173.00 c. Cash on Hand (line a minus b $ Federal Expenditures and Unobligated Balance: (Use lines d-o for single grant reporting) d. Total Federal funds authorized (Calculated from the Invoice Summary based on Grant Period) $ 1,305,778.00 e. Federal share of expenditures (Calculated from the Invoice Summary based on Grant Period) $ 1,302,173.00 f. Federal share of unliquidated obligations $ g. Total Federal share $ 1,302,173.00 h. Unobligated balance of Federal Funds (line g minus d) $ (3,605.00) Recipient Share: i. Total recipient share $ j. Recipient share of expenditures $ - k. Remaining recipient share to be provided (line i minus j) $ - Program Income: I. Total Federal program income earned $ - m. Program Income expended in accordance with the deduction alternative $ - n. Program Income expended in accordance with the addition alternative $ o. Unexpended program income (line I minus line m or line n) $ - 11. Indirect Expense a. Type b. Rate c. From To d. Base e. Amount Charged f. Federal Share $ - $ - T 1 $ - $ - $ - g. Totals $ $ - $ - 12. Remarks: Attach any explanations deemed necessary or information required by Federal sponsoring agency in compliance with governing legislation: N/A 13. Certification: By signing this report, I certify that it is true, complete, and accurate to the best of my knowledge. I am aware that any false, fictitious, or fraudulent information may subject me to criminal, civil or administrative penalties. (U.S. Code, Title 18, section 1001) Name The Honor le Lioneld Jqrdan, Title- Mayor �479-575- Phone 0 Email Address: Date Submitted: Signature: 114. Agency use only 4nrhis Public reporting b collecti ormatmn is estimated to average 60 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintainin e d needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other cluding suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0004), aspect of this collection of infor 6�� Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESSPROVIDED BY THE SPONSORING AGENCY. U.S. Department of Transportation 14W Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 6/30/2023 Construction Project Final Acceptance Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-048-2020 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). M Yes ❑ No ❑ N/A 2. Construction records, including daily logs, were or will be kept by the resident engineer/construction inspector that fully document contractor's performance in complying with: a. Technical standards (Advisory Circular (AC) 150/5370-12); b. Contract requirements (2 CFR part 200 and FAA Order 5100.38); and c. Construction safety and phasing plan measures (AC 150/5370-2). Q Yes ❑ No ❑ N/A 3. All acceptance tests specified in the project specifications were or will be performed and documented. (AC 150/5370-12). Q Yes ❑ No ❑ N/A FAA Form 5100-129 (8/20) SUPERSEDES PREVIOUS EDITION page 1 of 3 4. Sponsor has taken or will take appropriate corrective action for any test result outside of allowable tolerances (AC 150/5370-12). ❑X 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). ❑X 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). ❑X 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). ❑X Yes ❑ No ❑ N/A 8. Payments to the contractor were or will be made in conformance with federal requirements and contract provisions using sponsor internal controls that include: a. Retaining source documentation of payments and verifying contractor billing statements against actual performance (2 CFR § 200.302 and FAA Order 5100.38); b. Prompt payment of subcontractors for satisfactory performance of work (49 CFR § 26.29); c. Release of applicable retainage upon satisfactory performance of work (49 CFR § 26.29); and d. Verification that payments to DBEs represent work the DBE performed by carrying out a commercially useful function (49 CFR §26.55). Q Yes ❑ No ❑ N/A 9. A final project inspection was or will be conducted with representatives of the sponsor and the contractor present that ensure: a. Physical completion of project work in conformance with approved plans and specifications (Order 5100.38); b. Necessary actions to correct punch list items identified during final inspection are complete (Order 5100.38); and c. Preparation of a record of final inspection and distribution to parties to the contract (Order 5100.38); ❑X Yes ❑ No ❑ N/A 10. The project was or will be accomplished without material deviations, changes, or modifications from approved plans and specifications, except as approved by the FAA (Order 5100.38). 0 Yes ❑ No ❑ N/A FAA Form 5100-129 (8/20) SUPERSEDES PREVIOUS EDITION page 2 of 3 11. The construction of all buildings have complied or will comply with the seismic construction requirements of 49 CFR § 41.120. ❑ Yes ❑ No ❑X N/A 12. For development projects, sponsor has taken or will take the following close-out actions: a. Submit to the FAA a final test and quality assurance report summarizing acceptance test results, as applicable (Grant Condition); b. Complete all environmental requirements as established within the project environmental determination (Oder 5100.38); and c. Prepare and retain as -built plans (Order 5100.38). ❑X 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 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 Z9 day of /(A(N,Q,MJ, ZQZI Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: The Honorablq Lioneld Jordan Title of Sponsor's Authorized Official: Mayor Signature of Sponsor's Authorized Offici I declare under penalty of perjury that the foregoing is true br6d 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 5100-129 (8/20) SUPERSEDES PREVIOUS EDITION page 3 of 3 Appendix 10. Final Inspection Report June 28, 2005 (FAA Form 5110-17) Order 5100.38C Reports Identification Symbol AS 5100-4 AIP FINAL INSPECTION REPORT PROJECT NO. AIP 3-05-0020-047-2020 SPONSOR'S NAME DATE COMPLETED DATE INSPECTED City of Fayetteville 9/28/2021 5/4/2021 SPONSOR'S ADDRESS NUMBER OF CONTRACTS THIS PROJECT 1 4500 South School Avenue, Suite F FUNDS Fayetteville, AR 72701 FAAP/ADAP OTHER AIRPORT NAME Fayetteville - Drake Field TOTAL BID 1,289,973.00 LOCATION Fayetteville, Arkansas y TOTAL AMOUNT (175600 ) CHANGE ORDERS ,. CONTRACTOR'S NAME CR Crawford Construction TENTATIVE 1,288,217.00 TOTAL COST 1. DESCRIPTION OF WORK (Indicate portion of project description applicable to the contract inspected. Additional description may be given to define the scope of the contract and to indicate eligible work and ineligible work.) This project included replacement of the full HVAC system in the terminal building, including a new chiller, air handlers, replacement of all duct work and piping, variable speed heating pump, digital control system, exhaust fans, and other associated items of work. The project also included partial replacement of window glazing and suspended ceiling. 2. QUALITY OF WORK ALL ELIGIBLE FAAP / ADAP WORK IS: Z SATISFACTORY ❑ UNSATISFACTORY (Explain in item 3) 3 SUMMARY OF TEST RESULTS Describe any unusual construction or installation conditions. If unsatisfactory ineligible work which can adversely affect eligible work exists, explain in detail. If previous inspection reports indicate unsatisfactory work, give date of inspection and comment on conditions found at the time of this inspection. None Noted. 4. COMMENTS See Attached Punchlist. 5. NAMES AND TITLES OF PERSONS PRESENT DURING INSPECTION Kyle Bennett (Garver); Summer Fallen (FYV); Spencer Nokes (CRCC); Andrew Yates (CRCC) DATE 11/5/2021 TITLE Project Engineer SIGNATURE �� / 4js FAA Form 5100-17 (7-70) SUPERSEDES FAA FORM 1627 a Page 1 of 1 a - CARVER CERTIFICATE OF SUBSTANTIAL COMPLETION for Project Title: Improve Terminal Building — Energy Efficiency Improvements Garver Project Number: 20A13211 Owner/Funding Agency Number: FAA AIP 3-05-0020-048-2020 Contract For: $1,289,973.00 Date of Substantial Completion: 4/30/21 CONTRACTOR: CR Crawford Construction 1102 South Happy Hollow Road Fayetteville, Arkansas 72701 OWNER: City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 The Work performed under this Contract has been reviewed and found, to the Engineer's best knowledge, information and belief, to be substantially complete. Substantial Completion is the stage in the progress of the Work when the Work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so the Owner can occupy or utilize the Work for its intended use. The date of Substantial Completion of the Project or portion thereof designated above is hereby established as stated above, which is also the date of commencement of applicable warranties required by the Contract Documents, except as noted below: 1. A list of items to be completed or corrected (Punch List) is attached hereto. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. Garver 05/05/2021 Y DATE The Contractor will complete or correct the Work on the Punch List attached hereto within 14 calendar days of the Date of Substantial Completion. Should the Contractor fail to complete or correct the work on the Punch List within this period, the Substantial Completion date is null and void and the Contract Time shall recommence. Contractor: 4.4,i 00-� 5/6/2021 BY DATE The Owner accepts the Work or designated portion thereof as substantially complete and will assume full possession thereof at (time) on (day and date). Owner's Representative: - rj y B,V 9u- DA E Attachment: Punch List FYV Improve Terminal - HVAC Improvements Punchlist FYV Improve Terminal - Punch List Punch List Items - 04-27-21 Site Visit 1. Provide insulation for chilled water buffer tank (R-16 per schedule). 2. Complete insulation of piping elbows, valves and fittings where incomplete throughout building. 3. Seal chilled water piping penetration at exterior wall of north mechanical room (picture attached). 4. Provide heat tracing for exterior chilled water piping and complete insulation/jacketing. 5. Complete test and balance of HVAC systems and submit final report for review. 6. Verify adequate combustion air openings in exterior wall of north mechanical room (3 sq in / 3000 btu/hr). Punch List Items - 05-04-21 Site Visit 1. North Mechanical Room - Repair leak at new boiler and reinstall insulation (picture attached). 2. North Mechanical Room - Clear floor drain (Roto-Rooter) where leak has washed debris/insulation into floor drain. 3. North Mechanical Room - Check loose, unconnected wires in box (picture attached). 4. North Mechanical Room - Confirm sump pump is installed and discharge location. There does not appear to be discharge to the floor drain per prior discussions (picture attached). 5. North Mechanical Room - Adjust or extend condensate drain to discharge over floor drain not on concrete (picture attached). 6. Multiple Locations - Finish all glazing replacement and storefront installation. 7. Multiple Locations - Install missing ceiling tiles. 8. Multiple Locations - Final cleaning, coordinate time and locations with airport staff. 9. Multiple Locations - Trim excess HVAC duct support wires (picture attached). 10. Multiple Locations - Install new thermostat covers. 11. Conference Room B - Skim coat and paint west wall (picture attached). 12. Conference Room B - Remove loose cable and provide finish at exposed sheetrock edge/rock interface (picture attached). 13. Administration - Remove loose cable and wires (picture attached). 14. Administration - Remove plastic trash above Tamra's desk. 15. Office/Storage - Reattach loose ceiling grid and install ceiling tiles (picture attached). 16. Meeting Room - Use leftover ceiling tiles to replace discolored damaged tile to extent possible. Adjust ceiling tile orientation to "run in same direction" (picture attached). 17. Meeting Room - Fix two light fixtures that are currently not functioning (picture attached). 18. Kitchen - Reattach sink to wall and fix broken PVC drain. 19. North Restrooms - Remove/clean stains in toilets in womens restroom from debris originating during demo (picture attached). 20. North Restrooms - Fix damage to wall (picture attached). 21. Hallway Outside of Jett - Attach receptacle and replace broken cover. 22. Theater - Investigate to see if two can lights at rear of room are still present or if they have been removed. If present and working, the airport would like to keep these exposed. 23. Pilots Lounge - Clean rock wall where drip marks are present from coring operation. 24. Pilots Lounge - Replace damaged floor tiles beneath rock wall penetration (picture attached). 25. Lobby - Replace damaged floor tiles from turning lift (picture attached). Garver Project No. 21 A 13211 GARV ER FYV Improve Terminal — HVAC Improvements Punchlist Photographs Conference Room B — Skim Coat and Painting Conference Room B — Loose Cord and Exposed Sheetrock Edge Garver Project No. 20A1321 Page A-1 GARVER FYV Improve Terminal — HVAC Improvements Punchlist Photographs Conference Room B — Displaced Ceiling Tiles (multiple locations) Conference Room B — Trim Support Wires (multiple locations) Garver Project No. 20A1321 Page A-2 GARVER FYV Improve Terminal — HVAC Improvements Punchlist Photographs Administration — Loose Cord and Wire Office/Storage — Missing Tiles and Unattached Grid Garver Project No. 20A1321 Page A-3 GARVER FYV Improve Terminal— HVAC Improvements Punchlist Photographs Meeting Room — Orientation and Coloring of Ceiling Tiles Meeting Room — Light Not Working Garver Project No. 20A 1321 Page A-4 GARVER' FYV Improve Terminal — HVAC Improvements Punchlist Photographs Kitchen — Cleaning Not Complete (multiple locations) Kitchen— Sink Not Connected to Wall Garver Project No. 20A1321 Page A-5 GARVER FYV Improve Terminal — HVAC Improvements Punchlist Photographs Kitchen —Sink Drain Broken . -. e- Kitchen — Missing Ceiling Tile Garver Project No. 20A 1321 Page A-6 GARVER FYV Improve Terminal — HVAC Improvements Punchlist Photographs North Mechanical Room —Boiler Leaking, Insulation Removed and Clogging Floor Drain Confirm wires that are not connected. North Mechanical Room — Confirm Unconnected Wires in Panel Garver Project No. 20A1321 Page A-7 ci GARVER FYV Improve Terminal — HVAC Improvements Punchlist Photographs North Mechanical Room —Extend/Adjust Condensate Discharge to Floor Drain North Mechanical Room — Incomplete Wall Penetrations Garver Project No. 20A1321 Page A-8 GARVER FYV Improve Terminal — HVAC Improvements Punchlist Photographs North Mechanical Room — Confirm Sump Pump and Discharge North Mechanical Room — Remove Fixture Garver Project No. 20A 1321 Page A-9 GARVER FYV Improve Terminal — HVAC Improvements Punchlist Photographs North Bathroom — Missing Ceiling Tiles North Bathrooms — Damage to Wall Garver Project No. 20A1321 Page A-10 GARV ER FYV Improve Terminal — HVAC Improvements Punchlist Photographs North Bathroom — Staining in Toilet Bowls Post Office — Missing Ceiling Tiles Garver Project No. 20A1321 Page A-11 GARVER FYV Improve Terminal — HVAC Improvements Punchlist Photographs Post Office — Thermostat Covers (multiple locations) 77 Pilots Lounge — Damaged Carpet Tile and Wall Cleaning Below Cut for Rock Wall Penetration Garver Project No. 20A 1321 Page A-12 GARVERI' FYV Improve Terminal — HVAC Improvements Punchlist Photographs Lobby — Damaged Carpet Tiles from Lift Garver Project No. 20A1321 Page A-13 FYV Improve Terminal — HVAC Improvements Punchlist FYV Improve Terminal — Punch List (5-14-2021 Status) Punch List Items — 04-27-21 Site Visit 1. Provide insulation for chilled water buffer tank (R-16 per schedule). o Incomplete, on order. 2. Complete insulation of piping elbows, valves and fittings where incomplete throughout building. o Complete. 3. Seal chilled water piping penetration at exterior wall of north mechanical room (picture attached). o Complete. 4. Provide heat tracing for exterior chilled water piping and complete insulation/jacketing. o Complete. 5. Complete test and balance of HVAC systems and submit final report for review. o Pending resolution of final controls. 6. Verify adequate combustion air openings in exterior wall of north mechanical room (3 sq in / 3000 btu/hr). o Complete. Punch List Items — 05-04-21 Site Visit 1. North Mechanical Room - Repair leak at new boiler and reinstall insulation (picture attached). o Complete. 2. North Mechanical Room - Clear floor drain (Roto-Rooter) where leak has washed debris/insulation into floor drain. o Scheduled to be complete 5/14. 3. North Mechanical Room - Check loose, unconnected wires in box (picture attached). o Complete. 4. North Mechanical Room — Confirm sump pump is installed and discharge location. There does not appear to be discharge to the floor drain per prior discussions (picture attached). o Complete. 5. North Mechanical Room — Adjust or extend condensate drain to discharge over floor drain not on concrete (picture attached). o Complete. 6. Multiple Locations — Finish all glazing replacement and storefront installation. o Glazing complete except for 5 defective/mismeasured pieced. These pieces are on order and scheduled to be delivered next week. o Storefront starts next week. 7. Multiple Locations - Install missing ceiling tiles. o Complete. 8. Multiple Locations - Final cleaning, coordinate time and locations with airport staff. o Complete. 9. Multiple Locations - Trim excess HVAC duct support wires (picture attached). o Complete 10. Multiple Locations - Install new thermostat covers. o Complete. 11. Conference Room B - Skim coat and paint west wall (picture attached). Garver Project No. 21 A 13211 GARVER FYV Improve Terminal — HVAC Improvements Punchlist o Incomplete. 12. Conference Room B - Remove loose cable and provide finish at exposed sheetrock edge/rock interface (picture attached). o Complete. 13. Administration - Remove loose cable and wires (picture attached). o Complete. 14. Administration - Remove plastic trash above Tamra's desk. o Complete. 15. Office/Storage - Reattach loose ceiling grid and install ceiling tiles (picture attached). o Complete. 16. Meeting Room - Use leftover ceiling tiles to replace discolored damaged tile to extent possible. Adjust ceiling tile orientation to "run in same direction" (picture attached). o Complete. 17. Meeting Room - Fix two light fixtures that are currently not functioning (picture attached). o Complete. 18. Kitchen — Reattach sink to wall and fix broken PVC drain. o Complete. 19. North Restrooms — Remove/clean stains in toilets in women's restroom from debris originating during demo (picture attached). o Complete. 20. North Restrooms — Fix damage to wall (picture attached). o Incomplete. CRCC coordinating with Allied. 21. Hallway Outside of Jett — Attach receptacle and replace broken cover. o Complete. 22. Theater — Investigate to see if two can lights at rear of room are still present or if they have been removed. If present and working, the airport would like to keep these exposed. o Complete. 23. Pilots Lounge — Clean rock wall where drip marks are present from coring operation. o Complete. 24. Pilots Lounge — Replace damaged floor tiles beneath rock wall penetration (picture attached). o Complete. 25. Lobby — Replace damaged floor tiles from turning lift (picture attached). o Complete. Garver Project No. 20A 1321 CARVER FYV Improve Terminal — HVAC Improvements Punchlist FYV Improve Terminal — Punch List (9-28-2021 Status) Punch List Items — 04-27-21 Site Visit 1. Provide insulation for chilled water buffer tank (R-16 per schedule). o Complete. 2. Complete insulation of piping elbows, valves and fittings where incomplete throughout building. o Complete. 3. Seal chilled water piping penetration at exterior wall of north mechanical room (picture attached). o Complete. 4. Provide heat tracing for exterior chilled water piping and complete insulation/jacketing. o Complete. 5. Complete test and balance of HVAC systems and submit final report for review. o Complete. 6. Verify adequate combustion air openings in exterior wall of north mechanical room (3 sq in / 3000 btu/hr). o Complete. Punch List Items — 05-04-21 Site Visit 1. North Mechanical Room - Repair leak at new boiler and reinstall insulation (picture attached). o Complete. 2. North Mechanical Room - Clear floor drain (Roto-Rooter) where leak has washed debris/insulation into floor drain. o Complete. 3. North Mechanical Room - Check loose, unconnected wires in box (picture attached). o Complete. 4. North Mechanical Room — Confirm sump pump is installed and discharge location. There does not appear to be discharge to the floor drain per prior discussions (picture attached). o Complete. 5. North Mechanical Room — Adjust or extend condensate drain to discharge over floor drain not on concrete (picture attached). o Complete. 6. Multiple Locations — Finish all glazing replacement and storefront installation. o Complete. 7. Multiple Locations - Install missing ceiling tiles. o Complete. 8. Multiple Locations - Final cleaning, coordinate time and locations with airport staff. o Complete. 9. Multiple Locations - Trim excess HVAC duct support wires (picture attached). o Complete 10. Multiple Locations - Install new thermostat covers. o Complete. 11. Conference Room B - Skim coat and paint west wall (picture attached). o Complete. Garver Project No. 21 A 13211 GARVER FYV Improve Terminal — HVAC Improvements Punchlist 12. Conference Room B - Remove loose cable and provide finish at exposed sheetrock edge/rock interface (picture attached). o Complete. 13. Administration - Remove loose cable and wires (picture attached). o Complete. 14. Administration - Remove plastic trash above Tamra's desk. o Complete. 15. Office/Storage - Reattach loose ceiling grid and install ceiling tiles (picture attached). o Complete. 16. Meeting Room - Use leftover ceiling tiles to replace discolored damaged tile to extent possible. Adjust ceiling tile orientation to "run in same direction" (picture attached). o Complete. 17. Meeting Room - Fix two light fixtures that are currently not functioning (picture attached). o Complete. 18. Kitchen — Reattach sink to wall and fix broken PVC drain. o Complete. 19. North Restrooms — Remove/clean stains in toilets in women's restroom from debris originating during demo (picture attached). o Complete. 20. North Restrooms — Fix damage to wall (picture attached). o Complete. 21. Hallway Outside of Jett —Attach receptacle and replace broken cover. o Complete. 22. Theater — Investigate to see if two can lights at rear of room are still present or if they have been removed. If present and working, the airport would like to keep these exposed. o Complete. 23. Pilots Lounge — Clean rock wall where drip marks are present from coring operation. o Complete. 24. Pilots Lounge — Replace damaged floor tiles beneath rock wall penetration (picture attached). o Complete. 25. Lobby — Replace damaged floor tiles from turning lift (picture attached). o Complete. Garver Project No. 20A 1321 GARVER OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending ve Construction Progress and Inspection Report 12/19/20 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date I Last Working Day Charged (Date) 120 Days 0 Time Suspended 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 0% HVAC Commissioning 0% Electrical 0% Carpentry 0% Storefront 0% Ceiling Tile 0% Window Glazing 0% 4. Work Completed or In Progress this Period Contract time suspended until December 28th for additional HVAC equipment procurement time. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period None. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 12/19/20 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Owl Period Ending Construction Progress and Inspection Report 12/19/20 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date Last Working Day Charged (Date) 120 Days 0 Time Suspended 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 0% HVAC Commissioning 0% Electrical 0% Carpentry 0% Storefront 0% Ceiling Tile 0% Window Glazing 0% 4. Work Completed or In Progress this Period Contract time suspended until December 28th for additional HVAC equipment procurement time. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period None. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 12/26/20 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION �r Construction Progress and Inspection Report OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending 1 /2121 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 5 1/2/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 0% HVAC Commissioning 0% Electrical 0% Carpentry 0% Storefront 0% Ceiling Tile 0% Window Glazing 0% 4. Work Completed or In Progress this Period Contractor mobilized to the site and started demolition in south phase of the terminal. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Continue demolition in the south phase and start ductwork and pipe installation. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) Concerns and steps to improve cleanliness and minimize tenant disruptions discussed with Contractor. SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 1/2/21 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION Ow Construction Progress and Inspection Report OMB CONTROL NUMBER: 2120-0569 L -IKH I IUN UH I C: 0/,7 1 Period Ending 1 /9/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date Last Working Day Charged (Date) 120 Days 12 1 /9/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 5% HVAC Commissioning 0% Electrical 0% Carpentry 0% Storefront 0% Ceiling Tile 0% Window Glazing 0% 4. Work Completed or In Progress this Period Demolition is substantially complete in south phase of the terminal. HVAC ductwork and piping installation has started. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Finish demolition in the south phase and continue ductwork, VAV and pipe installation. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 1/9/21 Kyle Bennett 4�Dbb Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending eel Construction Progress and Inspection Report 1/16/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 19 1/16/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 10% HVAC Commissioning 0% Electrical 0% Carpentry 0% Storefront 0% Ceiling Tile 0% Window Glazing 0% 4. Work Completed or In Progress this Period HVAC ductwork, VAV and piping installation in south phase. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period HVAC ductwork, piping and VAV installation, focused in the Jett lobby area. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) Initial temporary heating units not providing sufficient heat. Contractor has provided larger units to address the issue. Temporary heating units in future phases to be installed well in advance of demolition work. SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 1/16/21 Kyle Bennett L Project Manager �1 FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending Ow Construction Progress and Inspection Report 1/23/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date Last Working Day Charged (Date) 120 Days 26 1/23/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 15% HVAC Commissioning 0% Electrical 3% Carpentry 0% Storefront 0% Ceiling Tile 5% Window Glazing 0% 4. Work Completed or In Progress this Period HVAC ductwork, VAV, piping, insulation, and ceiling tile installation in Jett common areas. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period HVAC ductwork, piping and VAV installation in Jett offices and Pilots lounge. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 1/23/21 Kyle Bennett - Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending elh.w Construction Progress and Inspection Report 1/30/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 33 1/30/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 20% HVAC Commissioning 0% Electrical 6% Carpentry 0% Storefront 0% Ceiling Tile 10% Window Glazing 0% 4. Work Completed or In Progress this Period HVAC ductwork, VAV, piping, insulation, and ceiling the installation in Jett offices and Pilots lounge. Demo in south mechanical room. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period HVAC ductwork, piping and VAV installation in remainder of south phase of terminal. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 1/30/21 Kyle Bennett L Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending Construction Progress and Inspection Report 2/6/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 40 2/6/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 25% HVAC Commissioning 0% Electrical 9% Carpentry 0% Storefront 0% Ceiling Tile 15% Window Glazing 0% 4. Work Completed or In Progress this Period HVAC ductwork, VAV, piping, insulation, and ceiling tile installation in remainder of south phase. Demo complete in south restrooms. Ductwork started in south restroom. Holes cut for new grilles in south wall of lobby. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Complete work in south restrooms. Start duct installation in Conference Room B and in Pilots Lounge Start controls in south phase. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 2/6121 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION 0% Construction Progress and Inspection Report OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending 2/13/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 47 2/13/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 30% HVAC Commissioning 0% Electrical 10% Carpentry 5% Storefront 0% Ceiling Tile 15% Window Glazing 0% 4. Work Completed or In Progress this Period Started HVAC ductwork in Conference Room B. Completed work in south restrooms excluding ceiling the install. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Continue duct installation in Conference Room B and start in Pilots Lounge Start controls in south phase. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 2/13/21 Kyle Bennett Project Manager nL FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending rd Construction Progress and Inspection Report 2/20/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 54 2/20/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) Freezing temperatures and dangerous travel conditions interrupted work 3 days and also caused freezing/burst nlumbina pipes. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 35% HVAC Commissioning 0% Electrical 12% Carpentry 5% Storefront 0% Ceiling Tile 20% Window Glazing 0% 4. Work Completed or In Progress this Period Repair plumbing damaged by freezing temperatures in south mechanical room and restrooms. Finished HVAC ductwork in Conference Room B and reinstalled ceiling tile in south restrooms. Exhaust fans installed and wall patching finished around lobby grilles. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Install AHU in south mechanical room. Continue controls in south phase. Install piping in Skydive. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) Contractor repaired pipes damaged from freezing weather/inadequate protection. SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 2/20/21 Kyle Bennett L/ Project Manager �1 FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending Ow Construction Progress and Inspection Report 2/27/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 61 2/27/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 40% HVAC Commissioning 0% Electrical 14% Carpentry 5% Storefront 0% Ceiling Tile 25% Window Glazing 0% 4. Work Completed or In Progress this Period Finished HVAC ductwork in Pilots lounge. South mechanical room prep for AHU install. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Install AHU in south mechanical room. Continue controls in south phase. Rough in new electrical panel. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 2/27/21 Kyle Bennett Project Manager �G2� L FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending Ov Construction Progress and Inspection Report 3/6/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date I Last Working Day Charged (Date) 120 Days 68 3/6/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 50% HVAC Commissioning 0% Electrical 20% Carpentry 5% Storefront 0% Ceiling Tile 30% Window Glazing 0% 4. Work Completed or In Progress this Period Demolition in terminal lobby, Surfco, Flight School, meeting room and administration areas. Started HVAC ductwork for Surfco and Flight School. Cut rock wall penetrations at Conference Room B and Pilots Lounge. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Finish work at Surfco and Flight School. Continue HVAC ductwork and piping installation in main lobby. Start demolition work in north mechanical room and baggage claim. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 3/6/21 Kyle Bennett Project Manager L FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION 01W Construction Progress and Inspection Report OMB CONTROL NUMBER: 2120-0569 tAt'IKH I IUN UA 1 t: 010 ULU I Period Ending 3/13121 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 75 3/13/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 60% HVAC Commissioning 0% Electrical 25% Carpentry 5% Storefront 0% Ceiling Tile 35% Window Glazing 0% 4. Work Completed or In Progress this Period Completed HVAC installation at Surfco, Flight School and most of main lobby. Demolition work in administration area and baggage claim complete. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Complete HVAC ductwork and piping installation in main lobby. Start HVAC installation in administration and baggage claim areas. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 3/13/21 Kyle Bennett L Project Manager1 FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending 1 Construction Progress and Inspection Report 3/20/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date I Last Working Day Charged (Date) 120 Days 82 3/20/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 70% HVAC Commissioning 0% Electrical 35% Carpentry 5% Storefront 0% Ceiling Tile 40% Window Glazing 0% 4. Work Completed or In Progress this Period Completed HVAC installation at main lobby. Continued HVAC installation in administration, and baggage claim. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Complete in administration and baggage claim areas. Electrical and HVAC work in north mechanical room 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 3/20/21 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 tAF11KA I IUN Period Ending rr Construction Progress and Inspection Report 3/27/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 89 1 3/27/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 80% HVAC Commissioning 20% Electrical 45% Carpentry 100% Storefront 0% Ceiling Tile 50% Window Glazing 0% 4. Work Completed or In Progress this Period Completed HVAC installation in administration, and baggage claim. Start electrical and HVAC in north mechanical room. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Continue work in north mechanical room. Set AHU's. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) Space constraints require AHU2 to be reoriented in the south mechanical room. New orientation will be confirmed by all Garver and airport facilities prior to installation. SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 3/27/21 Kyle Bennett _ Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 LAF'IKHI IVIV UH Period Ending 41W Construction Progress and Inspection Report 4/3/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date Last Working Day Charged (Date) 120 Days 96 4/3/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 85% HVAC Commissioning 20% Electrical 60% Carpentry 100% Storefront 0% Ceiling Tile 60% Window Glazing 0% 4. Work Completed or In Progress this Period Demo existing chiller and installed new chiller. Completed remaining work in administration, and baggage claim. Continue work in north mechanical room. Post office demolition completed. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Complete work in south mechanical room. Install HVAC in post office. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 4/3/21 Kyle Bennett L/ Project Manager �1 FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION Ow Construction Progress and Inspection Report OMB CONTROL NUMBER: 2120-0569 tAVIKH I IUN UH I t: 23/J-1 Period Ending 4/10121 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date Last Working Day Charged (Date) 120 Days 103 4/10/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 90% HVAC Commissioning 20% Electrical 70% Carpentry 100% Storefront 0% Ceiling Tile 60% Window Glazing 0% 4. Work Completed or In Progress this Period Installed AHU 1 and continue electrical and HVAC work in north mechanical room. HVAC duckwork and piping installed at post office. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Continue work in north mechanical room. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 4/10/21 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending rvConstruction Progress and Inspection Report 4/17/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 110 4/17/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 95% HVAC Commissioning 20% Electrical 85% Carpentry 100% Storefront 0% Ceiling Tile 80% Window Glazing 0% 4. Work Completed or In Progress this Period Continue electrical and HVAC work in north mechanical room. Finished remainder of post office. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Boiler and chiller startup. Remaining work in north mechanical room. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 4/17/21 Kyle Bennett L/ Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 CnrIKH I IUN UA I t: 0/0 1 Period Ending d� Construction Progress and Inspection Report 4/24/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 117 4/24/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 100% HVAC Commissioning 20% Electrical 95% Carpentry 100% Storefront 0% Ceiling Tile 95% Window Glazing 20% 4. Work Completed or In Progress this Period Substantial completion in north mechanical room. Start window glazing replacement 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Continue window glazing, start punch list items. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) Storefront shipment delayed. Will be installed with punch list items. SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 4/24/21 Kyle Bennett Project Manager L FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending Construction Progress and Inspection Report 5/1/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date 14/30/21 Last Working Day Charged (Date) 120 Days 120 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 100% HVAC Commissioning 50% Electrical 100% Carpentry 100% Storefront 0% Ceiling Tile 100% Window Glazing 40% 4. Work Completed or In Progress this Period Continue window glazing replacement and punch list items. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Continue window glazing and punch list items. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 5/1/21 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending Ow Construction Progress and Inspection Report 518121 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date Last Working Day Charged (Date) 120 Days 120 4/30/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 100% HVAC Commissioning 50% Electrical 100% Carpentry 100% Storefront 0% Ceiling Tile 100% Window Glazing 70% 4. Work Completed or In Progress this Period Continue window glazing replacement and punch list items. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Continue window glazing and punch list items. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 5/8/21 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending Ow Construction Progress and Inspection Report 5/15/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date I Last Working Day Charged (Date) 120 Days 121 5/15/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 100% HVAC Commissioning 50% Electrical 100% Carpentry 100% Storefront 0% Ceiling Tile 100% Window Glazing 80% 4. Work Completed or In Progress this Period Contract time restarted on May 15, 2021. Outstanding items to be completed include finishing window glazing replacement, storefront installation, HVAC Commissioning, and some minor repair items. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Window glazing, storefront, HVAC Commissioning and punch list items. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 5/15/21 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending ON Construction Progress and Inspection Report 5/22/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 128 5/22/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 100% HVAC Commissioning 60% Electrical 100% Carpentry 100% Storefront 20% Ceiling Tile 100% Window Glazing 100% 4. Work Completed or In Progress this Period Window glazing completed. Testing and balance (TAB) of HVAC system. Temporary wall installed for storefront installation complete. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period Finish storefront installation. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 5/22/21 Kyle Bennett Project Manager _ G2 FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending Construction Progress and Inspection Report 5/29/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date Last Working Day Charged (Date) 120 Days 135 5/29/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 100% HVAC Commissioning 70% Electrical 100% Carpentry 100% Storefront 100% Ceiling Tile 100% Window Glazing 100% 4. Work Completed or In Progress this Period Completed storefront installation. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) NIA 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period HVAC Commissioning and various minor punch list items. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) The hot water pump installed is undersized and will be replaced at no cost to the project. SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 5/29121 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Period Ending Ow Construction Progress and Inspection Report 7/31/21 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time I No. Days Charged to Date Last Working Day Charged (Date) 120 Days 198 7/31 /21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 100% HVAC Commissioning 90% Electrical 100% Carpentry 100% Storefront 100% Ceiling Tile 100% Window Glazing 100% 4. Work Completed or In Progress this Period All items completed excluding receipt of final commissioning report and replacement of undersized pump. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period N/A 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 7/31/21 Kyle Bennett Project Manager FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 tAF'IKA I IUN uA I t: 0/.J ]/LU-I `J Period Ending QV Construction Progress and Inspection Report 9/28121 U.S. Department Project Number of Transportation Airport Grant Program 3-05-0020-048-2020 Federal Aviation Administration Airport Name Fayetteville - Drake Field (FYV) Project Description Contractor's Name Improve Terminal Building - Energy Efficiency Improvements CR Crawford Construction 1. Contract Time No. Days Charged to Date Last Working Day Charged (Date) 120 Days 257 9/28/21 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) N/A. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Estimate of Work Completed to Date HVAC Installation 100% HVAC Commissioning 100% Electrical 100% Carpentry 100% Storefront 100% Ceiling Tile 100% Window Glazing 100% 4. Work Completed or In Progress this Period Final commissioning report submitted and contact time has been stopped. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period N/A 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title: Signature: 9/28/21 Kyle Bennett L Project Manager L FAA Form 5370-1 (9/17) SUPERCEDES PREVIOUS EDITION GARVER