HomeMy WebLinkAbout186-21 RESOLUTIONof carerrf
� K4NSPS
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 186-21
File Number: 2021-0477
FEDERAL AVIATION ADMINISTRATION (FAA) GRANT:
A RESOLUTION TO AUTHORIZE THE APPLICATION FOR A FEDERAL AVIATION
ADMINISTRATION GRANT IN THE AMOUNT OF $6,635,840.00 TO FUND THE DESIGN
AND CONSTRUCTION OF THE RUNWAY PAVEMENT AND LIGHTING
REHABILITATION PROJECT AT DRAKE FIELD AIRPORT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor
Jordan to submit an application for a Federal Aviation Administration Grant in the amount of
$6,635,840.00 to fund the design and construction of the Runway Pavement and Lighting
Rehabilitation Project at Drake Field Airport.
PASSED and APPROVED on 7/6/2021
Attest:
Itrrf"J"
' �.�G�•• CITY •'pF` �.
Kara Paxton, City Clerk Treastker: FgrF� • o
'"i 1,N coo�t�O'
Page 1 Printed on 717121
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
Text File
File Number: 2021-0477
Agenda Date: 7/6/2021 Version: 1 Status: Passed
In Control: City Council Meetinq File Type: Resolution
Agenda Number: A.11
FEDERAL AVIATION ADMINISTRATION (FAA) GRANT:
A RESOLUTION TO AUTHORIZE THE APPLICATION FOR A FEDERAL AVIATION
ADMINISTRATION GRANT IN THE AMOUNT OF $6,635,840.00 TO FUND THE DESIGN AND
CONSTRUCTION OF THE RUNWAY PAVEMENT AND LIGHTING REHABILITATION PROJECT
AT DRAKE FIELD AIRPORT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan
to submit an application for a Federal Aviation Administration Grant in the amount of $6,635,840.00 to fund
the design and construction of the Runway Pavement and Lighting Rehabilitation Project at Drake Field
Airport.
City of Fayetteville, Arkansas Page 1 Printed on 7/7/2021
Summer Fallen
Submitted By
City of Fayetteville Staff Review Form
2021-0477
Legistar File ID
7/6/2021
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
6/17/2021
Submitted Date
Action Recommendation:
AIRPORT SERVICES (760)
Division / Department
Staff requests approval for the Aviation Division to apply for a Federal Aviation Administration (FAA) grant in an
amount up to $6,635,840 to fund 100% of the design and construction of the Runway Pavement and Lighting
Rehabilitation project at Fayetteville — Drake Field Airport. This project will include mill and overlay of Runway 16-
34, construction of a new electrical vault and generator, and improvements to the current airfield lighting and
signage system.
Account Number
Project Number
Budgeted Item? No
Does item have a cost? No
Budget Adjustment Attached? No
Budget Impact:
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Fund
Project Title
V20210527
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number: Approval Date:
Original Contract Number:
Comments:
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF JULY 6, 2021
TO: Lioneld Jordan, Mayor
Fayetteville City Council
THRU: Susan Norton, Chief of Staff
FROM: Summer Fallen, Airport Services Manager
DATE: June 17, 2021
CITY COUNCIL MEMO
SUBJECT: FYV Runway Pavement and Lighting Rehabilitation — FAA Grant Application
RECOMMENDATION:
Staff requests approval for the Aviation Division to apply for a Federal Aviation Administration (FAA) grant in an
amount up to $6,635,840 to fund 100% of the design and construction of the Runway Pavement and Lighting
Rehabilitation project at Fayetteville — Drake Field Airport. This project will include mill and overlay of Runway 16-
34, construction of a new electrical vault and generator, and improvements to the current airfield lighting and signage
system.
BACKGROUND:
Fayetteville -Drake field is served by a single asphalt runway (Runway 16-34) that was extended to its current length
in 1966. The runway has seen multiple overlay rehabilitations since that time, with the last overlay completed in 1986.
Since that time, the condition of the asphalt pavements has been maintained through a combination of crack sealing
and rejuvenating seal coats. This routine maintenance has provided a pavement life far beyond the 20-year design life
of the 1986 overlay project. However, the pavement condition has gradually deteriorated to a point that warrants more
substantial rehabilitation. A recent pavement condition assessment of the runway completed by the Arkansas
Department of Aeronautics noted that the runway pavement was approaching its "Critical PCP'. The Critical PCI is
the point at which the cost of rehabilitation increases exponentially with time. This project is intended to provide a
pavement rehabilitation alternative that will bring the Runway 16-34 pavement back to a satisfactory condition and
extend the useful life of the pavements for a minimum of 20 years.
The project will also include rehabilitation of various aspects of the existing airfield lighting and signage system to
improve airport safety and efficiency. Runway edge light fixtures will be upgraded to LED and fixture spacing will
be reviewed to confirm conformation to FAA standards. A recent FAA Part 139 inspection found erosion around the
existing stake -mounted airfield signage fixtures. This will be addressed by installing new concrete sign foundations
to provide a more reliable and maintainable signage system. Airfield signage will be upgraded to LED and naming
conventions reviewed based on FAA guidance. A new standalone electrical vault will be constructed to house the
airfield lighting power and control equipment. The current vault is located in an existing T-hangar and is not NEC
compliant.
This project was originally programmed for Design in 2021 and Construction in 2022. However, in October 2020, the
FAA notified the City of Fayetteville that additional federal funds were available in 2021 to complete the entire project
(Design and Construction). In order to receive this additional funding, the FAA requested the City of Fayetteville
change their project schedule to complete the competitive bidding process by Summer 2021. The Airport entered into
an agreement with Garver, LLC to render design and bidding services for the project (Task Order 02). Construction
bids were received on June 2, 2021.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
DISCUSSION:
Upon receipt of an AIP grant offer from the FAA, the Airport Division will seek approval from Council to execute
the grant offer, execute a construction contract with the lowest responsive and responsible bidder, and execute a
construction phase services task order with Garver.
The FAA AIP grant program is anticipated to cover 90% of the project costs. The remaining 10% of project costs are
anticipated to be funded through the recently passed American Recovery Plan Act of 2021 (ARPA). The only costs
that will be attributed to the City for this project is $1.26 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: $10,000.00
Garver Task Order 02 (Design and Bidding)*: $325,350.00 FAA (AIP): $5,972,256.00
Garver Task Order 03 (Construction Phase Services): $235,000.00 FAA (ARPA): $663,584.00
Construction Contract: $6,065,491.26 City: $1.26
TOTAL: $6,635,841.26 TOTAL: $6,635,841.26
*Previously approved by the City Council on December 15, 2020.
BUDGET/STAFF IMPACT:
No budget or staff impacts at this time. Upon receipt of an FAA Grant Offer, the Airport Division will seek approval
from Council to execute the grant offer, execute a construction contract with the lowest responsive and responsible
bidder, execute a construction phase services task order with Garver, and budget adjustment.
Attachments:
Staff Review Form
FAA Grant Application
0
�; �y"�"�-�r�ss-�w,' ,;ram•.
.r�::'M _ -'4d � � • ' �.y. :'vas`: � '
C. - i
6. ,,�..w �+�-:'k'• (( �µ;:•-�:. .- ..3�."-;.;,�.'� emu. _ ,
Construction Grant Application
Fayetteville — Drake Field (FYV)
Runway Pavement and Lighting Rehabilitation
AIP No. 3-05-0020-050-2021
W,:_
C — _ :A - - - -
a.
Prepared For:
City of Fayetteville and
Fayetteville - Drake Field Airport
June 2021 GarveruSA.com
CITY OF
FAYETTEVILLE
ARKANSAS
June 17, 2021
Federal Aviation Administration
Attn: Mr. Olufemi Adeoye
10101 Hillwood Parkway
Fort Worth, TX 76177
Re: Fayetteville — Drake Field
FYV Runway Pavement and Lighting Rehabilitation
FAA Grant Application (3-05-0020-050-2021)
Dear Mr. Adeoye
Bids were digitally received for the "FYV Runway Pavement and Lighting Rehabilitation" project through the City's on-
line bidding software, Bonfire, at 2:00 pm on Wednesday, June 2, 2021.
Garver has reviewed the bid proposal for compliance with the "Instructions to Bidders". This information includes the
following:
+ Insurance Coverages (Current Automobile and Liability Insurance)
+ Bid Bond
• Proposal (Including Unit Price Schedule)
• Statement of Bidder's Qualifications
• List of Proposed Subcontractors
• DBE Participation Reporting
• Bidder Certification Form
A total of 2 bids were received on the project. Emery Sapp & Sons, Inc. submitted the low bid for the project in the
amount of $6,065,491.26. The Engineer's Opinion of Probable Cost was $6,000,000.00.
Based on Garver's review, we believe that the base bid submitted by Emery Sapp & Sons, Inc. represents a good
value for Fayetteville — Drake Field. Therefore, we request your concurrence in awarding the "FYV Runway
Pavement and Lighting Rehabilitation" contract to Emery Sapp & Sons, Inc.
Please call me if you have any questions.
Sincerely,
Summer Fallen
Airport Director
City of Fayetteville
Attachments: Recommendation of Award
Application for Federal Assistance (SF-424)
FAA Form 5100-100
Project Budget
Sponsor Certifications
Record of Negotiations
Approved Engineering Contracts
Exhibit A (Airport Property Map)
4300 South J.B. Hunt Drive
Suite 240
Rogers, AR 72758
TEL 479.257.9188
www.GarverUSA.com
June 17, 2021
Mrs. Summer Fallen
City of Fayetteville
4500 S School Avenue, Suite F
Fayetteville, AR 72701
Re: Fayetteville — Drake Field
FYV Runway Pavement and Lighting Rehabilitation
Recommendation of Award
Dear Mrs. Fallen
Bids were received digitally for the "FYV Runway Pavement and Lighting Rehabilitation" project through the City's
on-line bidding software, Bonfire, at 2:00 pm on Wednesday, June 2, 2021. The bids have been checked for
accuracy and for compliance with the contract documents. A tabulation of the bids received is enclosed with this
letter.
A total of 2 bids were received on the project. Emery Sapp & Sons, Inc. submitted the low bid for the project in
the amount of $6,065,491.26. The Engineer's Opinion of Probable Cost was $6,00,000.00.
We believe that the bid submitted by Emery Sapp & Sons, Inc. represents a good value for Fayetteville — Drake
Field. Contingent upon award of an FAA grant and City Council approval, we recommend that the construction
contract for the "FVY Runway Pavement and Lighting Rehabilitation" project be awarded to Emery Sapp & Sons,
Inc.
Please call me if you have any questions.
Sincerely,
GARVER
A��-7U)u�b
Adam White, PE
Project Manager
Attachments: Bid Tabulation
CITY OF FAYETTEVILLE
FYV RUNWAY PAVEMENT AND LIGHTING REHABILITATION
BID TABULATION
BID OPENING: 06/02/2021; 2:00 PM
ENGINEER'S ESTIMATE Emery Sapp & Sons, Inc. APAC-Central
ITEM SPEC. ESTIMATED UNIT UNIT UNIT
NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1
SS-120-3.1
Construction Safety and Security
LS
1
$140,000.00
$140,000.00
2
SS-220-5.1
Pavement Edge Grading
LF
18,020
$5.00
$90,100.00
3
SS-221-5.1
Paving Fabric
SY
104,280
$3.00
$312,840.00
4
SS-222-5.1
Haul Road Repair (Full Depth)
SY
1,000
$100.00
$100,000.00
5
SS-222-5.2
Haul Road Repair (2" Mill and Overlay)
SY
330
$75.00
$24,750.00
6
SS-300-5.1
Lockout/Tagout and Constant Current Regulator
Calibration Procedures
LS
1
$2,500.00
$2,500.00
7
SS-300-5.2
Electrical Vault Modifications
LS
1
$5,000.00
$5,000.00
8
SS-300-5.3
Generator and Transfer Switch System, Installed
LS
1
$130,000.00
$130,000.00
9
SS-300-5.4
Existing ATCT Modifications, Installed
LS
1
$15,000.00
$15,000.00
10
SS-301-5.1
Existing Base Mounted Runway Edge Light, Removed
EA
73
$100.00
$7,300.00
11
SS-301-5.2
Existing Base Mounted Taxiway Edge Light, Removed and
Stored with Base Demolished
EA
41
$150.00
$6,150.00
12
SS-301-5.3
Existing Stake Mounted Guidance Sign, Removed
EA
49
$100.00
$4,900.00
13
SS-301-5.4
Existing Base Mounted Guidance Sign, Removed
EA
5
$300.00
$1,500.00
14
SS-301-5.5
Existing Base Mounted Guidance Sign, Removed and
Stored with Foundation Demolished
EA
1
$300.00
$300.00
15
SS-305-5.1
Directional Boring, 1-Way 2"C Polyethylene Conduit
LF
1,050
$35.00
$36,750.00
16
SS-305-5.2
Directional Boring, 2-Way 2"C Polyethylene Conduits
LF
450
$45.00
$20,250.00
17
SS-310-5.1
Temporary Airfield Lighting
LS
1
$10,000.00
$10,000.00
18
C-100-14.1
Contractor Quality Control Program (CQCP)
LS
1
$50,000.00
$50,000.00
19
C-102-5.1
Temporary Erosion Control
LS
1
$10,000.00
$10,000.00
20
C-105-6.1
Mobilization (Maximum 5%of Total Bid)
LS
1
$261,615.20
$261,615.20
21
P-101-5.1a
Asphalt Concrete Pavement Removal
SY
1,430
$15.00
$21,450.00
22
P-101-5.1b
Concrete Pavement Removal
SY
1,730
$20.00
$34,600.00
23
P-101-5.2
Joint and Crack Repair (1/2" or Greater)
LF
5,200
$4.00
$20,800.00
GARNER
1 of 3
$132,730.00
$132,730.00
$4.35
$78,387.00
$3.00
$312,840.00
$107.00
$107,000.00
$78.40
$25,872.00
$845.00
$845.00
$2,030.00
$2,030.00
$118,650.00
$118,650.00
$3,100.00
$3,100.00
$57.00
$4,161.00
$282.00
$11,562.00
$170.00
$8,330.00
$565.00
$2,825.00
$565.00
$565.00
$40.00
$42,000.00
$51.00
$22,950.00
$12,475.00
$12,475.00
$85,600.00
$85,600.00
$17,500.00
$17,500.00
$230,000.00
$230,000.00
$23.70
$33,891.00
$28.20
$48,786.00
$3.60
$18,720.00
$160,000.00
$160,000.00
$2.15
$38,743.00
$1.60
$166,848.00
$165.00
$165,000.00
$150.00
$49,500.00
$900.00
$900.00
$2,070.00
$2,070.00
$121,000.00
$121,000.00
$3,110.00
$3,110.00
$58.00
$4,234.00
$290.00
$11,890.00
$170.00
$8,330.00
$565.00
$2,825.00
$565.00
$565.00
$39.50
$41,475.00
$52.00
$23,400.00
$8,625.00
$8,625.00
$23,000.00
$23,000.00
$5,000.00
$5,000.00
$280,000.00
$280,000.00
$10.50
$15,015.00
$17.50
$30,275.00
$5.25
$27,300.00
Garver Project 21 A13211
ITEM SPEC.
NO. NO. DESCRIPTION
ENGINEER'S ESTIMATE Emery Sapp & Sons, Inc. APAC-Central
ESTIMATED UNIT UNIT UNIT
UNIT QUANTITY PRICE AMOUNT
24
P-101-5.3
Pavement Markings Removal
SF
5,060
$2.00
$10,120.00
25
P-101-5.4a
Cold Milling (0-1")
SY
74,800
$4.00
$299,200.00
26
P-101-5.4b
Cold Milling (1"-3")
SY
14,310
$7.00
$100,170.00
27
P-152-4.1
Unclassified Excavation
CY
500
$30.00
$15,000.00
28
P-152-4.2
Unsuitable Excavation
CY
690
$50.00
$34,500.00
29
P-209-5.1
Crushed Aggregate Base Course (6" Thickness)
SY
1,030
$20.00
$20,600.00
30
P-209-5.2
Crushed Aggregate Base Course (0-4" Thickness)
SY
1,600
$18.00
$28,800.00
31
P-401-8.1a
Asphalt Hot Mix Surface Course
TN
14,570
$145.00
$2,112,650.00
32
P-401-8.1 b
Asphalt Hot Mix Surface Course for Test Section
TN
250
$300.00
$75,000.00
33
P-401-8.1c
Asphalt Hot Mix Leveling Course
TN
600
$155.00
$93,000.00
34
P-403-8.1
Asphalt Hot Mlx Base Course
TN
998
$145.00
$144,710.00
35
P-620-5.1a
Runway and Taxiway Marking (Reflective)
SF
96,940
$1.00
$96,940.00
36
P-620-5.1 b
Runway and Taxiway Marking (Non -Reflective)
SF
25,640
$0.80
$20,512.00
37
P-620-5.1c
Runway and Taxiway Marking (Temporary)
SF
53,566
$0.80
$42,852.80
38
P-621-5.1
Grooving
SY
57,270
$2.00
$114,540.00
39
D-701-5.1
24" Reinforced Concrete Pipe (Class III)
LF
20
$110.00
$2,200.00
$10,000.00
40
D-751-5.1
4' x 4' Airfield Grate Inlet
EA
1
$10,000.00
41
T-901-5.1
Seeding
AC
3
$4,000.00
$12,000.00
42
T-904-5.1
Sodding
SY
27,220
$5.00
$136,100.00
43
T-905-5.1
Topsoil (Furnished from Off the Site)
CY
350
$50.00
$17,500.00
44
L-108-5.1
No. 8 AWG, 5kV, L-824, Type C Cable, Installed in
Trench, Duct Bank or Conduit
LF
23,750
$3.50
$83,125.00
45
L-108-5.2
No. 6 AWG, Solid, Bare Copper Counterpoise Wire,
Installed in Trench, Including Con nections/Terminations
LF
19,250
$3.50
$67,375.00
46
L-108-5.3
Trenching for Direct -Buried Bare Counterpoise Wire, 8"
Minimum Depth
LF
13,800
$2.50
$34,500.00
47
L-108-5.4
ATCT Remote L-821 Panel Communication Cable,
Installed in Duct Bank or Conduit
LF
2,300
$15.00
$34,500.00
48
L-109-7.1
Construction of Prefabricated Concrete Vault Building and
Foundation in Place
LS
1
$140,000.00
$140,000.00
GARNER
2of3
PRICE AMOUNT
$1.80 $9,108.00
$3.75
$280,500.00
$7.80
$111,618.00
$42.85
$21,425.00
$56.40
$38,916.00
$16.00
$16,480.00
$11.00
$17,600.00
$152.00
$2,214,640.00
$341.00
$85,250.00
$177.00
$106,200.00
$156.00
$155,688.00
$0.82
$79,490.80
$0.79
$20,255.60
$0.71
$38,031.86
$1.85
$105,949.50
$105.50
$2,110.00
$12,972.00
$12,972.00
$2,250.00
$6,750.00
$4.20
$114,324.00
$42.90
$15,015.00
$3.38
$80,275.00
$3.95
$76,037.50
$2.26
$31,188.00
$16.92
$38,916.00
$135,360.00
$135,360.00
PRICE AMOUNT
$2.00 $10,120.00
$3.25
$243,100.00
$7.00
$100,170.00
$23.00
$11,500.00
$64.00
$44,160.00
$16.75
$17,252.50
$17.50
$28,000.00
$170.00
$2,476,900.00
$385.00
$96,250.00
$198.00
$118,800.00
$185.00
$184,630.00
$0.85
$82,399.00
$0.80
$20,512.00
$0.75
$40,174.50
$1.85
$105,949.50
$191.00
$3,820.00
$14,600.00
$14,600.00
$3,000.00
$9,000.00
$4.25
$115,685.00
$44.00
$15,400.00
$3.45
$81,937.50
$4.00
$77,000.00
$2.25
$31,050.00
$17.25
$39,675.00
$135,500.00
$135,500.00
Garver Project 21A13211
ITEM SPEC.
NO. NO. DESCRIPTION
ENGINEER'S ESTIMATE Emery Sapp & Sons, Inc. APAC-Central
ESTIMATED UNIT UNIT UNIT
UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT
49
L-109-7.2
Installation of Prefabricated Concrete Vault Building
LS
1
$160,000.00
$160,000.00
Equipment in Place
50
L-110-5.1
Flowable Fill Encased Electrical Conduit, 1-Way 2"C
LF
300
$40.00
$12,000.00
51
L-110-5.2
Non -Encased Electrical Conduit, 1-Way 2"C
LF
17,100
$10.00
$171,000.00
52
L-110-5.3
Non -Encased Electrical Duct Bank, 4-Way 4"C
LF
60
$80.00
$4,800.00
53
L-115-5.1
Concrete Encased Electrical Junction Structure, L-867
EA
11
$1,500.00
$16,500.00
Class 1, Size 16" Diameter by 24" Depth
54
L-125-5.1
L-858(L), Size 1, Base Mounted, 1-Module Guidance Sign,
EA
8
$4,500.00
$36,000.00
Installed
55
L-125-5.2
L-858(L), Size 1, Base Mounted, 2-Module Guidance Sign,
EA
19
$5,500.00
$104,500.00
Installed
56
L-125-5.3
L-858(L), Size 1, Base Mounted, 3-Module Guidance Sign,
EA
21
$6,500.00
$136,500.00
Installed
57
L-125-5.4
L-858(L), Size 5, Base Mounted, Runway Distance
EA
5
$8,000.00
$40,000.00
Remaining Sign, Installed
58
L-125-5.5
Existing L-858(L) Guidance Sign, Reinstalled on New Base
EA
1
$7,000.00
$7,000.00
with New Panels
59
L-125-5.6
L-861(L) Base Mounted Runway Edge Light, Installed
EA
56
$1,500.00
$84,000.00
60
L-125-5.7
L-861 E(L) Base Mounted Runway Threshold Light,
EA
16
$3,000.00
$48,000.00
Installed in Asphalt Pavement
61
L-125-5.8
L-861T(L) Base Mounted Taxiway Edge Light, Installed
EA
9
$1,500.00
$13,500.00
62
L-125-5.9
Existing Stored L-861T(L) Taxiway Edge Light, Installed on
EA
41
$1,500.00
$61,500.00
New Base
63
SP-C-01a
Bonds
LS
1
$50,000.00
$50,000.00
64
SP-C-01b
Owner's Protective Insurance
LS
1
$3,000.00
$3,000.00
TOTALS
3of3
$169,200.00
$169,200.00
$39.50
$11,850.00
$7.35
$125,685.00
$84.60
$5,076.00
$1,355.00
$14,905.00
$4,960.00
$39,680.00
$5,585.00
$106,115.00
$6,655.00
$139,755.00
$7,165.00
$35,825.00
$7,670.00
$7,670.00
$1,695.00
$94,920.00
$2,820.00
$45,120.00
$1,635.00
$14,715.00
$1,355.00
$55,555.00
$64,500.00
$64,500.00
$1.00
$1.00
$6,000,000.00 $6,065,491.26
PRICE
AMOUNT
$170,000.00
$170,000.00
$39.50
$11,850.00
$7.50
$128,250.00
$85.00
$5,100.00
$1,375.00
$15,125.00
$4,975.00
$39,800.00
$5,590.00
$106,210.00
$6,675.00
$140,175.00
$7,200.00
$36,000.00
$7,675.00
$7,675.00
$1,725.00
$96,600.00
$2,825.00
$45,200.00
$1,650.00
$14,850.00
$1,350.00
$55,350.00
$37,500.00
$37,500.00
$2,500.00
$2,500.00
$6, 204, 875.00
Garver Project 21A13211
OMB Number. 4040-0004
Expiration Date: 12131/2022
Application for Federal Assistance SF-424
1. Type of Submission:
Preapplication
® Application
Changed/Corrected Application
' 2. Type of Application: ' If Revision, select appropriate letter(s):
® New
0 Continuation ' Other (Specify):
Revision
' 3. Date Received: 4. Applicant Identifier:
FYV
5a. Federal Entity Identifier:
5b. Federal Award Identifier:
3-05-0020-050-2021
State Use Only:
6. Date Received by State: E==
7. State Application Identifier:
S. APPLICANT INFORMATION:
a. Legal Name: City of Fayetteville
" b. Employer/Taxpayer Identification Number (EIN/TIN):
' c. Organizational DUNS:
1343989C3CCCC
71-6C18462
d. Address:
Street1: 45C0 S School Avenue
Street2:
' City: Fayetteville
County/Parish: Washington
' State: AR: Arkansas
Province:
Country: USA: UNITED STATES
Zip / Postal Code: 727C_-8016
e. Organizational Unit:
Department Name:
Division Name:
Aviation
Transportation
f. Name and contact information of person to be contacted on matters involving this application:
Prefix: Ms ` First Name: Summer
Middle Name:
' Last Name: Faiien
Suffix:
Title: Airport Manager
Organizational Affiliation:
City of Fayetteville Aviation Division, Drake Field, KFYV
Telephone Number: 479-718-7642 Fax Number: 47
Email: _ __cn,sfayetteviile-ar.gov
Application for Federal Assistance SF-424
* 9. Type of Applicant 1: Select Applicant Type:
C: City or Township Government
Type of Applicant 2: Select Applicant Type:
Type of Applicant 3: Select Applicant Type:
* Other (specify):
* 10. Name of Federal Agency:
Federal Aviation Administration (FAA)
11. Catalog of Federal Domestic Assistance Number:
20.106
CFDA Title:
Airport Improvement Program
* 12. Funding Opportunity Number:
N/A
* Title:
N/A
13. Competition Identification Number:
N/A
Title:
N/A
14. Areas Affected by Project (Cities, Counties, States, etc.):
Add Attachment Delete Attachment View Attachment
* 15. Descriptive Title of Applicant's Project:
FYV Runway Pavement and Lighting Rehabilitation
Attach supporting documents as specified in agency instructions.
Add Attachments Delete Attachments View Attachments
Application for Federal Assistance SF-424
16. Congressional Districts Of:
a. Applicant AR-CC3 b. Program/Project AR-CC3
Attach an additional list of Program/Project Congressional Districts if needed.
Add Attachment effete Attachmer: View pttachmet
17. Proposed Project:
a. Start Date: CS/= b. End Date: C9/3C/2C22
18. Estimated Funding ($):
a. Federal 5,522,256.001
' b. Applicant = . cc
c. State C . 001
d. Local C . CC
e.Other 6--3,584.CC
f. Program Income C . cc]
g.TOTAL 6,:35,891.CC
' 19. Is Application Subject to Review By State Under Executive Order 12372 Process?
a. This application was made available to the State under the Executive Order 12372 Process for review on
❑ b. Program is subject to E.O. 12372 but has not been selected by the State for review.
® c. Program is not covered by E.O. 12372.
* 20. Is the Applicant Delinquent On Any Federal Debt? (If "Yes," provide explanation in attachment.)
❑ Yes Z No
If "Yes", provide explanation and attach
cc., Me[`,t De;ete A
21. *By signing this application, I certify (1) to the statements contained in the list of certifications" and (2) that the statements
herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances** and agree to
comply with any resulting terms if I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may
subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 218, Section 1001)
® **IAGREE
** The list of certifications and assurances, or an internet site where you may obtain this list, is contained in the announcement or agency
specific instructions.
Authorized Representative:
Prefix: Honorable First Name: Lione-d
Middle Name:
* Last Name: jcrdan
Suffix:
Title: Mayor, City of Fayettevi--e
Telephone Number 479-55-833C Fax Number: 4 79-575-8257
Email: jDrdanEfayettev--- e-ar.gov
Signature of Authorized Representative:
Date Signed:
/
i
U
Branson, Lisa
From: Fallen, Summer
Sent: Thursday, July 15, 2021 8:45 AM
To: Branson, Lisa
Subject: FW: FYV Runway Rehab Grant Application - Updated SF 424 for Mayor's Signature
Attachments: FYV Runway Rehab - Updated SF424.pdf
From: Bennett, Kyle A. <KABennett@GarverUSA.com>
Sent: Wednesday, July 14, 20214:10 PM
To: Fallen, Summer <sfallen@fayetteville-ar.gov>
Subject: FYV Runway Rehab Grant Application - Updated SF 424 for Mayor's Signature
CAUTION: This email originated from outside of the City of Fayetteville. Do not click links or open attachments unless you recognize
the sender and know the content is safe.
Summer,
Please see attached updated SF424 for the Mayor's signature.
Thank you,
Kyle Bennett, PE
Project Manager
Aviation Team
479-527-9100
Branson, Lisa
From:
Mathis, Jeana
Sent:
Wednesday, July 14, 2021 4:27 PM
To:
Branson, Lisa
Subject:
FW: Answer
This is communication between summer and blake
Jeana Mathis
Customer & Information Records Specialist
Office of the City Clerk Treasurer
City of Fayetteville, Arkansas
jmath is favetteviIle-ar.gov
479.575.8323
Website I Facebook I Twitter I Instagram I YouTube
CITY OF
IWO FAYETTEVILLE
ARKANSAS
From: Fallen, Summer <sfallen@fayetteville-ar.gov>
Sent: Wednesday, July 14, 2021 3:55 PM
To: Mathis, Jeana <jmath is@fayetteville-ar.gov>
Subject: Answer
Do you want me to have Kyle at Garver send the page directly to you?
Question on the council item for the grant application we have been d
amount the FAA is going to sign off on so we want to update the said amount
was approved on an, "up to' basis and we are about 500,000 below that. Does
to go through staff review again or can we just send the one page to city clerk
,mo�% Pennington, Blake 3:49 PM
I'm fine switching out the one page
I thought it was for a specific amount
Application for Federal Assistance SF-424
16. Congressional Districts Of:
a. Applicant AR -CC b. Program/Project AR-C
Attach an additional list of Program/Project Congressional Districts if needed.
Add Attachment Detete Attachment View A:iachrnert
17. Proposed Project:
* a. Start Date: CS/C_/2C22 * b. E Date: 09/30/2022
18. Estimated Fund- ($):
* a. Federal 5, 972, 256.00
' b. Applicant 1.00
* c. State 0.00
* d. Local 0.00
'e.Other 663,584.CC
' f. Program Income 0 . CC
*g.TOTAL 6, 5,841.CC
* 19. Is Application Subject to Review By State U er Executive Order 2372 Process?
a. This application was made available to the Sta under the Exe five Order 12372 Process for review on
❑ b. Program is subject to E.O. 12372 but has not bee selected the State for review.
® c. Program is not covered by E.O. 12372.
` 20. Is the Applicant Delinquent On Any Federal Debt? (If " s,' provide explanation in attachment.)
❑ Yes ® No
If "Yes", provide explanation and attach
�._ .. _, View .Al.taclr�=-r--:
ifications`* and (2) that the statements
21. `By signing this application, I certify (1) to the tatements contained in t\1ist,is
herein are true, complete and accurate to the b t of my knowledge. I alshe required assurances" and agree to
comply with any resulting terms if I accept an aw rd. I am aware that any falsor fraudulent statements or claims may
subject me to criminal, civil, or administrative p alties. (U.S. Code, Title 218,1)
® ** I AGREE
** The list of certifications and assurances, or internet site where you may obtaco ained in the announcement or agency
specific instructions.
Authorized Representative:
Prefix: Honorable *First Name: Lione_d
Middle Name:
* Last Name: .'ordan
Suffix:
*Title: Mayor, City f Fayetteville
Telephone Number: 47g 575-8330 Fax Number: 419-575-8257
Email: ljordanfa tteville-ar.gov
Signature of Authori d Representative:
Date Signed:
L / `
v V
■� U.S. Department of Transportation
Federal Aviation Administration
OMB CONTROL NUMBER: 2120-0569
EXPIRATION DATE: 6/30/2023
Application for Federal Assistance (Development and Equipment Projects)
PART II — PROJECT APPROVAL INFORMATION
Part II - SECTION A
The term "Sponsor" refers to the applicant name provided in box 8 of the associated SF-424 form.
Item 1.
Does Sponsor maintain an active registration in the System for Award Management ❑X Yes
❑ No
(www.SAM.gov)?
Item 2.
Can Sponsor commence the work identified in the application in the fiscal year the
❑ Yes
❑ No El N/A
grant is made or within six months after the grant is made, whichever is later?
Item 3.
Are there any foreseeable events that would delay completion of the project? If yes, ❑ Yes
❑ No ❑ N/A
provide attachment to this form that lists the events.
Item 4.
Will the project(s) covered by this request have impacts or effects on the
environment that require mitigating measures? If yes, attach a summary listing of ❑ Yes
❑ No ❑ N/A
mitigating measures to this application and identify the name and date of the
environmental document(s).
Item 5.
Is the project covered by this request included in an approved Passenger Facility
❑ Yes
❑ No ❑ N/A
Charge (PFC) application or other Federal assistance program? If yes, please
identify other funding sources by checking all applicable boxes.
❑ The project is included in an approved PFC application.
If included in an approved PFC application,
does the application only address AIP matching share? ❑ Yes ❑ No
❑ The project is included in another Federal Assistance program. Its CFDA number is below.
Item 6.
Will the requested Federal assistance include Sponsor indirect costs as described in ❑ Yes
❑ No ❑ N/A
2 CFR Appendix VII to Part 200, States and Local Government and Indian Tribe
Indirect Cost Proposals?
If the request for Federal assistance includes a claim for allowable indirect costs, select the applicable indirect cost rate
the Sponsor proposes to apply:
❑ De Minimis rate of 10% as permitted by 2 CFR § 200.414.
❑ Negotiated Rate equal to % as approved by (the
Cognizant Agency)
on (Date) (2 CFR part 200, appendix VII).
Note: Refer to the instructions for limitations of application associated with claiming Sponsor indirect costs.
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 7
OMB CONTROL NUMBER: 2120-0569 OMB
EXPIRATION DATE: 6/30/2023
PART II - SECTION B
Certification Regarding Lobbying
The declarations made on this page are under the signature of the authorized representative as identified in box 21 of
form SF-424, to which this form is attached. The term "Sponsor" refers to the applicant name provided in box 8 of the
associated SF-424 form.
The Authorized Representative certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Sponsor, to any person
for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer
or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any
Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal
contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer
or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract,
grant, loan, or cooperative agreement, the Authorized Representative shall complete and submit Standard
Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
(3) The Authorized Representative shall require that the language of this certification be included in the award
documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans,
and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 7
OMB CONTROL NUMBER: 2120-0569 OMB
EXPIRATION DATE: 6/30/2023
PART II — SECTION C
The Sponsor hereby represents and certifies as follows:
1. Compatible Land Use — The Sponsor has taken the following actions to assure compatible usage of land adjacent
to or in the vicinity of the airport:
The Sponsor has adopted Drake Field Ordinance 2607, which regulates and restricts all land use activities in the
vicinity of Fayetteville -Drake Field. Adopted January 20, 1980 and as amended.
2. Defaults — The Sponsor is not in default on any obligation to the United States or any agency of the United States
Government relative to the development, operation, or maintenance of any airport, except as stated herewith:
None
3. Possible Disabilities — There are no facts or circumstances (including the existence of effective or proposed leases,
use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other
legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete
the Project or carry out the provisions of the Grant Assurances, either by limiting its legal or financial ability or
otherwise, except as follows:
None
4. Consistency with Local Plans — The project is reasonably consistent with plans existing at the time of submission
of this application) of public agencies that are authorized by the State in which the project is located to plan for the
development of the area surrounding the airport.
True
5. Consideration of Local Interest — It has given fair consideration to the interest of communities in or near where the
project may be located.
True
6. Consultation with Users — In making a decision to undertake an airport development project under Title 49, United
States Code, it has consulted with airport users that will potentially be affected by the project (§ 47105(a)(2)).
True
7. Public Hearings — In projects involving the location of an airport, an airport runway or a major runway extension, it
has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental
effects of the airport or runway location and its consistency with goals and objectives of such planning as has been
carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such
hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from
the communities where the project is located or has advised the communities that they have the right to petition the
Secretary concerning a proposed project.
N/A
8. Air and Water Quality Standards — In projects involving airport location, a major runway extension, or runway
location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary
that the project will be located, designed, constructed, and operated so as to comply with applicable and air and water
quality standards. In any case where such standards have not been approved and where applicable air and water
quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification
shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days
after the project application has been received by the Secretary.
N/A
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 3 of 7
OMB CONTROL NUMBER: 2120-0569 OMB
EXPIRATION DATE: 6/30/2023
PART II — SECTION C (Continued)
9. Exclusive Rights — There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport
owned or controlled by the Sponsor except as follows:
None
10. Land — (a) The sponsor holds the following property interest in the following areas of land, which are to be developed
or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse
interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A". [1]
The sponsor holds all propoerty as shown on the most recent update to the airport's master plan and the attached
Exhibit A.
The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and
that such attorney or title company has determined that the Sponsor holds the above property interests.
(b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work
under the Project, the following property interest in the following areas of land on which such construction work is to be
performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A". [1]
N/A
(c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction
work under the Project, the following property interest in the following areas of land which are to be developed or used
as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on
the aforementioned property map designated as Exhibit "A". [1 ]
N/A
. State the character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse
interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by
the area numbers shown on the property map.
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 4 of 7
OMB CONTROL NUMBER: 2120-0569 OMB
EXPIRATION DATE: 6/30/2023
PART III - BUDGET INFORMATION - CONSTRUCTION
SECTION A —GENERAL
1. Assistance Listing Number: 20.106
2. Functional or Other Breakout: 3-05-0020-50-2021
SECTION B — CALCULATION OF FEDERAL GRANT
Cost Classification
Latest Approved
Amount
(Use only for
revisions)
Adjustment
+ or (-) Amount
(Use only for
revisions
Total
Amount
Required
1. Administration expense
$ 10,000
2. Preliminary expense
3. Land, structures, right-of-way
4. Architectural engineering basic fees
325,350
5. Other Architectural engineering fees
6. Project inspection fees
235,000
7. Land development
8. Relocation Expenses
9. Relocation payments to Individuals and Businesses
10. Demolition and removal
11. Construction and project improvement
6,065,491
12. Equipment
13. Miscellaneous
14. Subtotal (Lines 1 through 13)
$ 6,635,841
15. Estimated Income (if applicable)
16. Net Project Amount (Line 14 minus 15)
17. Less: Ineligible Exclusions (Section C, line 23 g.)
1
18. Subtotal (Lines 16 through 17)
$ 6,635,840
19. Federal Share requested of Line 18
5,972,256
20. Grantee share
1
21. Other shares
663,584
22. TOTAL PROJECT (Lines 19, 20 & 21)
$ 6,635,841
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 5 of 7
OMB CONTROL NUMBER: 2120-0569 OMB
EXPIRATION DATE: 6/30/2023
SECTION C — EXCLUSIONS
23. Classification (Description of non -participating work)
Amount Ineligible for
Participation
a.
b.
C.
d.
e.
f.
g. Total
SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
24. Grantee Share — Fund Categories
Amount
a. Securities
b. Mortgages
c. Appropriations (by Applicant)
d. Bonds
e. Tax Levies
f. Non -Cash
g. Other (Explain):
h. TOTAL - Grantee share
25. Other Shares
Amount
a. State
b. Other
663,584
c. TOTAL - Other Shares
$ 663,584
26. TOTAL NON-FEDERAL FINANCING
$ 663,584
SECTION E — REMARKS
(Attach sheets if additional space is required)
10% share of AIP eligible costs will be reimbursed by funds authorized by the American Rescue Plan Act of 2021.
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 6 of 7
OMB CONTROL NUMBER: 2120-0569
OMB EXPIRATION DATE: 6/30/2023
PART IV — PROGRAM NARRATIVE
(Suggested Format)
PROJECT: FYV Runway Pavement and Lighting Rehabilitation
AIRPORT: Fayetteville - Drake Field (FYV))
1. Objective:
This project will rehabilitate Runway 16-34 and connector taxiways to bring the runway pavement back to a
satisfactory condition and extend the useful lift of the pavements for a minimum of 20 years. Rehabilitation will
consist of mill and overlay and will generally include runway and connector taxiway pavements within the RSA limits.
The project also includes rehabilitation of various aspects of the existing airfield lighting and signage system to
improve airport safety and efficiency. Improvements include a new standalone electrical vault, new airfield signs and
foundations, and new LED runway edge lights.
2. Benefits Anticipated:
Rehabilitation of Runway 16-34 will extend the useful life of the runway pavement a minimum of 20 years. In addition,
improvements to end connector taxiway geometry will provide a safe and FAA standardized taxi route for large
charter aircraft that use the airfield. The new standalone electrical vault will be NEC code compliant and provide the
airport with a safer environment for airport staff and tenants. Upgrades to airfield signage will allow standardized
taxiway naming conventions to be utilized and installation of a maintainable signage system.
3. Approach: (See approved Scope of Work in Final Application)
Design and Bidding in FY 2021 with construction following in FY 2022.
4. Geographic Location:
Existing airport property, 16-34 for the full length of the runway. Fayetteville -Drake Field, Fayetteville, Washington
County, Arkansas.
5. If Applicable, Provide Additional Information:
None Noted.
6. Sponsor's Representative: (include address & telephone number)
Summer Fallen, Airport Director
City of Fayetteville Aviation Division, Fayetteville - Drake Field
Fayetteville, AR 72701 (479) 7187642
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION I Submit by Email Page 7 of 7
CITY OF FAYETTEVILLE
FYV RUNWAY PAVEMENT AND LIGHTING REHABILITATION
AS -BID BUDGET
ITEM SPEC. ESTIMATED UNIT EXTENDED
NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT
1
SS-120-3.1
Construction Safety and Security
LS
1
$132,730.00
$132,730.00
2
SS-220-5.1
Pavement Edge Grading
LF
18,020
$4.35
$78,387.00
3
SS-221-5.1
Paving Fabric
SY
104,280
$3.00
$312,840.00
4
SS-222-5.1
Haul Road Repair Full Depth)
SY
1,000
$107.00
$107,000.00
5
SS-222-5.2
Haul Road Repair 2" Mill and Overlay)
SY
330
$78.40
$25,872.00
6
SS-300-5.1
Lockout/Tagout and Constant Current Regulator
Calibration Procedures
Electrical Vault Modifications
Generator and Transfer Switch System, Installed
Existing ATCT Modifications, Installed
LS
1
$845.00
$845.00
7
SS-300-5.2
LS
1
$2,030.00
$2,030.00
8
SS-300-5.3
LS
1
$118,650.00
$3,100.00
$118,650.00
9
SS-300-5.4
LS
1
$3,100.00
10
SS-301-5.1
Existing Base Mounted Runway Edge Light,
Removed
Existing Base Mounted Taxiway Edge Light,
Removed and Stored with Base Demolished
EA
73
$57.00
$4,161.00
11
SS-301-5.2
EA
41
$282.00
$11,562.00
12
SS-301-5.3
Existing Stake Mounted Guidance Sign, Removed
EA
49
$170.00
$8,330.00
13
SS-301-5.4
SS-301-5.5
SS-305-5.1
Existing Base Mounted Guidance Sign, Removed
EA
5
$565.00 $2,825.00
$565.00 $565.00
$40.00 $42,000.00
14
Existing Base Mounted Guidance Sign, Removed
and Stored with Foundation Demolished
EA
1
15
Directional Boring, 1-Way 2"C Polyethylene
Conduit
LF
1,050
16
SS-305-5.2
Directional Boring, 2-Way 2"C Polyethylene
Conduits
LF
450
$51.00
$22,950.00
17
SS-310-5.1
Airfield Lighting
LS
1
$12,475.00
$12,475.00
18
_Temporary
C-100-14.1
Contractor Quality Control Program CQCP
LS
1
$85,600.00
$85,600.00
19
C-102-5.1
Temporary Erosion Control
LS
1
$17,500.00
$17,500.00
20
C-105-6.1
Mobilization Maximum 5% of Total Bid
LS
1
$230,000.00
$230,000.00
21
P-101-5.1a
Asphalt Concrete Pavement Removal
SY
1,430
$23.70
$33,891.00
22
P-101-5.1b
Concrete Pavement Removal
SY
1,730
$28.20
$48,786.00
23
P-101-5.2
Joint and Crack Repair 1/2" or Greater
LF
5,200
$3.60
$18,720.00
24
P-101-5.3
Pavement Markings Removal
SF
5,060
$1.80
$9,108.00
25
P-101-5.4a
Cold Milling 0-1"
SY
74,800
$3.75
$280,500.00
26
P-101-5.4b
Cold Milling 1"-3"
SY
14,310
$7.80
$111,618.00
27
P-152-4.1
Unclassified Excavation
CY
500
$42.85
$21,425.00
28
P-152-4.2
Unsuitable Excavation
CY
690
$56.40
$38,916.00
29
P-209-5.1
Crushed Aggregate Base Course 6" Thickness
SY
1,030
$16.00
$16,480.00
30
P-209-5.2
Crushed Aggregate Base Course (0-4" Thickness)
SY
1,600
$11.00
$17,600.00
31
P-401-8.1a
Asphalt Hot Mix Surface Course
TN
14,570
$152.00
$2,214,640.00
32
P-401-8.1 b
Asphalt Hot Mix Surface Course for Test Section
TN
250
$341.00
$85,250.00
33
P-401-8.1c
Asphalt Hot Mix Leveling Course
TN
600
$177.00
$106,200.00
34
P-403-8.1
Asphalt Hot Mix Base Course
TN
998
$156.00
$155,688.00
35
P-620-5.1a
and Taxiway Markin Reflective
SF
96,940
$0.82
$79,490.80
36
-Runway
P-620-5.1 b
Runway and Taxiway Markin Non -Reflective
SF
25,640
$0.79
$20,255.60
37
P-620-5.1c
Runway and Taxiway Markin (Temporary)
SF
53,566
$0.71
$38,031.86
38
P-621-5.1
Grooving
SY
57,270
$1.85
$105,949.50
39
D-701-5.1
24" Reinforced Concrete Pie Class III
LF
20
$105.50
$2,110.00
40
D-751-5.1
4' x 4' Airfield Grate Inlet
EA
1
$12,972.00
$12,972.00
41
T-901-5.1
Seeding
AC
3
$2,250.00
$6,750.00
42
T-904-5.1
Sodding
SY
27,220
$4.20
$114,324.00
43
T-905-5.1
Topsoil Furnished from Off the Site
CY
350
$42.90
$15,015.00
44
L-108-5.1
No. 8 AWG, 5kV, L-824, Type C Cable, Installed in
Trench, Duct Bank or Conduit
LF
23,750
$3.38
$80,275.00
a-
No. 6 AWG, Solid, Bare Copper Counterpoise
45
L-108-5.2
Wire, Installed in Trench, Including
LF
19,250
$3.95
$76,037.50
Connections/Terminations
46
L-108-5.3
Trenching for Direct -Buried Bare Counterpoise
LF
13,800
$2.26
$31,188.00
Wire, 8" Minimum Depth
47
L-108-5.4
ATCT Remote L-821 Panel Communication Cable,
LF
2,300
$16.92
$38,916.00
Installed in Duct Bank or Conduit
48
L-109-7.1
Construction of Prefabricated Concrete Vault
LS
1
$135,360.00
$135,360.00
Building and Foundation in Place
49
L-109-7.2
Installation of Prefabricated Concrete Vault
LS
1
$169,200.00
$169,200.00
Building Equipment in Place
50
L-110-5.1
Flowable Fill Encased Electrical Conduit, 1-Way
LF
300
$39.50
$11,850.00
2"C
51
L-110-5.2
Non -Encased Electrical Conduit, 1-Wa 2"C
LF
17,100
$7.35
$125,685.00
52
L-110-5.3
Non -Encased Electrical Duct Bank, 4-Way 4"C
LF
60
$84.60
$5,076.00
53
L-115-5.1
Concrete Encased Electrical Junction Structure, L-
EA
11
$1,355.00
$14,905.00
867 Class 1, Size 16" Diameter by 24" Depth
54
L-125-5.1
L-858(L), Size 1, Base Mounted, 1-Module
EA
8
$4,960.00
$39,680.00
Guidance Sign, Installed
55
L-125-5.2
L-858(L), Size 1, Base Mounted, 2-Module
EA
19
$5,585.00
$106,115.00
Guidance Sign, Installed
56
L-125-5.3
L-858(L), Size 1, Base Mounted, 3-Module
EA
21
$6,655.00
$139,755.00
Guidance Sign, Installed
57
L-125-5.4
L-858(L), Size 5, Base Mounted, Runway Distance
EA
5
$7,165.00
$35,825.00
Remaining Sign, Installed
58
L-125-5.5
Existing L-858(L) Guidance Sign, Reinstalled on
EA
1
$7,670.00
$7,670.00
New Base with New Panels
59
L-125-5.6
L-861(L) Base Mounted Runway Edge Light,
EA
56
$1,695.00
$94,920.00
Installed
60
L-125-5.7
L-861 E(L) Base Mounted Runway Threshold Light,
EA
16
$2,820.00
$45,120.00
Installed in Asphalt Pavement
61
L-125-5.8
L-861T(L) Base Mounted Taxiway Edge Light,
EA
9
$1,635.00
$14,715.00
Installed
62
L-125-5.9
Existing Stored L-861T(L) Taxiway Edge Light,
EA
41
$1,355.00
$55,555.00
Installed on New Base
63
SP-C-01a
Bonds
LS
1
$64,500.00
$64,500.00
64
SP-C-01b
Owner's Protective Insurance
LS
1
$1.00
$1.00
TOTAL AS BID CONSTRUCTION COST $6,065,491.26
ADMINISTRATION EXPENSES $10,000.00
ARCHITECTURAL ENGINEERING BASIC FEES
Surveys $13,650.00
Geotechnical Services $40,950.00
Nondestructive Testing (NDT) $31,150.00
Pavement Condition Analysis $8,800.00
Preliminary Design - Runway Rehabilitation $82,000.00
Preliminary Design - Lighting Rehabilitation $54,900.00
Final Design - Runway Rehabilitation $52,700.00
Final Design - Lighting Rehabiliation $29,950.00
Bidding Services $11,250.00
TOTAL ARCHITECTURAL ENGINEERING BASIC FEES $325,350.00
PROJECT INSPECTION FEES
On -Site Construction Observation Services (Estimated) $125,000.00
Construction Administration Services (Estimated) $60,000.00
Closeout Services (Estimated) $10,000.00
Construction Materials Testing (Estimated) $40,000.00
TOTAL PROJECT INSPECTION FEES $235,000.00
a-
TOTAL AS BID PROJECT COST $6,635,841.26
NON-AIP ELIGIBLE ITEMS
64 1 SP-C-01b Owner's Protective Insurance LS 1 $1.00 $1.00
TOTAL NON-AIP ELIGIBLE ITEMS $1.00
TOTAL ESTIMATED PROJECT COST AIP-ELIGIBLE - BASE BID $6,635,840.26
PROJECT FUNDING - BASE BID
Federal Aviation Administration AIP (90%) $5,972,256.00
Federal Aviation Administration ARPA (10%) $663,584.00
City of Fayetteville Remainder $1.26
TOTAL FUNDING - BASE BID $6 635,841.26
/1 U.S. Department of Transportation
r 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: 3-05-0020-050-2021
Description of Work: FYV Runway Pavement and Lighting Rehabilitation
Application
49 USC § 47105(d), authorizes the Secretary to require me certification from the sponsor that it will
comply with the statutory and administrative requirements in carrying out a project under the Airport
Improvement Program. General standards for final acceptance and close out of federally funded
construction projects are in 2 CFR § 200.343 — Closeout and supplemented by FAA Order 5100.38. The
sponsor must determine that project costs are accurate and proper in accordance with specific
requirements of the grant agreement and contract documents.
Certification Statements
Except for certification statements below marked not applicable (N/A), this list includes major
requirements of the construction project. Selecting "Yes" represents sponsor acknowledgment and
confirmation of the certification statement. The term "will" means Sponsor action taken at appropriate
time based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with
all applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
1. The personnel engaged in project administration, engineering supervision, project inspection, and
acceptance testing were or will be determined to be qualified and competent to perform the work
(Grant Assurance).
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).
0 Yes ❑ No ❑ N/A
3. All acceptance tests specified in the project specifications were or will be performed and
documented. (AC 150/5370-12).
0 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).
0 Yes ❑ No ❑ N/A
5. Pay reduction factors required by the specifications were applied or will be applied in computing
final payments with a summary made available to the FAA (AC 150/5370-10).
0 Yes ❑ No ❑ N/A
6. Sponsor has notified, or will promptly notify the Federal Aviation Administration (FAA) of the
following occurrences:
a. Violations of any federal requirements set forth or included by reference in the contract
documents (2 CFR part 200);
b. Disputes or complaints concerning federal labor standards (29 CFR part 5); and
c. Violations of or complaints addressing conformance with Equal Employment Opportunity or
Disadvantaged Business Enterprise requirements (41 CFR Chapter 60 and 49 CFR part 26).
0 Yes ❑ No ❑ N/A
7. Weekly payroll records and statements of compliance were or will be submitted by the prime
contractor and reviewed by the sponsor for conformance with federal labor and civil rights
requirements as required by FAA and U.S. Department of Labor (29 CFR Part 5).
0 Yes ❑ No ❑ N/A
8. Payments to the contractor were or will be made in conformance with federal requirements and
contract provisions using sponsor internal controls that include:
a. Retaining source documentation of payments and verifying contractor billing statements
against actual performance (2 CFR § 200.302 and FAA Order 5100.38);
b. Prompt payment of subcontractors for satisfactory performance of work (49 CFR § 26.29);
c. Release of applicable retainage upon satisfactory performance of work (49 CFR § 26.29);
and
Verification that payments to DBEs represent work the DBE performed by carrying out a
commercially useful function (49 CFR §26.55).
0 Yes ❑ No ❑ N/A
9. A final project inspection was or will be conducted with representatives of the sponsor and the
contractor present that ensure:
a. Physical completion of project work in conformance with approved plans and specifications
(Order 5100.38);
b. Necessary actions to correct punch list items identified during final inspection are complete
(Order 5100.38); and
c. Preparation of a record of final inspection and distribution to parties to the contract
(Order 5100.38);
0 Yes ❑ No ❑ N/A
10. The project was or will be accomplished without material deviations, changes, or modifications
from approved plans and specifications, except as approved by the FAA (Order 5100.38).
0 Yes ❑ No ❑ N/A
FAA Form 5100-129 (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 Q 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).
❑X Yes ❑ No ❑ N/A
Attach documentation clarifying any above item marked with "No" response.
Sponsor's Certification
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and
additional documentation for any item marked "no" is correct and complete.
Executed on this day of
Name of Sponsor: City of Fayetteville
Name of Sponsor's Authorized Official: The Honorab Lioneld Jordan
Title of Sponsor's Authorized Official: Mayor `
Signature of Sponsor's Authorized Offici 1:
I declare under penalty of perjury that t foregoing is tr a correct. I understand that knowingly and
willfully providing false information to the federal govern nt is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-129 (8/20) SUPERSEDES PREVIOUS EDITION page 3 of 3
U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569
i/ Federal Aviation Administration EXPIRATION DATE: 6/30/2023
Drug -Free Workplace
Airport Improvement Program Sponsor Certification
Sponsor: City of Fayetteville
Airport: Fayetteville - Drake Field
Project Number: 3-05-0020-050-2021
Description of Work: FYV Runway Pavement and Lighting Rehabilitation
Application
49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply
with the statutory and administrative requirements in carrying out a project under the Airport Improvement
Program (AIP). General requirements on the drug -free workplace within federal grant programs are
described in 2 CFR part 182. Sponsors are required to certify they will be, or will continue to provide, a
drug -free workplace in accordance with the regulation. The AIP project grant agreement contains specific
assurances on the Drug -Free Workplace Act of 1988.
Certification Statements
Except for certification statements below marked as not applicable (N/A), this list includes major
requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and
confirmation of the certification statement. The term "will" means Sponsor action taken at appropriate time
based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all
applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
1. A statement has been or will be published prior to commencement of project notifying employees
that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled
substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against
employees for violation of such prohibition (2 CFR § 182.205).
❑x Yes ❑ No ❑ N/A
2. An ongoing drug -free awareness program (2 CFR § 182.215) has been or will be established
prior to commencement of project to inform employees about:
a. The dangers of drug abuse in the workplace;
b. The sponsor's policy of maintaining a drug -free workplace;
c. Any available drug counseling, rehabilitation, and employee assistance programs; and
d. The penalties that may be imposed upon employees for drug abuse violations occurring
in the workplace.
❑x Yes ❑ No ❑ N/A
FAA Form 5100-130 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 3
3. Each employee to be engaged in the performance of the work has been or will be given a copy of
the statement required within item 1 above prior to commencement of project (2 CFR § 182.210).
❑x Yes ❑ No ❑ N/A
4. Employees have been or will be notified in the statement required by item 1 above that, as a
condition employment under the grant (2 CFR § 182.205(c)), the employee will:
a. Abide by the terms of the statement; and
b. Notify the employer in writing of his or her conviction for a violation of a criminal drug
statute occurring in the workplace no later than five calendar days after such conviction.
❑x Yes ❑ No ❑ N/A
5. The Federal Aviation Administration (FAA) will be notified in writing within 10 calendar days after
receiving notice under item 4b above from an employee or otherwise receiving actual notice of
such conviction (2 CFR § 182.225). Employers of convicted employees must provide notice,
including position title of the employee, to the FAA (2 CFR § 182.300).
❑x Yes ❑ No ❑ N/A
6. One of the following actions (2 CFR § 182.225(b)) will be taken within 30 calendar days of
receiving a notice under item 4b above with respect to any employee who is so convicted:
a. Take appropriate personnel action against such an employee, up to and including
termination, consistent with the requirements of the Rehabilitation Act of 1973, as
amended; and
b. Require such employee to participate satisfactorily in drug abuse assistance or
rehabilitation programs approved for such purposes by a federal, state, or local health,
law enforcement, or other appropriate agency.
❑x Yes ❑ No ❑ N/A
7. A good faith effort will be made, on a continuous basis, to maintain a drug -free workplace through
implementation of items 1 through 6 above (2 CFR § 182.200).
p Yes ❑ No ❑ N/A
Site(s) of performance of work (2 CFR § 182.230):
Location 1
Name of Location: Fayetteville - Drake Field
Address: 4500 S School Ave Ste F, Fayetteville, AR 72701
Location 2 (if applicable)
Name of Location:
Address:
Location 3 (if applicable)
Name of Location:
Address:
FAA Form 5100-130 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 3
Attach documentation clarifying any above item marked with a "No" response.
Sponsor's Certification
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and
additional documentation for any item marked "no" is correct and complete.
Executed on this day of
Name of Sponsor: City of Fayetteville
Name of Sponsor's Authorized Official: The HonorableLioneld Jordan
Title of Sponsor's Authorized Official: Mayor
Signature of Sponsor's Authorized Offic
declare under penalty of perjury that the foregoing is true'and correct. I understand that knowingly and
willfully providing false information to the federal government is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-130 (8/20) SUPERSEDES PREVIOUS EDITION Page 3 of 3
U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569
i/ Federal Aviation Administration EXPIRATION DATE: 6/30/2023
Equipment and Construction Contracts
Airport Improvement Sponsor Certification
Sponsor: City of Fayetteville
Airport: Fayetteville - Drake Field
Project Number: 3-05-0020-050-2021
Description of Work: FYV Runway Pavement and Lighting Rehabilitation
Application
49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply
with the statutory and administrative requirements in carrying out a project under the Airport Improvement
Program (AIP). General procurement standards for equipment and construction contracts within Federal
grant programs are described in 2 CFR §§ 200.317-200.326. Labor and Civil Rights Standards
applicable to the AIP are established by the Department of Labor (www.dol.gov) AIP Grant Assurance
C.1—General Federal Requirements identifies all applicable Federal Laws, regulations, executive orders,
policies, guidelines and requirements for assistance under the AIP. Sponsors may use state and local
procedures provided the procurement conforms to these federal standards.
This certification applies to all equipment and construction projects. Equipment projects may or may not
employ laborers and mechanics that qualify the project as a "covered contract" under requirements
established by the Department of Labor requirements. Sponsor shall provide appropriate responses to
the certification statements that reflect the character of the project regardless of whether the contract is
for a construction project or an equipment project.
Certification Statements
Except for certification statements below marked as not applicable (N/A), this list includes major
requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and
confirmation of the certification statement. The term "will" means Sponsor action taken at appropriate
time based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all
applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
A written code or standard of conduct is or will be in effect prior to commencement of the project
that governs the performance of the sponsor's officers, employees, or agents in soliciting,
awarding and administering procurement contracts (2 CFR § 200.318).
❑x Yes ❑ No ❑ N/A
FAA Form 5100-131 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 4
2. For all contracts, qualified and competent personnel are or will be engaged to perform contract
administration, engineering supervision, construction inspection, and testing
(Grant Assurance C.17).
❑x Yes ❑ No ❑ N/A
3. Sponsors that are required to have a Disadvantage Business Enterprise (DBE) program on file
with the FAA have included or will include clauses required by Title VI of the Civil Rights Act and
49 CFR Part 26 for Disadvantaged Business Enterprises in all contracts and subcontracts.
❑x Yes ❑ No ❑ N/A
4. Sponsors required to have a DBE program on file with the FAA have implemented or will
implement monitoring and enforcement measures that:
a. Ensure work committed to Disadvantaged Business Enterprises at contract award is
actually performed by the named DBEs (49 CFR § 26.37(b));
b. Include written certification that the sponsor has reviewed contract records and has
monitored work sites for performance by DBE firms (49 CFR § 26.37(b)); and
c. Provides for a running tally of payments made to DBE firms and a means for comparing
actual attainments (i.e. payments) to original commitments (49 CFR § 26.37(c)).
❑x Yes ❑ No ❑ N/A
5. Sponsor procurement actions using the competitive sealed bid method (2 CFR § 200.320(c)). was
or will be:
a. Publicly advertised, allowing a sufficient response time to solicit an adequate number of
interested contractors or vendors;
b. Prepared to include a complete, adequate and realistic specification that defines the
items or services in sufficient detail to allow prospective bidders to respond;
c. Publicly opened at a time and place prescribed in the invitation for bids; and
d. Prepared in a manner that result in a firm fixed price contract award to the lowest
responsive and responsible bidder.
❑x Yes ❑ No ❑ N/A
6. For projects the Sponsor proposes to use the competitive proposal procurement method (2 CFR §
200.320(d)), Sponsor has requested or will request FAA approval prior to proceeding with a
competitive proposal procurement by submitting to the FAA the following:
a. Written justification that supports use of competitive proposal method in lieu of the
preferred sealed bid procurement method;
b. Plan for publicizing and soliciting an adequate number of qualified sources; and
c. Listing of evaluation factors along with relative importance of the factors.
❑x Yes ❑ No ❑ N/A
7. For construction and equipment installation projects, the bid solicitation includes or will include the
current federal wage rate schedule(s) for the appropriate type of work classifications (2 CFR Part
200, Appendix II).
❑x Yes ❑ No ❑ N/A
FAA Form 5100-131 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 4
8. Concurrence was or will be obtained from the Federal Aviation Administration (FAA) prior to
contract award under any of the following circumstances (Order 5100.38D):
a. Only one qualified person/firm submits a responsive bid;
b. Award is to be made to other than the lowest responsible bidder; and
c. Life cycle costing is a factor in selecting the lowest responsive bidder.
❑x Yes ❑ No ❑ N/A
9. All construction and equipment installation contracts contain or will contain provisions for:
a. Access to Records (§ 200.336)
b. Buy American Preferences (Title 49 U.S.C. § 50101)
c. Civil Rights - General Provisions and Title VI Assurances( 41 CFR part 60)
d. Federal Fair Labor Standards (29 U.S.C. § 201, et seq)
e. Occupational Safety and Health Act requirements (20 CFR part 1920)
f. Seismic Safety — building construction (49 CFR part 41)
g. State Energy Conservation Requirements - as applicable(2 CFR part 200, Appendix II)
h. U.S. Trade Restriction (49 CFR part 30)
i. Veterans Preference (49 USC § 47112(c))
❑x Yes ❑ No ❑ N/A
10. All construction and equipment installation contracts exceeding $2,000 contain or will contain the
provisions established by:
a. Davis -Bacon and Related Acts (29 CFR part 5)
b. Copeland "Anti -Kickback" Act (29 CFR parts 3 and 5)
❑x Yes ❑ No ❑ N/A
11. All construction and equipment installation contracts exceeding $3,000 contain or will contain a
contract provision that discourages distracted driving (E.O. 13513).
❑x Yes ❑ No ❑ N/A
12. All contracts exceeding $10,000 contain or will contain the following provisions as applicable:
a. Construction and equipment installation projects - Applicable clauses from
41 CFR Part 60 for compliance with Executive Orders 11246 and 11375 on Equal
Employment Opportunity;
b. Construction and equipment installation - Contract Clause prohibiting segregated facilities
in accordance with 41 CFR part 60-1.8;
c. Requirement to maximize use of products containing recovered materials in accordance
with 2 CFR § 200.322 and 40 CFR part 247; and
d. Provisions that address termination for cause and termination for convenience
(2 CFR Part 200, Appendix II).
❑x Yes ❑ No ❑ N/A
FAA Form 5100-131 (8/20) SUPERSEDES PREVIOUS EDITION Page 3 of 4
13. All contracts and subcontracts exceeding $25,000: Measures are in place or will be in place (e.g.
checking the System for Award Management) that ensure contracts and subcontracts are not
awarded to individuals or firms suspended, debarred, or excluded from participating in federally
assisted projects (2 CFR parts 180 and 1200).
❑x Yes ❑ No ❑ N/A
14. Contracts exceeding the simplified acquisition threshold (currently $250,000) include or will include
provisions, as applicable, that address the following:
a. Construction and equipment installation contracts - a bid guarantee of 5%, a performance
bond of 100%, and a payment bond of 100% (2 CFR § 200.325);
b. Construction and equipment installation contracts - requirements of the Contract Work
Hours and Safety Standards Act (40 USC 3701-3708, Sections 103 and 107);
c. Restrictions on Lobbying and Influencing (2 CFR part 200, Appendix II);
d. Conditions specifying administrative, contractual and legal remedies for instances where
contractor of vendor violate or breach the terms and conditions of the contract (2 CFR
§200, Appendix II); and
e. All Contracts - Applicable standards and requirements issued under Section 306 of the
Clean Air Act (42 USC 7401-7671q), Section 508 of the Clean Water Act (33 USC
1251-1387, and Executive Order 11738.
p Yes ❑ No ❑ N/A
Attach documentation clarifying any above item marked with "No" response.
Sponsor's Certification
certify, for the project identified herein, responses to the forgoing items are accurate as marked and
additional documentation for any item marked "no" is correct and complete.
Executed on this day of
Name of Sponsor: City of Fayetteville
Name of Sponsor's Authorized Official: The Honorable, Lioneld Jordan
Title of Sponsor's Authorized Official: Mayor
Signature of Sponsor's Authorized
declare under penalty of perjury that the foregoing is tru ar orrect. I understand that knowingly and
willfully providing false information to the federal government is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-131 (8/20) SUPERSEDES PREVIOUS EDITION Page 4 of 4
U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569
i/ Federal Aviation Administration EXPIRATION DATE: 6/30/2023
Project Plans and Specifications
Airport Improvement Program Sponsor Certification
Sponsor: City of Fayetteville
Airport: Fayetteville - Drake Field
Project Number: 3-05-0020-050-2021
Description of Work: FYV Runway and Pavement and Lighting Rehabilitation
Application
49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply
with the statutory and administrative requirements in carrying out a project under the Airport Improvement
Program (AIP). Labor and civil rights standards applicable to AIP are established by the Department of
Labor (www.dol.gov/). AIP Grant Assurance C.1—General Federal Requirements identifies applicable
federal laws, regulations, executive orders, policies, guidelines and requirements for assistance under
AIP. A list of current advisory circulars with specific standards for procurement, design or construction of
airports, and installation of equipment and facilities is referenced in standard airport sponsor Grant
Assurance 34 contained in the grant agreement.
Certification Statements
Except for certification statements below marked as not applicable (N/A), this list includes major
requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and
confirmation of the certification statement. The term "will' means Sponsor action taken at appropriate
time based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all
applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
1. The plans and specifications were or will be prepared in accordance with applicable federal
standards and requirements, so that no deviation or modification to standards set forth in the
advisory circulars, or FAA -accepted state standard, is necessary other than those explicitly
approved by the Federal Aviation Administration (FAA) (14 USC § 47105).
❑x Yes ❑ No ❑ N/A
2. Specifications incorporate or will incorporate a clear and accurate description of the technical
requirement for the material or product that does not contain limiting or proprietary features that
unduly restrict competition (2 CFR §200.319).
❑x Yes ❑ No ❑ N/A
FAA Form 5100-132 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 3
3. The development that is included or will be included in the plans is depicted on the current airport
layout plan as approved by the FAA (14 USC § 47107).
❑x Yes ❑ No ❑ N/A
4. Development and features that are ineligible or unallowable for AIP funding have been or will be
omitted from the plans and specifications (FAA Order 5100.38, par. 3-43).
❑x Yes ❑ No ❑ N/A
5. The specification does not use or will not use "brand name" or equal to convey requirements
unless sponsor requests and receives approval from the FAA to use brand name (FAA Order
5100.38, Table U-5).
❑x Yes ❑ No ❑ N/A
6. The specification does not impose or will not impose geographical preference in their
procurement requirements (2 CFR §200.319(b) and FAA Order 5100.38, Table U-5).
❑x Yes ❑ No ❑ N/A
7. The use of prequalified lists of individuals, firms or products include or will include sufficient
qualified sources that ensure open and free competition and that does not preclude potential
entities from qualifying during the solicitation period (2 CFR §319(d)).
❑x Yes ❑ No ❑ N/A
8. Solicitations with bid alternates include or will include explicit information that establish a basis for
award of contract that is free of arbitrary decisions by the sponsor (2 CFR § 200.319(a)(7)).
❑x Yes ❑ No ❑ N/A
9. Concurrence was or will be obtained from the FAA if Sponsor incorporates a value engineering
clause into the contract (FAA Order 5100.38, par. 3-57).
❑x Yes ❑ No ❑ N/A
10. The plans and specifications incorporate or will incorporate applicable requirements and
recommendations set forth in the federally approved environmental finding (49 USC §47106(c)).
❑x Yes ❑ No ❑ N/A
11. The design of all buildings comply or will comply with the seismic design requirements of 49 CFR
§ 41.120. (FAA Order 5100.38d, par. 3-92)
❑ Yes ❑ No ❑x N/A
12. The project specification include or will include process control and acceptance tests required for
the project by as per the applicable standard:
a. Construction and installation as contained in Advisory Circular (AC) 150/5370-10.
❑x Yes ❑ No ❑ N/A
FAA Form 5100-132 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 3
b. Snow Removal Equipment as contained in AC 150/5220-20.
❑ Yes ❑ No ❑x N/A
c. Aircraft Rescue and Fire Fighting (ARFF) vehicles as contained in AC 150/5220-10.
❑ Yes ❑ No ❑x N/A
13. For construction activities within or near aircraft operational areas(AOA):
a. The Sponsor has or will prepare a construction safety and phasing plan (CSPP) conforming
to Advisory Circular 150/5370-2.
b. Compliance with CSPP safety provisions has been or will be incorporated into the plans
and specifications as a contractor requirement.
c. Sponsor will not initiate work until receiving FAA's concurrence with the CSPP (FAA Order
5100.38, Par. 5-29).
❑x Yes ❑ No ❑ N/A
14. The project was or will be physically completed without federal participation in costs due to errors
and omissions in the plans and specifications that were foreseeable at the time of project design
(49 USC §47110(b)(1) and FAA Order 5100.38d, par. 3-100).
❑x Yes ❑ No ❑ N/A
Attach documentation clarifying any above item marked with "No" response.
Sponsor's Certification
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and
additional documentation for any item marked "no" is correct and complete.
Executed on this day of
Name of Sponsor: City of Fayetteville
Name of Sponsor's Authorized Official: The HonorablI--
eld 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 inp.,6orrect. I understand that knowingly and
willfully providing false information to the federal gov, Af is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-132 (8/20) SUPERSEDES PREVIOUS EDITION Page 3 of 3
U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569
i/ Federal Aviation Administration EXPIRATION DATE: 6/30/2023
Selection of Consultants
Airport Improvement Program Sponsor Certification
Sponsor: City of Fayettevilee
Airport: Fayetteville - Drake Field
Project Number: 3-05-0020-050-2021
Description of Work: FYV Runway Pavement and Lighting Rehabilitation
Application
49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply
with the statutory and administrative requirements in carrying out a project under the Airport Improvement
Program (AIP). General requirements for selection of consultant services within federal grant programs
are described in 2 CFR §§ 200.317-200.326. Sponsors may use other qualifications -based procedures
provided they are equivalent to standards of Title 40 chapter 11 and FAA Advisory Circular 150/5100-14,
Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects.
Certification Statements
Except for certification statements below marked as not applicable (N/A), this list includes major
requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and
confirmation of the certification statement. The term "will' means Sponsor action taken at appropriate time
based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all
applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
1. Sponsor acknowledges their responsibility for the settlement of all contractual and administrative
issues arising out of their procurement actions (2 CFR § 200.318(k)).
❑x Yes ❑ No ❑ N/A
2. Sponsor procurement actions ensure or will ensure full and open competition that does not
unduly limit competition (2 CFR § 200.319).
❑x Yes ❑ No ❑ N/A
3. Sponsor has excluded or will exclude any entity that develops or drafts specifications,
requirements, or statements of work associated with the development of a request -for -
qualifications (RFQ) from competing for the advertised services (2 CFR § 200.319).
❑x Yes ❑ No ❑ N/A
FAA Form 5100-134 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 3
4. The advertisement describes or will describe specific project statements -of -work that provide
clear detail of required services without unduly restricting competition (2 CFR § 200.319).
0 Yes ❑ No ❑ N/A
5. Sponsor has publicized or will publicize a RFQ that:
a. Solicits an adequate number of qualified sources (2 CFR § 200.320(d)); and
b. Identifies all evaluation criteria and relative importance (2 CFR § 200.320(d)).
0 Yes ❑ No ❑ N/A
6. Sponsor has based or will base selection on qualifications, experience, and disadvantaged
business enterprise participation with price not being a selection factor (2 CFR § 200.320(d)).
0 Yes ❑ No ❑ N/A
7. Sponsor has verified or will verify that agreements exceeding $25,000 are not awarded to
individuals or firms suspended, debarred or otherwise excluded from participating in federally
assisted projects (2 CFR §180.300).
0 Yes ❑ No ❑ N/A
8. A/E services covering multiple projects: Sponsor has agreed to or will agree to:
a. Refrain from initiating work covered by this procurement beyond five years from the date
of selection (AC 150/5100-14); and
b. Retain the right to conduct new procurement actions for projects identified or not
identified in the RFQ (AC 150/5100-14).
0 Yes ❑ No ❑ N/A
9. Sponsor has negotiated or will negotiate a fair and reasonable fee with the firm they select as
most qualified for the services identified in the RFQ (2 CFR § 200.323).
0 Yes ❑ No ❑ N/A
10. The Sponsor's contract identifies or will identify costs associated with ineligible work separately
from costs associated with eligible work (2 CFR § 200.302).
0 Yes ❑ No ❑ N/A
11. Sponsor has prepared or will prepare a record of negotiations detailing the history of the
procurement action, rationale for contract type and basis for contract fees (2 CFR §200.318(i)).
0 Yes ❑ No ❑ N/A
12. Sponsor has incorporated or will incorporate mandatory contact provisions in the consultant
contract for AIP-assisted work (49 U.S.C. Chapter 471 and 2 CFR part 200 Appendix II)
0 Yes ❑ No ❑ N/A
FAA Form 5100-134 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 3
13. For contracts that apply a time -and -material payment provision (also known as hourly rates,
specific rates of compensation, and labor rates), the Sponsor has established or will establish:
a. Justification that there is no other suitable contract method for the services (2 CFR
§200.318(j));
b. A ceiling price that the consultant exceeds at their risk (2 CFR §200.3180)); and
c. A high degree of oversight that assures consultant is performing work in an efficient
manner with effective cost controls in place 2 CFR §200.3180)).
❑x Yes ❑ No ❑ N/A
14. Sponsor is not using or will not use the prohibited cost -plus -percentage -of -cost (CPPC) contract
method. (2 CFR § 200.323(d)).
x❑ Yes ❑ No ❑ N/A
Attach documentation clarifying any above item marked with "no" response.
Sponsor's Certification
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and
additional documentation for any item marked "no" is correct and complete.
I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and
willfully providing false information to the federal government is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
Executed on this day of ,
Name of Sponsor: City of Fayetteville
Name of Sponsor's Authorized Official: The Honorablo-ioneld Jordan
Title of Sponsor's Authorized Official: Mayor f/
Signature of Sponsor's Authorized Official:
I declare under penalty of perjury that the foregoing is true anPrXrrect. I understand that knowingly and
willfully providing false information to the federal governmen ' a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-134 (8/20) SUPERSEDES PREVIOUS EDITION Page 3 of 3
U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569
i/ Federal Aviation Administration EXPIRATION DATE: 6/30/2023
Certification and Disclosure Regarding Potential Conflicts of Interest
Airport Improvement Program Sponsor Certification
Sponsor: City of Fayetteville
Airport: Fayetteville - Drake Field
Project Number: 3-05-0020-050-2021
Description of Work: FYV Runway Pavement and Lighting Rehabilitation
Application
Title 2 CFR § 200.112 and § 1201.112 address Federal Aviation Administration (FAA) requirements for
conflict of interest. As a condition of eligibility under the Airport Improvement Program (AIP), sponsors
must comply with FAA policy on conflict of interest. Such a conflict would arise when any of the following
have a financial or other interest in the firm selected for award:
a) The employee, officer or agent,
b) Any member of his immediate family,
c) His or her partner, or
d) An organization which employs, or is about to employ, any of the above.
Selecting "Yes" represents sponsor or sub -recipient acknowledgement and confirmation of the
certification statement. Selecting "No" represents sponsor or sub -recipient disclosure that it cannot fully
comply with the certification statement. If "No" is selected, provide support information explaining the
negative response as an attachment to this form. This includes whether the sponsor has established
standards for financial interest that are not substantial or unsolicited gifts are of nominal value (2 CFR §
200.318(c)). The term "will" means Sponsor action taken at appropriate time based on the certification
statement focus area, but no later than the end of the project period of performance.
Certification Statements
The sponsor or sub -recipient maintains a written standards of conduct governing conflict of
interest and the performance of their employees engaged in the award and administration of
contracts (2 CFR § 200.318(c)). To the extent permitted by state or local law or regulations, such
standards of conduct provide for penalties, sanctions, or other disciplinary actions for violations of
such standards by the sponsor's and sub -recipient's officers, employees, or agents, or by
contractors or their agents.
❑x Yes ❑ No
FAA Form 5100-135 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 2
2. The sponsor's or sub -recipient's officers, employees or agents have not and will not solicit or
accept gratuities. favors or anything of monetary value from contractors. potential contractors, or
parties to sub -agreements (2 CFR § 200.318(c)).
❑x Yes ❑ No
3. The sponsor or sub -recipient certifies that is has disclosed and will disclose to the FAA any
known potential conflict of interest (2 CFR § 1200.112).
❑x Yes ❑ No
Attach documentation clarifying any above item marked with "no" response.
Sponsor's Certification
certify, for the project identified herein, responses to the forgoing items are accurate as marked and
have the explanation for any item marked "no" is correct and complete.
Executed on this day of ,
Name of Sponsor: City of Fayetteville
Name of Sponsor's Authorized Official: The Honorable Lior,Vld Jordan
Title of Sponsor's Authorized Official: Mayor
Signature of Sponsor's Authorized
declare under penalty of perjury that the foregoing is true r1or, correct. I understand that knowingly and
willfully providing false information to the federal governpeent is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-135 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 2
CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of an agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with
the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal
contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard
Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents
for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and
cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification
is a material representation of fact upon which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction
imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
Statement for Loan Guarantees and Loan Insurance
The undersigned states, to the best of his or her knowledge and belief, that:
If any funds have been paid or will be paid to any person for influencing or attempting to influence an officer
or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of
a Member of Congress in connection with this commitment providing for the United States to insure or
guarantee a loan, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying
Activities," in accordance with its instructions. Submission of this statement is a prerequisite for making or
entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the
required statement shall be subject to a civil penalty of not less than $10,000 and not more than $100,000
for each such failure.
"APPLICANTS ORGANIZATION
Fayetteville - Drake Field
PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE
Prefix: I Honorable First Name: - Middle Name:
" Last Name:
" Title:
SIGNATURE:
Suffix:
ENGINEERING SERVICES RECORD OF NEGOTIATION
Fayetteville — Drake Field
FYV Runway Pavement and Lighting Rehabilitation (Design and Construction)
Anticipated A.I.P. Grant: 3-05-0020-050-2021
Desian Phase Task Order:
• On November 11, 2020, the airport requested a scope of services from Garver for a FYV
Runway Pavement and Lighting Rehabilitation project.
• On November 18, 2020, Garver sent a scope of services for the FYV Runway Pavement and
Lighting Rehabilitation project to the City of Fayetteville. The airport approved the scope of
services and submitted the scope to Olufemi Adeoye, FAA for review. No comments were
received.
• On January 7, 2021, Independent Fee Estimates, LLC submitted an independent fee estimate
(IFE) for Design Phase Services to the City of Fayetteville for the "Runway Pavement and
Lighting Rehabilitation" project. The results of the IFE are as follows:
Runway Pavement and Lighting Rehabilitation (Design)-$388,444.92
• Garver submitted a contract to the airport on December 15, 2021. A copy of the contract
submission is included in the grant application. Garver's total contract fee is as follows:
Runway Pavement and Lighting Rehabilitation (Design)-$325,350.00
• The negotiations were conducted in good faith to ensure the fees are fair and reasonable. The
submitted contract was below the independent fee estimate.
Construction Phase Task Order:
• On May 14, 2021, the airport requested a scope of services from Garver for construction
support services associated with the "Runway Pavement and Lighting Rehabilitation" project.
• On May 21, 2021, Garver sent a scope of services for construction phase services for the
"Runway Pavement and Lighting Rehabilitation" project to the City of Fayetteville. The airport
approved the scope of services.
• On TBD, 2021, Independent Fee Estimates, LLC submitted an independent fee estimate (IFE)
for Construction Phase Services to the City of Fayetteville for the "Runway Pavement and
Lighting Rehabilitation" project. The results of the IFE are as follows:
Runway Pavement and Lighting Rehabilitation (Construction) - $TBD
• Garver submitted a contract to the airport on June 17, 2021. A copy of the contract submission
is included in the grant application. Garver's total contract fee is as follows:
Runway Pavement and Lighting Rehabilitation (Construction) - $235,000.00
• The negotiations were conducted in good faith to ensure the fees are fair and reasonable. The
submitted contract was below the independent fee estimate.
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 310-20
File Number: 2020-1035
CARVER, LLC TASK ORDER NO.2:
A RESOLUTION TO APPROVE: TASK ORDER NO. 2 WITH GARVER. LLC 1N THE
AMOUNT OF $325,350.00 FOR DESIGN AND BIDDING SERVICES ASSOCIATED WITH
THE RUNWAY PAVEMENT AND LIGHTING REHABILITATION PROJECT AT DRAKE
FIELD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $32,535.00.
AND TO APPROVE A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF F'AYETTEVILLE,
ARKANSAS:
Section l: That the City Council of the City of Fayetteville. Arkansas hereby authorizes Mayor Jordan
to sign Task Order No. 2 with Garver, LLC in the amount of S325,350.00 for design and bidding
services associated with the Runway Pavement and Lighting Rehabilitation Project at Drake Field, and
further approves a project contingency in the amount of $32.535.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment. a copy of which is attached to this Resolution.
PASSED and APPROVED on 12/15/2020
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479)675-8323
Text File
File Number: 2020-1035
Agenda Date: 12/15/2020 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A.7
GARVER, LLC TASK ORDER NO. 2:
A RESOLUTION TO APPROVE TASK ORDER NO. 2 WITH GARVER, LLC IN THE AMOUNT OF
$325,350.00 FOR DESIGN AND BIDDING SERVICES ASSOCIATED WITH THE RUNWAY
PAVEMENT AND LIGHTING REHABILITATION PROJECT AT DRAKE FIELD, TO APPROVE A
PROJECT CONTINGENCY IN THE AMOUNT OF $32,535.00, AND TO APPROVE A BUDGET
ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section l : That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign
Task Order No. 2 with Garver, LLC in the amount of $325,350.00 for design and bidding services associated
with the Runway Pavement and Lighting Rehabilitation Project at Drake Field, and further approves a project
contingency in the amount of$32,535.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a
copy of which is attached to this Resolution.
City of Fayetteville, Arkansas Page 7 Panted on 1211612020
Summer Fallen
Submitted By
City of Fayetteville Staff Review Form
2020-1035
Legistar File ID
12/15/2020
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
11/20/2020 AIRPORT SERVICES (750)
Submitted Date Division / Department
Action Recommendation:
Staff requests that the Mayor allow the Aviation Division to execute Task Order 02 in the amount of $325,350 and
a contingency of $32,535 with Garver, LLC to complete design and bidding services for the proposed Runway
15-34 pavement and lighting rehabilitation at Fayetteville — Drake Field Airport, and to process a budget
adjustment.
5 5 5 0. 760. 3960-5 314.00
Account Number
15029.1
Project Number
Budgeted Item? NA
Does item have a cost? Yes
Budget Adjustment Attached? Yes
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Budget Impact:
Airport
Fund
Airport Engineering Consultant Services
Project Title
Current Budget $ 19,034.00
Funds Obligated
Current Balance
$
19,034.00
Item Cost
Budget Adjustment
$
$
357,885.00
357,885.00
Remaining Budget
5
19,034.00
V20180321
Previous ordinance or Resolution #
Approval Date:
CITY OF
FAYETTEVILLE
ARKANSAS
TO: Lioneld Jordan, Mayor and City Council
THRU: Susan Norton, Chief of Staff
FROM: Summer Fallen, Airport Services Manager
DATE: November 20, 2020
CITY COUNCIL MEMO
SUBJECT: FYV Runway Pavement and Lighting Rehabilitation — Design and Bidding
Task Order 02 (Garver)
RECOMMENDATION:
Staff requests that the Mayor allow the Aviation Division to execute Task Order 02 in the amount of
$325,350 and a contingency of $32,525 with Garver, LLC to complete design and bidding services
for the proposed Runway 16-34 pavement and lighting rehabilitation at Fayetteville — Drake Field
Airport, and to process a budget adjustment.
BACKGROUND:
Fayetteville -Drake field is served by a single asphalt runway (Runway 16-34) that was extended to its
current length in 1966. The runway has seen multiple overlay rehabilitations since that time, with the last
overlay completed in 1986- Since that time, the condition of the asphalt pavements has been maintained
through a combination of crack sealing and rejuvenating seal coats. This routine maintenance has provided
a pavement life far beyond the 20-year design life of the 1986 overlay project. However, the pavement
condition has gradually deteriorated to a point that warrants more substantial rehabilitation. A recent
pavement condition assessment of the runway completed by the Arkansas Department of Aeronautics
noted that the runway pavement was approaching its "Critical PCI". The Critical PCI is the point at which
the cost of rehabilitation increases exponentially with time. This project is intended to provide a pavement
rehabilitation alternative that will bring the Runway 16-34 pavement back to a satisfactory condition and
extend the useful life of the pavements for a minimum of 20 years.
In addition, this project will address geometry improvements to the south end of Taxiway B that were not
included in the Fiscal Year 18 Taxiway B Widening and Rehabilitation project. In its current condition, large
charter aircraft cannot access the Runway 34 threshold without judgmental over -steering at the south turn
from Taxiway B onto Runway 34.
The project will also include rehabilitation of various aspects of the existing airfield lighting and signage
system to improve airport safety and efficiency. Runway edge light fixtures will be upgraded to LED and
fixture spacing will be reviewed to confirm conformation to FAA standards. A recent FAA Part 139 inspection
found erosion around the existing stake -mounted airfield signage fixtures. This will be addressed by
installing new concrete sign foundations to provide a more reliable and maintainable signage system.
Airfield signage will be upgraded to LED and naming conventions reviewed based on FAA guidance. A new
standalone electrical vault will be constructed to house the airfield lighting power and control equipment.
The current vault is located in an existing T-hangar and is not NEC compliant.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
DISCUSSION:
This project was originally programmed for Design in 2021 and Construction in 2022. However, in October
2020, the FAA notified the City of Fayetteville that additional federal funds were available in 2021 to
complete the entire project (Design and Construction). The FAA requested the City of Fayetteville change
their project schedule to take advantage of the additional 2021 available funds.
To take advantage of the 2021 federal funds, the Aviation Division must complete the competitive bidding
process by Summer 2021. Task Order 02 will authorize Garver to proceed with design and bidding services.
Upon receipt of bids, Garver, in collaboration with the Aviation Division, will prepare an FAA AIP grant
application that will be submitted for signature of the Mayor. The AIP grant will cover 90% of the project
costs, with the remaining 10% to be funded through a combination of Arkansas Department of Aeronautics
and City funds.
Upon receipt of an FAA grant offer in Summer 2 02 1, the Airport Division will seek approval from the Council
to execute the grant offer, execute a construction contract with the lowest responsive and responsible
bidder, and execute a construction phase services task order with Garver. Below is a summary of the
anticipated costs and funding breakdown for each upcoming grant.
Administration and Other Costs': $5,000.00
Garver Task Order 02 (Design and Bidding): $325,350.00 FAA: $4,747,815,00
Garver Task Order03 (Construction Phase Services)*:$355,000.00 ADA(Max): $260,000.00
Construction Contract`: &4,590, 000.00 City: $277,535.00
TOTAL: $5,275,350.00 TOTAL: $5,275,350.00
*Amounts are estimated at this time
BUDGET/STAFF IMPACT:
The Aviation Division may expend up to $357,885 of its fund balance reserve. This amount includes
$292,815 for cash -flaw to cover the FAA's 90% share until reimbursement in Summer 2021, $32,535 for
cash -flow to cover the ADA's 10% share until reimbursement at the end of the project, and a 10% project
contingency of $32,535.
Attachments:
Staff Review Form
Staff Memo
Garver Task Order 02
Budget Adjustment
2
APPENDIX A-02
TASK ORDER 02
FAYETTEVILLE — DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
DESIGN AND BIDDING
This TASK ORDER is made as of 120-c-*0 ryl be C , 2020 by and between the CITY
OF FAYETTEVILLE of Fayetteville, Arkansas hereinafter referred to as "CITY OF FAYETTEVILLE," and
GARVER, LLC, hereinafter referred to as "GARVER", in accordance with the provisions of the
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES executed on November 17, 2020.
Under this Task Order, the CITY OF FAYETTEVILLE intends to make the following improvements for the
FYV Runway Pavement and Lighting Rehabilitation project.
Improvements will consist primarily of rehabilitation of the existing Runway 16-34 and
connector taxiway pavements and Runway 16-34 lighting rehabilitation. Previously designed
improvements to the south Taxiway B connector to Runway 16-34 will be included in the final
design package.
GARVER will provide professional services related to these improvements as described herein.
SECTION 1- SCOPE OF SERVICES
GARVER will provide services as detailed in Exhibit A-02.
SECTION 2 — PAYMENT
For the work described under SECTION 1 - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will
Pay GARVER on a lump sum basis.
The table below presents a summary of the fee amounts and fee types for this contract,
WORK DESCRIPTION
FEE AMOUNT
FEE TYPE
Surveys
$ l 3,650
Lump Sum
Geotechnicai Services
$40.950
Lump Sum
Nondestructive Testing (NDT)
$31,150
Lump Sum
Pavement Condition Analysis
$8,800
Lump Sum
Preliminary Design —Runway Rehabilitation
$82,000
Lump Sum
Preliminary Design — Lighting Rehabilitation
$54,900
Lump Sum
Final Design — Runway Rehabilitation
$52,700
Lump Sum
Final Design — Lighting Rehabilitation
$29,950
Lump Sum
Bidding Services
$I 1,250
Lump Sum
TOTAL FEE
$325,350
Task Order 02
1 of 2
FYV Runway Pavement and Lighting Rehabilitation (Design & Bidding) Garver Project No. 21 A U21 I
The lump sum amount to be paid under this agreement is $325,350. For informational purposes, a
breakdown of GARVER's estimated costs is included in. Exhibit B-02 with approximate current hourly
rates for each employee classification.
Additional Services (Extra Work). For work not described or included in Section I — Scope of Services but
requested by the CITY OF FAYETTEVILLE in writing, the CITY OF FAYETTEVILLE will pay
GARVER, for time spent on the project, at the rates shown in Exhibit B-02 for each classification of
GARVER's personnel, plus overhead, plus 15% profit, plus reimbursable expenses including but not
limited to printing, courier service, reproduction, and travel.
SECTION 3 —EXHIBITS
3.1 The following Exhibits are attached to and made a part of this Agreement:
3. 1.1 Exhibit A-02 Scope of Services
3.1.2 Exhibit B-02 Manhour Tables
3.1.3 Exhibit C-02 Project Exhibit
This Agreement may be executed in two (2) or more counterparts each of which shall be deemed an original,
but all of which together shall constitute one and the same instrument.
Approval and acceptance of this Task Order, including attachments listed in SECTION 3 —EXHIBITS,
shall incorporate this document as part of the Agreement. Garver is authorized to begin performance upon
receipt of a copy of this Task Order signed by the CITY OF FAYETTEVILLE. The effective date of this
Task Order shall he the last date written below,
CITY OF FA ETTEVILLE, ARKANSAS GARVER
Digitally signed by
Michael J, Griffin
By. BY,
Date: 2020.11.20
- 1•03•ns-661nn,
ATTEST: ,�,���GLERkr�►,,�
By: 0 .`-v Title Senior Vice President
City Clerk �- C_
ADD'
:''L •• N5g5 .'
;'�cou�;;;►►``.
Task Order 02 2 of 2
FYV Runway Pavement and Lighting Rehabilitation (Design & Bidding) Garver Project No. 21A1321 1
GARVER
EXHIBIT A-02 — SCOPE OF SERVICES
FAYETTEVILLE — DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
Generally, the Scope of Services includes the following professional services for improvements to
Runway 16-34 and connector taxiways at Fayetteville— Drake Field. Improvements will consist primarily
of rehabilitation of the existing runway and connector taxiways and runway lighting rehabilitation, as
shown in Exhibit C-02. Previously designed improvements to the south Taxiway B connector to Runway
16-34 will be included in the final design package.
■ Field Investigations
v design Surveys
o Geotechnical Services
o Nondestructive Testing (NDT)
a Pavement Condition Analysis
■ Design Services
• Preliminary Design
a Final Design
• Bidding Services
A.1 Field Investigations
A.1.1 Desion Survevs
Garver will provide field survey data from field work for designing the project, and this survey will be
tied to the Owner's control network. Gamer will conduct field surreys, utilizing radial topography
methods, at intervals and for distances at and/or along the project site as appropriate for modeling the
existing ground, including locations of pertinent features or improvements. Buildings and other
structures, airfield pavements, streets, drainage features, airfield lights and signs, fences, trees over
eight inches in diameter, visible utilities as well as those underground utilities marked by their owners
and/or representatives, and any other pertinent topographic features that may be present at and/or
along the project site, will be located. Control points will be established for use during construction.
Garver will coordinate with ATCT and Airport staff to complete surveys during daytime hours while the
ATCT is open. It is estimated that a survey crew will be on -site for a week to compete the surrey.
Gamer will assemble data obtained during the performance of the field surveys in an AutoCAD CiviI3D
base map drawing to be utilized for design of the project.
A.1.2 Geotechnical Services
McClelland Consulting Engineers, as a subconsultant to Garver, will be responsible for obtaining,
interpreting, and evaluating geotechnicai data necessary for the design of this project. The following is
a summary of the geotechnical services provided under this Scope of Services.
Twenty (20) subsurface borings will be drilled through the existing runway pavements to evaluate the
existing runway pavement section and underlying subsurface soil conditions. The borings will be
spaced approximately equally along the full length and width of Runway 16-34. In addition, six (6) test
pits will be excavated along the runway edge at approximate 1,000-ft intervals to allow for further
evaluation of subgrade conditions and collection of bulk soil samples. Boring and test pit locations will
be laid out prior to the start of the field work, and a utility location service will be requested to mark
underground utilities in the vicinity of the proposed boring and test pit locations. Borings and test pits
Exhibit A-02 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211
GARVER
will be advanced to a depth sufficient to determine the material properties of the subgrade soils
(estimated 7.5-ft depth).
All field work will be coordinated with the City of Fayetteville prior to the work being performed. Boring
and test pit layout and marking will be conducted during daytime hours while the ATCT is open. Runway
16-34 will be closed while the geotechnical field exploration is completed. Garver will be on -site during
the field exploration to document and review the pavement section, subgrade conditions, and presence
of water.
The final geotechnical report submitted for the project will be peer reviewed to confirm completeness
and conformance to geotechnical standards of practice. GeotechnicaI peer review services will be
provided by Terracon.
A.1.3 Nondestructive Testing (NDT)
Garver will use a subconsultant to perform Nondestructive Testing (NDT) in accordance with the
standards set forth in FAA AC 150/5370-11 B. Per FAA AC 150/5370-11 B, a "project level" analysis
frequency will be utilized for the NDT to ensure adequate data is obtained to determine an appropriate
rehabilitation alternative. Previous "network level" NDT data obtained by All About Pavements will be
utilized to reduce the amount of additional testing required to reach a "project level" analysis, Per AC
150/5370-11 B, "project level" objectives include:
• Evaluate the load -carrying capacity of existing pavements
• Provide material properties of in -situ pavement layers for the design of pavement rehabilitation
alternatives, which include restoration, functional and structural overlays, partial reconstruction
(for example, runway keel), and compete reconstruction
The NDT study will be completed on two consecutive days to be coordinated with the airport manager.
The NDT testing will be completed during daytime hours on a "pull -back" basis in communication with
ATCT. A NDT testing report will be developed by the subconsultant that summarizes the on -site
investigation and will include, at a minimum, the following. -
Summary of NDT results and testing methods
+ Deflection data for each section of the runway
■ Field CBR back -calculated from the deflection data and the comparison to laboratory calculated
CBR
■ Elastic modulus of each layer in the pavement cross section
• Define and confirm pavement strength
A.1.4 Pavement Condition Analvsis
Prior to obtaining field data, Garver will perform a thorough review of the runway's historic construction
data, design considerations, test results, as -built drawings, pavement design reports, airport layout
plan, and maintenance history.
Garver will perform a Pavement Conditions Index (PC1) survey for Runway 15-34 per the standards set
forth in ASTM ❑5340 "Standard Test Method for Airport Pavement Condition Index Surveys" and FAA
AC 15015380-6C. The PC] survey will include an adequate amount of pavement inspection to provide
a "project level" confidence level.
Prior to performing the P C I survey, Garver will subdivide the runway into sections based on traffic and
construction history, Garver will survey approximately 10% of each section to determine the PCl of
Exhibit A-02 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211
each section. During the survey, Garver will measure and document visual distresses on the
pavement's surface,
A,2 Design Services
A.2.1 General
Garver will prepare detailed construction drawings, specifications, instructions to bidders, and general
provisions and special provisions, all based on guides furnished to Garver by the City of Fayetteville
and FAA, or internally developed by Garver, Contract Documents {Plans, Specifications, and
Estimates) will be prepared for award of one (1) construction contract. These designs shalt conform to
the standards of practice ordinarily used by members of GARVER's profession practicing under similar
conditions and shall be submitted to the FAA office from which approval must be obtained.
A.2.2 Owner / Agency Coordination
Garver's project manager and/or design team will coordinate with the City of Fayetteville as necessary
to coordinate design decisions, site visits, document procurement, or other design needs. As needed,
Garver will coordinate design decisions with the Airport's Part 139 inspector.
A.2.3 Quality Control
Garver will develop a project specific quality control plan. The quality control plan will include the project
background and scope, stakeholder contact information, project team and roles, design criteria, project
schedule, and quality control procedures.
Garver will complete a quality control review prior to any design submission to City of Fayetteville and/or
FAA. QC reviews will be completed by a senior construction observer and project manager. Weekly
internal progress meetings will be held during all design phases to ensure adequate quality control
throughout the design phases.
A.2.4 Environmental Coordination
Garver will coordinate and complete documentation for submission to FAA to receive environmental
clearance for the project. Documentation will include that required by the documented CATEX
questionnaire of FAA SOP 5.0, if so required by the FAA.
A.2.5 Airspace Analysis
Garver will prepare and submit the project to the FAA for permanent airspace clearance on the
Obstruction Evaluation and Airport Airspace Analysis {OE/AAA} website and coordinate with FAA
representatives.
A.2.6 DBE Coordination
Garver will coordinate with the FAA's Office of Civil Rights and update the Airport's three-year
Disadvantaged Business Enterprises (DBE) goal to include the proposed project.
A.2.7 Construction Safetv and Phasina Plan
Garver will develop a construction safety and phasing plan (CSPP) for the project. During development
of the CSPR Garver will hold a meeting with Airport staff and other stakeholders at the Airport's request
to obtain feedback regarding operations during each proposed phase of construction.
Exhibit A-02 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211
PVER
After receiving comments from the meeting, Garver will develop a preliminary CSPP for the City of
Fayetteville's review prior to submission to the FAA. After incorporating City comments, the CSPP will
be submitted to FAA for review through the CEIAAA website.
A.2.8 Existing Conditions Review
A.2.8. f Record Document Review
Garver will review record document data from the vicinity of the construction site to evaluate existing
conditions. Record document data may include record drawings, record surveys, utility maps, GIS data,
and previous design reports.
A.2.8.2 Site Visits
Garver's civil and electrical engineers will perform up to thee (3) site visits to the project site to review
existing conditions and evaluate survey and record document data.
A.2.9 Rehabilitation Analvsis
Garver will evaluate the structural life of the existing pavement. The pavement's structural life will be
evaluated using FAARFIELD and the existing pavement and subgrade strengths determined through
the field investigations. The fleet mix developed during the most recent Master Plan Update will be
used to evaluate the existing pavement section.
Gamer will use the data obtained by the runway survey to determine whether the vertical alignment of
the runway meets current FAA design requirements. In addition, Garver will perform a line of sight
evaluation on the existing runway profile.
If the Runway 16-34 existing pavement system is determined to be deficient in condition or structural
life remaining, Garver will provide a minimum of three alternatives to rehabilitate the existing system.
This includes any changes to pavement structure, electrical systems, and vertical alignment. Costs,
including life -cycle cost analysis, and potential impacts of phasing alternatives for each rehabilitation
option will be included in the analysis.
For the purposes of this scope, it is anticipated that a runway overlay, mill and overlay, or partial
reconstruction will be the preferred alternative for final design.
Garver will also review runway shoulder and RSA slopes. If necessary, Garver will provide minor
grading design to correct any major deficiencies in the RSA grades.
A.2.10 Airfield Electrical
Gamer will design a new can and conduit runway edge lighting system utilizing medium intensity LED
runway edge lights for Runway 16-34.
Garver will design the replacement of all conductors for the Runway 16-34 edge lighting system.
The mandatory hold and runaway exit signage will be evaluated during design. Existing signage that is
in good condition and upgradable to LED will be upgraded. Existing signage that is in failing condition
or cannot be upgraded to LED will be replaced in full. Locations that currently do not have necessary
signage will be modified to have that signage installed as LED type. Concrete foundations will be
installed to support all runway and taxiway signs.
Exhibit A-02 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21 A13211
In addition, Garver will review the existing taxiway naming condition and provide recommendations to
FYV for updates to the naming system based on FAA guidance. Garver will coordinate any updates to
the Airport's AF❑ referencing the change. Existing guidance sign panels will be replaced to reflect new
taxiway naming system where possible. Where existing signage is unable to accommodate a panel
replacement the signs will be removed, and new LED guidance signs constructed on new concrete
bases
Garver will design a new electrical vault to house the airfield lighting power and control equipment.
Existing equipment will be relocated to the new vault where able, pending functionality and status of
usable life design review. All existing circuits and the new runway edge lighting circuit will be tied into
the new vault via a new homerun duct bank, Garver will design the installation of ATCT lighting control
to the new vault location by providing a new L-821 control panel in the vault, new control conductors
and conduit to the ATCT, and terminated to the ATCT lighting switch panel. If the ATCT switch panel
is reusable, it will be reused otherwise it will be replaced with a new auxiliary control panel.
A.2.11 Utility Design and Coordination
As necessary, Garver will coordinate with the Airport and FAA to locate and protect any existing utilities
or Navigational Aid cables.
Garver will furnish plans to all known utility owners potentially affected by the project at each stage of
development. Garver will conduct coordination meetings among all known affected utility owners to
enable them to coordinate efforts for any necessary utility relocations. Garver will include the surveyed
locations of the observable and marked utilities in the construction plans. Garver will also include
proposed and/or relocated utility information in the construction plans as provided by the utility
companies.
A.2.12 Plan Set ❑evelopment
The following matrix details the plan drawings to be included in each design submittal.
Plan Set
Design Phase
9Q9'o
Prelimina
1 QQ°Io
Issued for Bid
Cover Sheet
X
X
Sheet Index
X
X
General !Votes
X
X
Project Layout Plan
X
X
Survey Control Plan
X
X
Construction Safety Plans
X
X
Construction Safety Details
X
X
Existing Conditions Plans
X
X
Erosion Control Plans
X
X
Erosion Control Details
X
X
Demolition Plans
X
X
Demolition Details
X
X
Drainage Plans
X
X
Exhibit A-02 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211
qGARVER
Drainage Details
X
X
Utility Plans
X
X
Utility Details
X
X
Typical Sections
X
X
Paving Plans
X
X
Paving Details
X
X
Grading Plans
X
X
Grading Details
X
X
Joint Details
X
X
Elevation Plans
X
X
Elevation Details
X
X
Pavement Marking Plans
X
X
Pavement Marking Details
X
X
Electrical Notes
X
X
Lighting Removal Plans
X
X
Lighting Installation Plans
X
X
Lighting Details
X
X
Power Installation Plans
X
X
Power and Control Diagrams
X
X
Cross Sections
X
X
A.2.13 Specifications and Contract Documents
A.2.13.9 Technical Specifications
Detailed specifications shall be developed using FAA "Standards for Specifying Construction for
Airports" AC 150/5370-10 (latest edition) or other appropriate standards approved for use by the FAA.
Additional supplementary specifications will be developed for project requirements not covered by FAA
AC150/5370-10 or when state or local standards are approved by the FAA,
A.2.13.2 Construction Contract Documents
Garver will develop construction contract documents based on EJCDC standards. A specimen copy of
the General Provisions and applicable prevailing wage rates will be obtained by Garver from the FAA
and/or Department of Labor as appropriate for incorporation into the specifications for the proposed
project. Final construction contract documents will be submitted to the City of Fayetteville for final review
and approval.
A.2.14 Engineer's Report
Garver will prepare an Engineer's Report to outline the project's design criteria and design
considerations. The report will discuss design decisions of all major project parameters. A summary of
the sections to be included in the Engineer's Report are shown below:
• Executive Summary
• Project Background
+ Existing Conditions
Exhibit A-02 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211
o Site Survey
❑ Geotechnicai and NDT Investigation
o Pavement Condition Analysis
❑ Project Photographs
• Applicable AIP Standards
• Construction Safety and Phasing
■ Pavement Design and Rehabilitation
■ Airfield Lighting and Signage
• Pavement Markings
■ Environmental Considerations
■ Miscellaneous Design Items
• Modifications to AIP Standards
• Non-AIP-Eligible Work Items
• DBE Participation
■ Project Schedule
■ Engineer's Opinion of Probable Cost
A.2.15 Quantities and Engineer's Opinion of Probable Cost.
Garver will develop detailed quantities in PDF format for use in construction cost estimating for each
design phase. Quantities will be completed by pay item. Garver will use a DBE Subconsultant (iconic
Consulting Group) to develop detailed cost estimates at the completion of the preliminary and final
design phases.
A.2.16 Design Services Submission and Meeting Summary
The following design submittal phases shall be included in the fee summary. A summary of each design
phase and the associated review meetings is included below.
A.2.16.1 90% Preliminary Design
Garver will develop 90% design plans, specifications, and engineer's report and submit these to the
City of Fayetteville for review. It is anticipated that the City of Fayetteville will review the design
submission within two (2) weeps.
At the completion of the Owner review period, Garver will meet with the City of Fayetteville to review
the 90% final design plans, specifications, and engineer's report and to receive City of Fayetteville
comments and direction.
A.2.16.2 100% Issued for Bid (IFB)
Garver will develop 100% IFB plans and specifications and submit these to the City of Fayetteville for
review. It is anticipated that the City of Fayetteville will review the IFB submission within two (2) weeks.
A.3 Bidding Services
Garver will assist the City of Fayetteville in advertising for and obtaining bids or negotiating proposals
for one prime contract for construction, materials, equipment and services, and, where applicable,
maintain a record of prospective bidders to whom Bidding Documents have been issued, and attend a
pre -bid conference. The City of Fayetteville will pay advertising costs outside of this contract.
Exhibit A-02 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211
G V R
Garver will issue addenda as appropriate to interpret, clarify or expand the Bidding Documents. Garver
will consult with and advise the City of Fayetteville as to the acceptability of subcontractors, suppliers
and other persons and organizations proposed by the prime contractor(s) (herein called "Contractor[s)")
for those portions of the work as to which such acceptability is required by the Bidding Documents.
Garver will consult with the City of Fayetteville concerning and determine the acceptability of substitute
materials and equipment proposed by Contractor(s) when substitution prior to the award of contracts
is allowed by the Bidding Documents.
Garver will attend the bid opening, prepare a bid tabulation, and assist the City of Fayetteville in
evaluating bids or proposals and in assembling and awarding contracts for construction, materials,
equipment, and services. Garver will assist the City of Fayetteville in the execution of all contract
documents and furnish a sufficient number of executed documents for the City of Fayetteville;
Contractor and FAA.
A.4 Construction Administration Services
To be added through contract amendment.
A.5 On -Site Resident Project Representative Services
To be added through contract amendment.
A.6 Materials Testing Services
To be added through contract amendment.
A.7 Project Closeout Services
To be added through contract amendment.
A.8 Project Deliverables
The following deliverables will be submitted to the parties identified below. Unless otherwise noted
below, all deliverables shall be electronic.
1. Preliminary Design Plans, Specifications, and Engineer's Report to the City of Fayetteville and
FAA for review,
2. Final Issued for Bid Plans, Specifications, and Engineer's Report to the City of Fayetteville and
FAA.
3. Issued for Construction Plans and Specifications to the City of Fayetteville, Contractor, and
FAA.
a. Three hard copies to the Contractor
b. One copy to the FAA
4. Other electronic files as requested.
A.9 Additional Services
The following items are not included under this agreement but will be considered as additional services
to be added under Amendment if requested by the City of Fayetteville,
1. Redesign for the City of Fayetteville's convenience or due to changed conditions after previous
alternate direction and/or approval.
2. Submittals or deliverables beyond those listed herein.
Exhibit A-02 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21 Al3211
GARVER
3. Design of any utility relocation other than airfield electrical work associated with the project.
4. Design of ALCMS control system.
5. Drainage design and/or evaluation.
6. Retaining walls or other significant structural design,
7. Construction phase services, including materials testing. This work is anticipated to be included
in a separate Task Order.
8. Preparation of a Storm Water Pollution Prevention Plan (SWPPP).
9. Environmental Handling and Documentation, including wetlands identification or mitigation
plans or other work related to environmentally or historically {culturally} significant items.
10. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR.
11, Services after construction, such as warranty follow-up, operations support, and Part 139
inspection Support.
12. Engineering, architectural, or other professional services beyond those listed herein.
13. Litigation assistance.
Extra work will be as directed by the City of Fayetteville in writing for an additional fee as agreed upon
by the City of Fayetteville and Garver.
A.14 Schedule
Gamer shall begin work under this Agreement within ten (10) days of execution of this Task Order and
shall complete the work within a mutually agreeable schedule with the City of Fayetteville.
Exhibit A-02 -- Scope of Services
FYV Runway Pavement and Lighting Rehabilitation Garver Project No. 21A13211
EXHIBIT B-02
FAYETTEVILLE - DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AN❑ LIGHTING REHABILITATION
SURVEYS
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
E-1
5-5
S-4
2-Man Crew
[Survey]
$73.55
$60.29
$51.57
$42,64
$35.72
$55.59
$41.92
$63.60
hr
hr
hr
hr
hr
hr
hr
t1r
1. Topographic Survey
A.1.1 Design Survey s
Survey Coordination
1
2
Survey Layout Map
1
2
4
Topographic Surveys
ap
Data Processor IDTM Preparation
1
20
OC Review of Survey Basemap
1
4
Subtotal- Topographic Survey
0
2
0
5
0
4
24
40
Hours
Salary Costs
SUBTOTAL - SALARIES:
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD:
DIRECT NON -LABOR EXPENSES
Document Pnriting/ReprodurtionlAssembly
Posta g e1Fre i g htlC ou ne r
Travel Costs
SUBTOTAL -DIRECT NON -LABOR EXPENSES
SUBTOTAL-
SUBCONSULTANTS FEE {Noney:
0 2 0
$0.00 $12G.58 $4.00
$4,106, 22
$7,696.70
S26.64
50.00
$50.00
$ 76, 64
$11,879.56
$0.00
PROFESSIONAL FEE $1,770.44
TOTAL FEE: $13,650.00
S 0 4 24 40
$213.20 $0.00 $222.36 51,006,08 $2.544,00
EXHIBIT B-02
FAYETT'EVILLE - DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
GEOTECHNICAL SERVICES
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
F-1
P-1
❑-1
T-1
$73,55
$50.28
$51.57
$42.64
$36.72
$44.22
$34.28
$26.78
hr
hr
hr
hr
hr
hr
hr
hr
1, Civil Engineering
A.1.2 Geotechnical Services
Coordination with Geotechnical Subconsultant
6
Coordination wth Airport for Runway Closures
2
3
Bcring Layout
L
2
2
Geotechnical investigation (2 Nights)
6
16
Review Geotechnical Report
2
r4
8
2
Subtotal - Civil Engineering
0
25
0
20
0
0
0
Hours
0
4
25
0
20
0
0
0
Salary Costs
$0.00
$241. t 6
$1.289.25
$0,00
$734.40
$0.00
$0.00
SO -OD
SUBTOTAL_ - SALARIES:
$2TP64,81
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD:
$4.245.16
PIREGT NON-LABOF;,EXPENSES
Document Pnnting/Reproducfion/Assembly
$27.53
PostagelFreighVCcuher
SD.00
Travel Costs
$20.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$47.53
SUBTOTAL:
S6,557.50
SUBCONSULTANTS FEE (Geotechnical Study):
$31,166.00
SUBCONSULTANTS FEE (Geotechnical Peer Review):
$2,250.00
PROFESSIONAL FEE
$976.50
TOTAL FEE:
$40,950.00
EXHIBIT B-02
FAYETTEVILLE - DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
NON-DESTRUCTIVE TESTING
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
E-1
P-1
0.1
T-1
S73.55
$60,29
$51.57
$42.64
$36.72
$44,22
$34.28
$26.75
hr
hr
hr
hr
hr
hr
hr
hr
1, Civil Engineering
A.1.3 Nan -Destructive Testin
Coordination with NDT Subconsvltant
2
4
Site Visit During NOT Field EvaluaWn
4
4
Review of NOT Report
2
14
Subtotal - Civil Engineering
0
4
22
0
4
0
0
0
Hours 0 4 22 0 4 0 0 0
Salary Costs $0.00 $241.16 $1.134.54 $0.00 $146-88 $0.00 $0.00 $0.012
SUBTOTAL • SALARIES: $1,522.58
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD; S2,853.92
DIRECT NON -LABOR EXPENSES
Document PrinbnglReproductionlAssembly $28.03
PostagelFreightlCourier $0.00
Travel Costs $20M
SUBTOTAL - DIRECT NON4-ASOR EXPENSES:
$48.03
SUBTOTAL:
$4.424.53
SUBCONSULTANTS FEE (NOT Data Collection):
$26,069.00
PROFESSIONAL FEE
5656,48
TOTAL FEE:
$31.150.00
EXHIBIT B-02
FAYETTEVILLE - DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
PAVEMENT CONDITION ANALYSIS
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
E-1
P-1
D-1
T-1
$73.55
$80.29
$51.57
S42,64
$36.72
$44.22
$34.28
528,78
hr
hr
hr
hr
hr
hr
hr
hr
1, Civil Engineering
A.1.4 Pavement Condition A naly sis
Review of As -Built Draw ngs
1
3
2
Development of PAVER Database
1
3
8
Section & Inspection Layout Maps
1
4
10
Field Inspector .I70 Fife Conversion
e
On -Site PCI Survey
1
11
20
PCI Survey Data Upload
2
4
Subtotal - Civil Engineering
0
4
10
0
15
0
0
50
Hours
Salary Costs
0
$0.00
4 10 0 15 0 0 50
$241.16 $515.70 30,00 $550.80 $D.00 $0 04 $1 339 00
SUBTOTAL -SALARIES:
$2,646.66
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD:
$4,960,90
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$31.31
PostagelFreightfCourier
$0.00
Travel Costs
$20.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$51,31
SUBTOTAL:
$7,658.87
SUBCONSULTANTS FEE (None):
S0.00
PROFESSIONAL FEE
$1,141.13
TOTAL FEE:
$8,800,00
EXHIBIT B-02
FAYETTEVILLE - DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
PRELIMINARY DESIGN - RUNWAY REHABILITATION
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
E-1
P-1
D-1
T-1
$7155
$60.29
$51.57
$42.64
$36.72
$44.22
$34.2a
$26.78
hr
hr
fir
hr
hr
hr
hr
hr
1. Civil Engineering
A.2.2 Owner I A en cy Coordination
Coordination with City of Fayetteville
12
12
Coordination with FAA
4
8
A.2.3 quality Control
Kickoff Meeting
4
4
Development of qC Plan
1
4
A,2.4 Environmental CATER Coordination
1
4
10
5
A.2 5 OEIAAA Airspace Analysis
1
4
6
A.2.6 DBE Coordination
1
4
2
A.2.7 Construction Safety and Phasing Plan (CSPP)
CSPP Development
2
6
1
24
CSPP Review Meeting with Ownerfrenants
2
4
A.2.8 Existing Conditions Review
Record Document Review
1
4
Site Visits (3)
8
12
A.2.9 Rehabilitation Analysis
Establish Design Criteria
2
10
Rehabilitation and Alternatives Analysis
1
12
Pavement Design & LCCA
1
12
A.2.11 Utility Design and Coordination
1
3
A.2.12 Prelimina Plan Set
Cover Sheet & Index of Sheets
1
1
2
Survey Control Plan
1
1
4
General Notes
1
2
2
Coristruc6on Safety Plans and details
2
12
10
E)cistirig Conditions Plans
1
5
10
Erosion Control Plans and Details
1
5
12
Demolition Plans and Details
1
4
12
Drainage Plans and Details
1
2
4
Utility Plans and Details
1
4
a
Typical Sections
2
6
12
Paving and Rehabilitation Plans and Details
1
20
32
Grading Plans and Details
1
4
12
Joint Details
1
2
4
Elevation Plans and Details
1
16
12
Pavement Marking Plans and Details
1
6
24
Miscellaneous Details
1
8
20
A,2.13 Specifications and Contract Documents
4
16
A.2.14 Preliminary Engineer's Report
4
20
10
A.2,15 Quantities and Engineer's Opinion of Probable Cos[
PreliminaryQuantities
1
2
4
Prelimina Engineer's Estimate of Probable Cast
1
2
4
A,2.16 Design Services Submission and Meeting Summary
Preliminary OC Review
a
10
6
Printing and Reproduction for Submittal
1
2
6
Preliminary Owner Review Meebn
4
4
Subtotal - Civil Engineering
0
83
0
159
100
0
10
247
Hours 0 83 0 159 100 0 10 247
Costs $0.00 $5,004,07 $0.00 96,779,76 $3.672.00 $0.00 $342.80 $6,614.66
EXHIBIT B-02
FAYETTEVILLE - ❑RAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
PRELIMINARY DESIGN - RUNWAY REHABILITATION
SUBTOTAL - SALARIES: S22,413.29
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD: $42,011.47
DIRECT NON -LABOR EXPENSES
Document PnrtingIRepraductionlAssembiy $88.53
PostagelFresghtlCaurier $25.00
Travel Casts S50.00
SUBTOTAL - DIRECT NON•LABOR EXPENSES: $161,53
SUBTOTAL:
$64.586.29
SUBCONSULTANTS FEE (Cost Estimating) $4,000,00
SUBCONSULTANTS FEE (CC Review): $3,750.00
PROFESSIONAL FEE
TOTAL FEE,
$9.663.71
S82,000.00
EXHIBIT B-02
FAYETTEVILLE - DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
PRELIMINARY DESIGN - LIGHTING REHABILITATION
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
E-1
P-1
D-i
T-1
$73,55
$50.29
$51.57
$42-64
$36.72
544.22
$34 28
S26.78
hr
hr
hr
hr
hr
hi
nr
hr
I. Electrical Engineering
-
A.2.2 Owner 1 Ag envy Coordination
Coordination with City of Fayetteville
2
2
Coordination with FAA
2
4
A.2.3 Qua€ity Control
Kickoff Meeting
4 4
Development of QC Plan
2 2
A.2,8 Existing Conditions Review
Record Document Review
1
6
Site Visits (3)
12
12
A.2,10 Airfield Electrical
Runway Edge Lighting Design
2
8
Homerun Circuit Route Research and Design
1
4
Existing Guidance Sign Evaluation
2
4
Taxiway Naming Convention Development
a
8
Proposed Guidance Sign Layout
4
8
Electrical Vault Building Siting
4
4
Electrical Vault Building Design and Layout
8
16
Electrical Load Calculations
4
8
Airfield Lighting Control Design
8
8
ATCT Modifications Design
a
8
A.2.11 UfilLty Design and Coordination
2
2
A.2,12 Preliminary Plan Set
General Electncal Notes
2
8
Electrical Demolition Plans
2
8
32
Electrical Demolition Details
8
24
Lighting Installation Plans
2
20
40
Lighting Installation Details
S
30
A.2.13 Specifications and Contract Documents
8
16
A.2.14 Preliminary Engineers Report
4
8
A.2.15 Quantities and Engineer's Opinion of Probable Cost
Preliminary Quantities
2
B
Preliminary Engineers Estimate of Probable Cast
2
0
A.2.16 Design Services Submission and Meeting Summary
Preliminary QC Review
8
8
Prinbrig and Reproduction for Submittal
2
Prehmina ry Owner Review Meeti ng
4
Subtotal - Electrical Engineering
0
0
106
0
204
0
0
134
Hours 0 0 106 0 204 0 0 134
Costs $0.00 $0.00 $5.466.42 $0.00 $7,490.88 $0.00 $0.00 $3,588,52
EXHIBIT B-02
FAYETTEVILLE - DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
PRELIMINARY DESIGN - LIGHTING REHABILITATION
SUBTOTAL - SALARIES: S16.545.82
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD: $31.013.49
❑IRE CT NON -LABOR EXPENSES
Document PrintinglReproductionlAssemhiy $176.80
PostagelFreightlC"Her $0.00
Travel Casts $30.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $206.80
SUBTOTAL:
$47.766.11
SUBCONSULTANTS FEE (None): $0.0❑
PROFESSIONAL FEE
$7,133.90
TOTAL FEE: $54,900,00
EXHIBIT B-02
FAYETTEVILLE - DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
FINAL DESIGN - RUNWAY REHABILITATION
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
E-1
P-1
D-1
T-1
$73.55
$50.28
$51.57
$42.54
$36.72
$4C22
$34.28
$26.78
hr
hr
hf
hr
hr
hf
hr
hr
1. Civil Engineering
A.2.2 Owner r Agency Coordinabon
Coordinahon vnth C ity of Fay ettevi11a
12
12
Coordination with FAA
4
8
A.2.7 Construction Safety and Phasing Plan (CSPP)
2
8
A.2.12 Final Plans
Cover Sheet & Index of Sheets
1
2
2
Survey Control Plan
1
2
4
General Notes
1
2
4
Construction Safety Plans and Details
4
8
12
Exisdng Conddions Plans
2
fi
a
Erosion Control Plans and Details
2
6
a
Demditicn Plans and Details
1
4
8
Drainage Plans and Details
1
4
6
Utility Plans and Details
1
4
6
T ical Sections
3
4
6
Pavi ng and Rehab+li Non Plans and Details
3
8
12
Gradmg Plans and Details
2
4
a
Joint Details
1
2
4
Elevation Plans and Details
2
4
8
Pavement Marking Plans and Details
2
4
8
Miscellaneous Details
1
2
8
A.2.13 Specifications and Contract Documents
10
24
12
A.2.14 Final Engineers Report
6
18
12
A.2.15 Quantities and En ineers Estimate of Probable Cost
Final Quantities
4
8
Firial Engineer's Estimate of Probable Cost
2
4
4
A.2-16 Design Services Submission and Meeting Summa
F,na€ QC Review
5
6
6
Pnnting and Reproduction for Submittal
1
2
6
Subtotal - Civil Engineering
0
73
0
86
84
0
1 0
160
Hours
Salary Costs
SUBTOTAL - SALARIES:
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD:
DIRECT NON -LABOR EXPENSES
Document PrintinglReproduciionlAssembly
PostagelF reig htlCo u ri er
Travel Costs
0 73 0
$0.00 $4.401.17 $0.00
$14,703.09
$78.05
$0 00
$20.00
$27.559.47
SUBTOTAL - DIRECT NON•LASOR EXPENSES: $48.05
SUBTOTAL: $42.360,61
SUSCONSULTANTS FEE (Cost Estimating): $4,000.00
PROFESSIONAL FEE $6.339.38
TOTAL FEE: $52,700.00
86 64 0 0 16f7
$3,667.04 $2,350.08 $0.00 $0,00 $4.284.80
EXHIBIT B-02
FAYETTEVILLE - DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
FINAL DESIGN - LIGHTING REHABILITATION
WORK TASK DESCRIPTION E-5 El E-3 E-2 E-1 PT
$73.55
1 $60.29
1 $51.57
$42.64
$36.72
$44.22
$34,28
S26.78
hr
hr
hr
hr
hr
hr
hr
hr
1. Electrical En Ineerin
A.2.2 0Amer 1 A gency Coordination
Coordination,nth FAA
2
4
A.2.12 Final Plans
General Electrical Notes
2
4
8
Electrical Demoliton Plans
4
4
16
Electrical Demolition Details
2
4
16
Lighting Installation Plans
4
8
16
Lighting Installation Deta;ls
4
8
16
A.2.13 5 eciflcabons and Contract Documents
8
24
A.2.14 Final Engineer's Repoli 1
8
16
12
A.2.15 Quantities and Eng ineer's Estimate of Probable Cost
Final Quantities
4
16
Final Engineers Estimate of Probable Cost
2
e
A,2.16 Design Seances Submission and MeetIng Summa
Final QC Review
12
8
8
Printing and Reproduction for Submittal
2
Subtotal - Electrical Engineering
0
0
52
0
106
0
0
92
Hours
0
0
52
0
106
0
0
92
Salary Costs
30.00
$0,00
$2,681.64
$0.00
$3,892.32
$0.00
$0.1010
$2.463.76
SUBTOTAL - SALARIES:
$9,037.72
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD
$18,940.30
DIRECT NON-L OR EXPENSES
Document Printing)ReproductionlAssembly
$55.27
PostagelFreightlCourier
$0.00
Travel Costs
$20.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $75.27
SUBTOTAL: S26,053.29
SUBCONSULTANTS FEE (None): $0,00
PROFESSIONAL FEE $3,896.70
TOTAL FEE: $2%950.00
EXHIBIT B-02
FAYETTEVILLE - DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
BIDDING SERVICES
WORK TASK DESCRIPT}QN
E-5
E-4
E-3
E-2
E-1
P-1
D-1
T-1
$73.55
$60.29
$51.57
$42.64
$36.72
$44.22
$34.28
$28.78
hr
hr
hr
hr
hr
hr
hr
hr
1. Civil En ineerin
A.3 Bidding Samnces
Dispense plans and specs to pros ive bidders
2
Addendumsllnquiries
2
5
4
Pre-Bitt Meeting
6
6
Bid Opening
4
4
Prepare Bid Tabulation
1
3
4
Evaluate Bids and Recommend Award
2
6
Prepare Grant Application
2
10
4
Subtotal - Civil Engineering
p
17
37
0
12
0
0
0
Hours
Salary Costs
SUBTOTAL - SALARIES:
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD'
DIRECT NON -LABOR EXPENSES
Document PrintinglReproductionlAssembly
Pastag OF reig h tlCou vier
Travel Costs
0 17 37 0 12 0 0 0
$0.00 $1.024.93 $1.90B.09 $0.00
$3,373.66
$6,323.59
$08.16
$0.00
$10.00
SUBTOTAL. - DIRECT NON -LABOR EXPENSES: $96.16
SUBTOTAL; $9,795.41
SUBCONSULTANTS FEE (None): $0.00
PROFESSIONAL FEE $1,454,59
TOTAL FEE: $11.250.00
$440.64 50.00 $0.00 $0.00
L ��4
7
Q A
�
W w
b
7 �
r
i m DRAKE FIE L'
fn
7L
m
� RI1kYYAY P"•�• rYT AND
LIGHTING I ITATION
r�r[r*ewue ,bwru.s
City of Fayetteville, Arkansas fidget Adjustment Form (Legistar)
Budget Year Division Adjustment Number
�OrgZ AIRPORT SERVICES (760)
2020
Requestor: Dee McCoy
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff requests execution of a budget adjustment in the amount of $357,885 for Task Order 02 with Garver, LLC to
complete design and bidding services for the proposed Runway 16-34 pavement and lighting rehabilitation project. The
Aviation Division may expend up to $357,885 of its fund balance reserve. This amount includes $292,815 for cash -flow
to cover the FAA's 90% share until reimbursement in summer 2021, $32,535 for cash -flow to cover the ADA's 10% share
until reimbursement at the end of the project, and a 10% project contingency of $32,535.
RESOLUTION/ORDINANCE
TOTAL
Account Number
5550.760.3960-5314.00
5550.760.3940-4999.99
357,885 357,885
Increase / (Decrease)
Expense Revenue
357,885 -
357,885
COUNCIL DATE: 12/15/2020
LEGISTAR FILE ID#: 2020-1035
H ovy 3 la c-
11123I2020 9:20 AM
Budget Director
TYPE:
JOURNAL #:
GLDATE:
CHKD/POSTED:
Date
Project.5ub#
'r�ct Sub.Detl AT Account Name
15029 1 EX Professional Services
RE Use Fund Balance - Current
Y.20201112
H:\Budget Adjusfinents12020_Budget\Clty Council\I2-15.2020\Airpart i of 1
APPENDIX A-03
TASK ORDER 03
FAYETTEVILLE — DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION
CONSTRUCTION PHASE SERVICES
This TASK ORDER is made as of , 2021 by and between the CITY
OF FAYETTEVILLE of Fayetteville, Arkansas hereinafter referred to as "CITY OF FAYETTEVILLE," and
GARVER, LLC, hereinafter referred to as "GARVER", in accordance with the provisions of the
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES executed on November 17, 2021.
Under this Task Order, the CITY OF FAYETTEVILLE intends to make the following improvements for the
FYV Runway Pavement and Lighting Rehabilitation project.
Improvements will consist primarily of rehabilitation of the existing runway and connector
taxiway pavements, runway lighting and signage improvements, and construction of a new
electrical vault. The project also includes previously designed improvements to the south
Taxiway B connector to Runway 16-34.
GARVER will provide professional services related to these improvements as described herein.
SECTION 1- SCOPE OF SERVICES
GARVER will provide services as detailed in Exhibit A-03.
SECTION 2 — PAYMENT
For the work described under SECTION 1 - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will
pay GARVER on a lump sum basis and cost plus basis. This task order is contingent upon receipt of sufficient
grant funds from the Federal Aviation Administration.
The table below presents a summary of the fee amounts and fee types for this contract.
WORK DESCRIPTION
FEE AMOUNT
FEE TYPE
Construction Administration Services
$62,000
Lump Sum
On -Site Construction Observation Services
$123,000
Cost+FF
Materials Testing Services
$40,000
Cost+FF
Project Closeout Services
$10,000
Lump Sum
TOTAL FEE
$235,000
Construction Administration and Project Closeout Services:
The CITY OF FAYETTEVILLE will pay GARVER the lump sum amount not to exceed $72,000. For
informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit A-03 with
approximate current hourly rates for each employee classification.
Task Order 03 1 of 3
FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211
On -Site 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 187.44% of the unburdened
hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus
a fixed fee of $15,782.47. Estimated cost of these services, including the fixed fee is $123,000. The actual
total fee may not exceed this estimate without prior approval from the CITY OF FAYETTEVILLE. For
informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit A-03 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.
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.
Materials Testing 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 187.44% of the unburdened
hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus
a fixed fee of $1,298.14. Estimated cost of these services, including the fixed fee is $40,000. The actual
total fee may not exceed this estimate without prior approval from the CITY OF FAYETTEVILLE. For
informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit A-03 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 1— Scope of Services but
requested by the CITY OF FAYETTEVILLE in writing, the CITY OF FAYETTEVILLE will pay
GARVER, for time spent on the project, at the rates shown in Exhibit B-03 for each classification of
GARVER's personnel, plus overhead, plus 15% profit, plus reimbursable expenses including but not
limited to printing, courier service, reproduction, and travel.
SECTION 3 —EXHIBITS
3.1 The following Exhibits are attached to and made a part of this Agreement:
3.1.1 Exhibit A-03 Scope of Services
3.1.2 Exhibit B-03 Manhour Tables
3.1.3 Exhibit C-02 Project Exhibit
This Agreement may be executed in two (2) or more counterparts each of which shall be deemed an original,
Task Order 03 2 of 3
FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211
but all of which together shall constitute one and the same instrument.
Approval and acceptance of this Task Order, including attachments listed in SECTION 3 —EXHIBITS,
shall incorporate this document as part of the Agreement. Garver is authorized to begin performance upon
receipt of a copy of this Task Order signed by the CITY OF FAYETTEVILLE. The effective date of this
Task Order shall be the last date written below.
CITY OF FAYETTEVILLE, ARKANSAS GARVER
By: Bv:
Mayor, Lioneld Jordan
ATTEST:
By:
City Clerk
Title: Senior Vice President
Task Order 03 3 of 3
FYV Runway Pavement and Lighting Rehabilitation (CPS)
Garver Proj ect No. 21 A 13211
gVER
EXHIBIT A-03 — SCOPE OF SERVICES
FAYETTEVILLE — DRAKE FIELD AIRPORT
RUNWAY PAVEMENT AND LIGHTING REHABILITATION (CONSTRUCTION PHASE SERVICES)
Generally, the Scope of Services includes construction phase and project closeout services for
improvements to Runway 16-34 and connector taxiways at Fayetteville — Drake Field. Improvements will
consist primarily of rehabilitation of the existing runway and connector taxiways, runway lighting and
signage improvements, and construction of a new electrical vault. More specifically, the Scope of Services
includes the following professional engineering services:
• Construction Administration Services
• On -Site Resident Project Representative Services
• Materials Testing Services
• Project Closeout Services
A.1 Construction Administration Services
During the construction phase of work, Garver will accomplish the tasks below
A.1.1 Issued for Construction (IFC) Documents
Garver will compile bid addendums and any other necessary plan changes due to post -bid project updates
and/or funding changes into a final Issued for Construction (IFC) set of plans and specifications.
A.1.2 SWPPP Development and ADEQ Coordination
Garver will develop a SWPPP and NOI and submit to ADEQ for approval prior to start of construction.
A.1.3 Construction Management Plan
Garver will prepare a "Construction Management Plan" to be submitted to the Federal Aviation
Administration (FAA) for approval. At a minimum, the plan shall list key construction personnel,
qualifications of construction management personnel, and materials quality assurance information. The
plan will be reviewed by the FAA project manager and must be approved along with the final plans and
specifications for construction.
A.1.4 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.
Exhibit A-03 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211
CARVER
A.1.5 Notice to Proceed & Preconstruction Meetin
Garver will issue a Notice to Proceed letter to the Contractor. Garver will attend preconstruction meetings
held in advance of both Phase 1 and in advance of Phase 2. As a minimum, Garver's Project Manager,
Project Engineer, Senior Construction Obsever, Construction Observer, and Electrical Engineers will attend
these meetings.
A.1.6 Progress Meetings
As a minimum, Garver's Project Manager and Senior Construction Observer will attend weekly progress
meetings with the Owner and Contractor. These meetings may be held either on -site or virtually. During the
primary runway closure (Phase 2A), Garver's Project Manager, Project Engineer, Senior Constrution
Observer, and Construction Observer will attend daily on -site progress meetings with the Owner and
Contractor. It is expected that a total of 26 meetings will be held. To the extent possible, 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. Garver's project
engineer or his qualified representative will be available at all times when work is in progress for telephone
contact by the RPR. Garver's project engineer shall direct, supervise, advise, and counsel the Resident
Project Representative and construction observation personnel in the accomplishment of Garver's duties.
A.1.7 Owner Coordination
Garver will consult with and advise the Owner during the construction period. Garver will submit, when
requested by the Owner, written reports to the Owner on the progress of the construction including any
problem areas that have developed or are anticipated to develop. In addition, 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.
A.1.8 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.
A.1.9 Progress Payments
Garver will prepare 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 (1) 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.
A.1.10 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 workplace.
Exhibit A-03 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211
gVER
A.1.11 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.
A.1.12 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.
A.1.13 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.
A.1.14 Final Inspection
Garver will participate in a pre -final walkthrough with the Owner. Garver will also participate in a final project
inspection with the Owner and Contractor, prepare a punch list, review final project closeout documents,
and submit the final pay request.
A.2 On -Site Resident Project Representative Services
Garver will provide full-time Resident Project Representative (RPR) services for the 85-calendar-day
construction contract performance time. The proposed fee is based on observation services by a Senior
Construction Observer (C-3) at approximately 40 hours per week during the construction contract
performance time for all phases of work excluding the primary runway closure phase (Phase 2A). During
the 16-day Phase 2A runway closure, Garver will provide full-time Resident Project Representative (RPR)
services by a Senior Construction Observer (C-3) at approximately 10 hours per day and a Construction
Observer (C-1) at approximately 10 hours per day. If the construction time extends beyond the time
established in this agreement or if the Owner wishes to increase the time or frequency of the observation,
the Owner will pay Garver an additional fee agreed to by the Owner and Garver. All RPR personnel shall
have the appropriate experience and qualifications.
During the construction period, Garver's RPR will provide or accomplish the following:
1. Consult with and advise the Owner during the construction period. Garver will submit, when
requested by the Owner, written reports to the Owner on the progress of the construction including
any problem areas that have developed or are anticipated to develop. In addition, Garver shall
supply to the Owner such periodic reports and information as may be required by the FAA
2. As necessary, conduct safety meetings with the Contractor.
3. Coordinate with the firm providing construction materials quality assurance testing. Coordinate
with this firm to ensure that all material tests required for construction are scheduled and
accomplished in a manner that will not delay the Contractor unnecessarily and will meet
specification requirements as to location and frequency.
4. Perform intermediate inspections in advance of the final inspection.
5. Maintain a file of quantities incorporated into the work, test reports, certifications, shop drawings
and submittals, and other appropriate information.
Exhibit A-03 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211
gVER
5. Maintain a file of quantities incorporated into the work, test reports, certifications, shop drawings
and submittals, and other appropriate information.
6. In accordance with FAA AC 150/5370-12A, maintain a project diary which will contain information
pertinent to each site visit.
7. Administer the "Construction Management Plan" prepared by Garver.
8. Monitor the contractor's conformance to the approved construction safety and phasing plan.
9. Prepare a Construction Materials Quality Control Summary. At a minimum, the summary shall
include a list of all tests performed showing the date, location, pass or fail, results of retests, and
whether the test is eligible or ineligible under the A.I.P. program. The Summary will include a
certification that all testing was completed in accordance with the "Construction Management Plan."
10. Provide up to 20 hours of survey crew time for field checking quantities, contractor's layout, etc.
In performing construction observation services, Garver will endeavor to protect the Owner against defects
and deficiencies in the work of the Contractor(s); but Garver does not guarantee the performance of the
Contractor(s), nor is Garver responsible for the actual supervision of construction operations. Garver does
not guarantee the performance of the contracts by the Contractors nor assume any duty to supervise safety
procedures followed by any Contractor or subcontractor or their respective employees or by any other
person at the job site. However, if at any time during construction Garver observes that the Contractor's
work does not comply with the construction contract documents, Garver will notify the Contractor of such
non-compliance and instruct him to correct the deficiency and/or stop work, as appropriate for the situation.
Garver will also record the observance, the discussion, and the actions taken. If the Contractor continues
without satisfactory corrective action, Garver will notify the Owner immediately, so that appropriate action
under the Owner's contract with the Contractor can be taken.
A.3 Materials Testing Services
Through a Subconsultant, Garver shall provide the quality assurance testing for the project as required by
the Plans and Specifications in accordance with FAA and the Owner's requirements.
A.4 Project 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 90 days of the final payment to the Contractor. Garver will also update
the airport's ALD to show the completed project as "existing" and coordinate the submission of the updated
ALD through OE/AAA.
A.5 Project Deliverables
The following deliverables will be submitted to the parties identified below. Unless otherwise noted below,
all deliverables shall be electronic.
1. Issued for Construction Plans and Specifications to the Owner, Contractor, and FAA.
a. Three hard copies to the Contractor
b. One hard copy set to the Owner
c. Electronic copy to the FAA
2. Electronic Construction Management Plan to the Owner and FAA
3. Electronic approved submittals to the Contractor.
4. Electronic Record Plans and Specifications to the Owner and FAA.
5. Other electronic files as requested.
Exhibit A-03 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211
A.6 Additional Services
The following items are not included under this agreement but will be considered as additional services to
be added under Amendment if requested by the Owner.
1. Submittals or deliverables beyond those listed herein.
2. Services after construction, such as warranty follow-up, operations support, and Part 139
inspection support.
A.7 Schedule
Garver shall begin work under this Agreement upon execution of this Agreement and shall complete the
work within a mutually agreeable schedule with the Owner.
Exhibit A-03 — Scope of Services
FYV Runway Pavement and Lighting Rehabilitation (CPS) Garver Project No. 21A13211
CARVER
Exhibit B-03
Runway Pavement and Lighting Rehabilitation
Fayetteville - Drake Field
Garver Hourly Rate Schedule: July 2021 - June 2022
Classification
Rates
Engineers / Architects
E-1..............................................................................
$ 37.82
E-2..............................................................................
$ 42.64
E-3..............................................................................
$ 52.85
E-4..............................................................................
$ 65.26
E-5..............................................................................
$ 75.76
E-6..............................................................................
$ 93.11
E-7..............................................................................
$ 123.81
Planners / Environmental Specialist
P-1..............................................................................
$ 45.55
P-2..............................................................................
$ 57.26
P-3..............................................................................
$ 71.18
P-4..............................................................................
$ 79.57
P-5..............................................................................
$ 91.98
P-6..............................................................................
$ 105.01
P-7..............................................................................
$ 126.90
Designers
D-1..............................................................................
$ 35.31
D-2..............................................................................
$ 41.24
D-3..............................................................................
$ 49.22
D-4..............................................................................
$ 57.26
Technicians
T-1...............................................................................
$ 27.58
T-2...............................................................................
$ 34.94
T-3..............................................................................
$ 42.61
Surveyors
S-1..............................................................................
$ 16.97
S-2..............................................................................
$ 22.33
S-3..............................................................................
$ 30.06
S-4..............................................................................
$ 43.18
S-5..............................................................................
$ 57.26
S-6..............................................................................
$ 65.14
2-Man Crew (Survey).......................................................
$ 65.51
3-Man Crew (Survey).......................................................
$ 82.48
2-Man Crew (GPS Survey) ...............................................
NA
3-Man Crew (GPS Survey) ...............................................
NA
Construction Observation
C-1..............................................................................
$ 33.31
C-2..............................................................................
$ 42.87
C-3..............................................................................
$ 52.48
C-4..............................................................................
$ 64.50
Management/Administration
M-1
$ 126.90
X-1..............................................................................
$ 21.65
X-2..............................................................................
$ 29.42
X-3..............................................................................
$ 40.97
X-4..............................................................................
$ 52.27
X-5..............................................................................
$ 64.09
X-6..............................................................................
$ 79.31
X-7..............................................................................
$ 95.48
Agreement for Professional Services
Fayetteville - Drake Field Garver Project No. 21A13211
Exhibit B-03
Runway Pavement and Lighting Rehabilitation
Fayetteville - Drake Field
CONSTRUCTION ADMINISTRATION SERVICES
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
T-2
C-4
C-3
C-1
$75.76
$65.26
$52.85
$42.64
$34.94
$64.50
$52.48
$33.32
hr
hr
hr
hr
hr
hr
hr
hr
1. Construction Administration
A.1.1 Issued for Construction (IFC) Documents
1
2
6
A.1.2 SWPPP Development and ADEQ Coordination
1
8
8
A.1.3 Construction Management Plan
1
8
A.1.4 Submittals
4
10
10
A.1.5 Notice to Proceed & Preconstruction Meetings
6
8
8
A.1.6 Progress Meetings (26)
10
65
A.1.7 Owner Coordination
10
20
10
A.1.8 RFIs
10
16
A.1.9 Progress Payments
5
10
10
A.1.10 Payroll Reviews
5
5
16
A.1.12 Record Drawings
2
6
20
A.1.13 Change Orders
6
10
A.1.14 Final Inspection
10
10
35
Subtotal - Construction Administration
0
50
152
85
50
0
35
0
Hours
0
50
Salary Costs
$0.00
$3,263.00
SUBTOTAL - SALARIES:
$18,504.40
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD:
$34,684.65
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$107.60
Postage/Freight/Courier
$0.00
Travel Costs (50 Trips @ 25mi/trip)
$725.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$832.60
SUBTOTAL:
$54, 021.65
SUBCONSULTANTS FEE:
$0.00
PROFESSIONAL FEE
$7,978.36
TOTAL FEE:
$62,000.00
152 85 50 0 35 0
$8,033.20 $3,624.40 $1,747.00 $0.00 $1,836.80 $0.00
Exhibit B-03
Runway Pavement and Lighting Rehabilitation
Fayetteville - Drake Field
ON -SITE CONSTRUCTION OBSERVATION SERVICES
WORK TASK DESCRIPTION
C-3
C-2
C-1
S-5
S-4
2-Man Crew
(Survey)
$52.48
$42.87
$33.32
$57.26
$43.18
$65.51
hr
hr
hr
hr
hr
hr
1. Construction Observation
Resident Construction Observation - Phase 1 and
Phase 2B (10 weeks @ 40hr/week)
400
Resident Construction Observation - Phase 2A
(16 days @ 10hr/day)
160
160
Survey (Field Check Quantities; Layout; etc.)
4
8
20
Subtotal - Construction Observation
560
0
160
4
8
20
Hours
560 0 160 4 8 20
Salary Costs $29,388.80 $0.00 $5,331.20 $229.04 $345.44 $1,310.20
SUBTOTAL - SALARIES: $36,604.68
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD: $68,611.81
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $251.03
Supplies $300.00
Travel Costs (100 Trips @ 25mi/trip) $1,450.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $2,001.03
I--1113Itel /_1 Ri
SUBCONSULTANTSFEE:
PROFESSIONAL FEE
TOTAL FEE:
$107,217.52
$0.00
$15,782.47
$123,000.00
Exhibit B-03
Runway Pavement and Lighting Rehabilitation
Fayetteville - Drake Field
MATERIALS TESTING SERVICES
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
T-2
C-4
C-3
C-1
$75.76
$65.26
$52.85
$42.64
$34.94
$64.50
$52.48
$33.32
hr
hr
hr
hr
hr
hr
hr
hr
1. Materials Testing
Coordination with Materials Testing Firm
8
15
Review Test Results
12
25
Subtotal - Materials Testing
0
20
0
40
0
0
0
0
Hours
0
20
Salary Costs
$0.00
$1,305.20
SUBTOTAL - SALARIES:
$3,010.80
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD:
$5,643.44
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$47.62
Postage/Freight/Courier
$0.00
Travel Costs
$0.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$47.62
SUBTOTAL: $8,701.86
SUBCONSULTANTS FEE (GHBW): $30,000.00
PROFESSIONAL FEE $1,298.14
TOTAL FEE: $40,000.00
0 40 0 0 0 0
$0.00 $1,705.60 $0.00 $0.00 $0.00 $0.00
Exhibit B-03
Runway Pavement and Lighting Rehabilitation
Fayetteville - Drake Field
PROJECT CLOSEOUT SERVICES
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
T-2
C-4
C-3
C-1
$75.76
$65.26
$52.85
$42.64
$34.94
$64.50
$52.48
$33.32
hr
hr
hr
hr
hr
hr
hr
hr
1. Closeout
Final Construction Report
2
20
Final Reconciliation Change Order
2
5
FAA Closeout Documents
2
5
5
Final Record Drawings
1
5
15
Subtotal - Closeout
0
7
30
10
15
0
0
0
Hours 0 7 30 10 15 0 0 0
Salary Costs $0.00 $456.82 $1,585.50 $426.40 $524.10 $0.00 $0.00 $0.00
SUBTOTAL - SALARIES: $2,992.82
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD: $5,609.74
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $107.05
Postage/Freight/Courier $0.00
Travel Costs $0.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $107.05
SUBTOTAL: $8,709.61
SUBCONSULTANTS FEE: $0.00
PROFESSIONAL FEE $1,290.38
TOTAL FEE: $10,000.00
TRACT "D"
(9.40 AC.)
n O
O
a
�I p
v� \
oa
-0
-�
0
II 1f
I
-0
_ o
TRACT "N"
FEE SIMPLE
(6.22 Al
00
NEW
too on
dop
061
TRACT "B"
21
(FEE SIMPLE) (37.48 AI
71
TRACT "M"
FEE SIMPLE
(7.8 AC.)
Rl j 6 END
TRACT "A1"
FEE SIMPLE
(10.9 Al
I
I
-
TRACT "A"
- -��
(FEE SIMPLE) (540.68 Al
EZT'INGLOCALIZER
CRITICAL AR
- -
- - - - - - 1
BRL
ARC
R°FP ff1�
/
� I
I
E SLOPE CRITICAL
GLIDE
z D � o---
s
-�-----------
J GLIDILIBLO@
i
- - -
ASOS
ASOS
� ••- o R°FA
RUNWAY 16 `;• A
HDOWN ZONE
EL. 1251.3' RSA - RSA -w�°Fz
�z U,
'FA%WIRY-A.. 0
4
-RSA
___LAT-N 36'00'47.48'
LON W 9410'19.21"
(HIGH POINT
•
•
•
-�A
- - - - - - - - - -SRL
UTURE RUN; oFz
/
LDA CRITICAL-LDA CRITICAL AREAR�A RSA6'
LDA m XISTINGIOU
1
ROFp SA �
Z
OFz
OFT -
O WFZ RSA
RSA_
❑� 1 R L AD16
Iyl
1700' ARKAN� ' - /� C�
� `//
8 l
C3 LOLA
C::� no z
❑0. o
o v
8 0 0 TRACT N ° TRACT "L"
113 FEE SIMPLE b
0 0 (16.84 AC.) ❑ FEE SIMPLE
(0.36 Al
D a �°
TRACT "K"
FEE SIMPLE
(3.36 AC.)
LAND
PARCEL
DATA
TRACT
INTEREST
ACRES
DATE
FEDERAL
GRANT NUMBER
A
FEE SIMPLE
522.32
1930
CITY OF FAYETTEVILLE
GENERAL
OBLIGATION BONDS
$
FEE SIMPLE
37.48
1990
AIP
3-05-0020-11
C
FEE SIMPLE
16.84
1990
AIP
3-05-0020-11
D
AVIGATION EASEMENT
9.40
1990
AIP
3-05-0020-11
E
AVIGATION EASEMENT
56.14
1990
AIP
3-05-0020-11
F
AVIGATION EASEMENT
38.27
1990
AIP
3-05-0020-11
G
AVIGATION EASEMENT
56.23
1990
AIP
3-05-0020-11
H
AVIGATION EASEMENT
49.35
1990
AIP
3-05-0020-11
l
AVIGATION EASEMENT
29.31
1990
AIP
3-05-0020-11
J
OBSTRUCTION LIGHTING EASEMENT
4.16
1990
AIP
3-05-0020-11
Al
FEE SIMPLE
10.96
1982
AIP
3-05-0020-02
A2
FEE SIMPLE
3.23
1985
AIP
3-05-0020-07
A3
FEE SIMPLE
4.17
1995
AIP
3-05-0020-15
K
FEE SIMPLE
3.36
2010
AIP
3-05-0020-37
L,
FEE SIMPLE
0.36
2009
AIP
3-05-0020-37
M
FEE SIMPLE
7.8
2010
AIP
3-05-0020-37
N
FEE SIMPLE
6.22
1993
AIP
3-05-0020-15
LDA RSA ffzof
0
-RSA
� � N 4895'� FUTV_.___
3. 50'
1.00 7k w
tlFZ
RSA ems.` I 9a _ I
U'D IRA
u /A
I I�
■ ♦ D/ r
O
m
o �
0 �
TRACT "J"
0 TRUCTION LIGHTING EASEMENT
O
f/
TRACT 'l
FEE SIMPLE
(3.23 Al
* ACREAGE TOTALS NOT SURVEYED
TRACT 'l
FEE SIMPLE
(4.17 AC.)
0 250' 500' 00 1000, 1500'
GRAPHIC SCA FE
0
0
FUTURE RUNWAY 34 END f
EL. 1237.2' UTURE DEPARTURE ILAT. N 35'59'39.49" 500' x 1700' x 1010'
LON. W 94' 10'02.87"
XISTING LOCALIZER
50
�) UTURE LOCALIZE
J
RRL UTURE
aRL
ISTING RUNWAY 34 END A XISTING RPZ
FUTURE DISPLACED THRESHOLD 500' x 1700' x 1010'
EL. 1237.2'
LAT N 35'59'49.20"
LON. W 94'10'05.20"
(LOW POINT)
� I
1
p
J�
L1
TRACT "1"
AVIGATION EASEMENT
(29.31 Al
.AL AREA
EXISTING
FUTURE
AIRPORT ELEVATION (AMSL) NGS 405 (NAND 88)
1251.3'
SAME
AIRPORT REFERENCE POINT (ARP) NGS 405 (NAD 83)
L -. 4' 1 ' 1 '. 1"
AIRPORT REFERENCE CODE
C-II
SAME
NPIAS CATEGORY
GA
SAME
MEAN MAX. TEMPERATURE (HOTTEST MONTH)
89.3'
SAME
TAXIWAY LIGHTING
MITL
SAME
TAXIWAY MARKING
CENTERLINE
SAME
AIRPORT & TERMINAL NAVAIDS
LDA,LOCALIZER
LDAGPSL0CAL1ZEfi
NO.
DESCRIPTION
DATE
1
GENERAL REVISION
7/2011
2049 E. Joyce Blvd.
Suite. 400
Fayetteville, AR 72703
(479) 527-9100
z
_O
d
0
C0
LLI
0
II
r
i
LU
Of
0
J
LU
ILL
LU
Z
�
Q
0
�
Z)
LU
0
Q
J
>
LL1
LLj
J
F-
Lu
LLI
LU
Q
}
ILL
LL
Q
AIRFIELD PROPERTY
MAP (EXHIBIT A)
JOB NO.: XXXX
DATE: OCT. 2018
DESIGNED BY:
DRAWN BY:
BAR IS ONE INCH ON
ORIGINAL DRAWING
0 1,
IF NOT ONE INCH ON
THIS SHEET, ADJUST
SCALES ACCORDINGLY.
DRAWING NUMBER
SHEET
NUMBER