Loading...
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