Loading...
HomeMy WebLinkAbout34-23 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 34-23 File Number: 2023-358 GRANT APPLICATION FOR AIRPORT MASTER PLAN UPDATE AT DRAKE FIELD: A RESOLUTION TO AUTHORIZE THE APPLICATION FOR A FEDERAL AVIATION ADMINISTRATION GRANT IN THE AMOUNT OF $374,729.00 TO FUND 90% OF THE COSTS FOR A PROPOSED AIRPORT MASTER PLAN UPDATE 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 $374,729.00 to fund 90% of project costs for a proposed Airport Master Plan Update at Drake Field Airport. PASSED and APPROVED on February 7, 2023 Page 1 Attest: .�•.'�.•' Ciro ••R�''- Kara Paxton, City Clecrlk Treasu er : �A y, CITY OF W41iFAYETTEVILLE ARKANSAS MEETING OF FEBRUARY 7, 2023 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Jared Rabren, Airport Director DATE: SUBJECT: RECOMMENDATION: CITY COUNCIL MEMO 2023-358 Staff requests approval for the Aviation Division to submit an FAA planning study grant application to fund 90% of project costs for a proposed Airport Master Plan Update at Fayetteville — Drake Field. BACKGROUND: An Airport Master Plan is a federally funded study which will guide the City of Fayetteville in decision making for airport development over the short-, medium-, and long-term. The AMP will inventory existing airport facilities and their condition, determine existing and future activity trends, and identify development projects to satisfy both existing and future demand. The AMP will perform an alternatives analysis to determine the most optimal uses of airport land to support potential aeronautical and non -aeronautical activities. Also included in this study will be an evaluation of existing airport utilities, drainage, and obstructions to airspace. The last Airport Master Plan was conducted in 2006. The FAA generally recommends the update of this plan every 10 years. DISCUSSION: This project is included on the Airport's 5-year Capital Improvement Plan (CIP) and is programmed for a FAA AIP grant in FY 2023. Upon receipt of an FAA grant offer in Spring 2023, the Aviation Division will seek approval from Council to execute the grant offer and execute Task Order 06 with Garver, LLC. All costs associated with Task Order 06 are included in the FAA grant application. The FAA AIP grant will cover 90% of project costs. The Aviation Division will submit a grant application to the ADA for reimbursement of the remaining 10% of project costs at the conclusion of the study. Any development recommendations created as a result of this study will be subject to future funding availability. Below is a summary of the anticipated costs and funding breakdown for the project. Federal FY 2023 — Airport Master Plan Administration and Other Costs* $3,000.00 Garver Task Order 06 (Planning Study): $413,366.00 TOTAL: $416,366.00 *Amount is estimated at this time. 2023. BUDGET/STAFF IMPACT: Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 FAA: $374,729.00 ADA: $41,637.00 City: $0.00 TOTAL: $416,366.00 www.fayetteville-ar.gov The Aviation Division may expend up to $141,637 of its fund balance reserve. This amount includes $100,000 for cash -flow to cover the FAA's 90% share of billed invoices until monthly reimbursement is issued, and $41,637 for cash -flow to cover the AAA's share until reimbursement at the end of the project. ATTACHMENTS: Airport Master Plan Update SRF, FYV AMP FAA Grant Application Package - Reduced Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 - Legislation Text File #: 2023-358 A RESOLUTION TO AUTHORIZE THE APPLICATION FOR A FEDERAL AVIATION ADMINISTRATION GRANT IN THE AMOUNT OF $374,729.00 TO FUND 90% OF THE COSTS FOR A PROPOSED AIRPORT MASTER PLAN UPDATE 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 $374,729.00 to fund 90% of project costs for a proposed Airport Master Plan Update at Drake Field Airport. Page 1 Jared Rabren Submitted By City of Fayetteville Staff Review Form 2023-358 Item ID 2/7/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/17/2023 AIRPORT SERVICES (760) Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to submit an FAA planning study grant application to fund 90% of project costs for a proposed Airport Master Plan Update at Fayetteville — Drake Field. Account Number Project Number Budgeted Item? No Does item have a direct cost? No Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: Fund Project Title Total Amended Budget $ - Expenses (Actual+Encum) $ - Available Budget Item Cost $ - Budget Adjustment $ - Remaining Budget V20221130 Previous Ordinance or Resolution # Approval Date: CITY OF FAY ETT Elf I LLE ARKANSAS January 17, 2023 Federal Aviation Administration Attn: Ms. Phuong Tran 10101 Hillwood Parkway Fort Worth, TX 76177 Re: Fayetteville — Drake Field Master Plan Update (Planning) FAA Grant Application (3-05-0020-055-2023) Dear Ms. Tran: We are pleased to submit our application for a FY 2023 planning grant for our Master Plan Update project. If you have any questions regarding the application, please feel free to contact me or Kyle Bennett with Garver. Sincerely, Jared Rabren Airport Director City of Fayetteville Attachments: SF 424 Application FAA Form 5100-100 Sponsor Certifications Record of Negotiations Engineering Contract Exhibit A — Airport Property Map View Burden Statement OMB Number. 4040-0004 Expiration Date: 12/31/2022 Application for Federal Assistance SF-424 * 1. Type of Submission: O Preapplication Application O Changed/Corrected Application * 2. Type of Application: * If Revision, select appropriate lefter(s): (�) New O Continuation * Other (Specify): O Revision * 3. Date Received: 4. Applicant Identifier: O1/12/2023 FEY 5a. Federal Entity Identifier: 5b. Federal Award Identifier: 3-05-0020-055-2023 State Use Only: 6. Date Received by State: 7. State Application Identifier: 8. APPLICANT INFORMATION: a. Legal Name: City of Fayetteville * b. Employer/Taxpayer Identification Number (EIN/TIN): * c. UEI: JNDMR71 AKHT3 71-6018462 d. Address: Street1: 4500 S School Avenue Street2: * City: Fayetteville County/Parish: * State: AR: Arkansas Province: `Country: USA: UNITED STATES Zip / Postal Code: 72701-8016 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: Mr. * First Name: Middle Name: Jared * Last Name: Rabren Suffix: Title: Aviation Director Organizational Affiliation: City of Fayetteville Aviation Division, Drake Field, KFYV * Telephone Number: 479-718-7642 Fax Number: 479-718-7646 *Email: jrabren@fayetteville-ar.gov Application for Federal Assistance SF-424 * 9. Type of Applicant 1: Select Applicant Type: 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: * 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: Airport Master Plan Attach supporting documents as specified in agency instructions. View Attachments Application for Federal Assistance SF-424 16. Congressional Districts Of: * a. Applicant PRR-Do3 " b. Program/Project AR-003 Attach an additional list of Program/Project Congressional Districts if needed. Add Attachment Delete Attachment ViewAttachment 17. Proposed Project: *a. Start Date: D9/O1/2023 "b.EndDate: iD9/O1/2024 18. Estimated Funding ($): * a. Federal 374, 729.00 * b. Applicant 0.001 * c. State 41, 637.001 * d. Local 0.00 * e. Other 0.001 "f. Program Income 1 0.00 "g.TOTAL 416,366.00 * 19. Is Application Subject to Review By State Under Executive Order 12372 Process? 0 a. This application was made available to the State under the Executive Order 12372 Process for review on - Q b. Program is subject to E.O. 12372 but has not been selected by the State for review. Q c. Program is not covered by E.O. 12372. * 20. Is the Applicant Delinquent On Any Federal Debt? (If "Yes," provide explanation in attachment.) Q Yes Q No If "Yes", provide explanation and attach Add Attachment Delete Attachment I View Attachment 21. *By signing this application, I certify (1) to the statements contained in the list of certifications** and (2) that the statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances** and agree to comply with any resulting terms if I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 218, Section 1001) ✓❑ ** I AGREE ** 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: I Honorable * First Name: iLioneld Middle Name. * Last Name: .Jordan i Suffix: Title Mayor, City of Fayetteville *Telephone Number: 479-575-8330 Fax Number: *Email: 1 J ordan@ fayetteville-ar . gov * Signature of Authorized Representative: " Date Signed: I I r^ U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 Federal Aviation Administration EXPIRATION DATE: 6/30/2023 Application for Federal Assistance (Planning Projects) Part II — Project Approval Information Section A — Statutory Requirements The term "Sponsor" refers to the applicant name as provided in box 8 of the associated SF-424 form. Item 1 ❑X Yes ❑ No Does Sponsor maintain an active registration in the System for Award Management (www.SAM.gov)? Item 2 ❑X Yes ❑ No ❑ N/A Can Sponsor commence the work identified in the application in the fiscal year the grant is made or within six months after the grant is made, whichever is later? Item 3 Are there any foreseeable events that would delay completion of the project? If yes, ❑ Yes ❑X No ❑ N/A provide attachment to this form that lists the events. Item 4 Is the project covered by another Federal assistance program? If yes, please identify other ❑ Yes ❑X No ❑ N/A funding sources by the Catalog of Federal Domestic Assistance (CFDA) number. CFDA: Item 5 Will the requested Federal assistance include Sponsor indirect costs as described in 2 CFR ❑ Yes ❑X No ❑ N/A 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 VI I) Note: Refer to the instructions for limitations of application associated with claiming Sponsor indirect costs. FAA Form 5100-101 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 4 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 5100-101 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 4 Part III — Budget Information Section A - Budget Summary Grant Program (a) Federal Catalog No (b) New or Revised Budget Federal (c) Non -Federal (d) Total (e) 1. Airport Improvement Program 20-106 $ 372,029 $ 41,337 $ 413,366 2. Airport Admininstration and IFE 2,700 300 3,000 3. TOTALS $ 374,729 $ 41,637 $ 416,366 Section B — Budget Categories (All Grant Programs) 4. Object Class Categories Airport Improvement Program (1) Other Program (2) Total Amount Adjustment + or (-) Amount (Use only for revisions) Amount Adjustment + or (-) Amount (Use only for revisions) a. Administrative expense $ 2,700 $ $ $ $ 2,700 b. Airport Planning 372,029 372,029 c. Environmental Planning d. Noise Compatibility Planning e. Subtotal 374,729 374,729 f. Program Income g. TOTALS (line a minus line f) $ 374,729 $ $ $ $ 374,729 Section C — Non -Federal Resources Grant Program (a) Applicant (b) State (c) Other Sources (d) Total (e) 5. Administrative Expenses (IFE and Admin) $ 300 $ $ $ 300 6. Airport Planning 41,337 41,337 7. TOTALS $ 41,637 1 $ I $ $ 41,637 Section D — Forecasted Cash Needs Source of funds Total for Project 1st Year 2"d Year 3`d Year 4th Year 8. Federal $ 374,729 $ 187,364 $ 187,365 $ $ 9. Non -Federal 41,637 20,818 20,819 10. TOTAL $ 416,366 $ 208,182 $ 208,184 $ $ Section E — Other Budget Information 11. Other Remarks: (attach sheets if necessary) "Non-federal share will be funded by an Arkansas Department of Aeronautics grant. FAA Form 5100-101 (8/20) SUPERSEDES PREVIOUS EDITION Page 3 of 4 Part IV - Program Narrative (Suggested Format) PROJECT: Airport Master Plan AIRPORT: Fayetteville - Drake Field Airport (FYV) 1. Objective: During the proposed project all existing airside and landside features of the Airport will be inventoried and assessed. A multifaceted plan for future development at FYV will be formulated based on forecasted demands and with the input of all Airport stakeholders. The plan will feature a schedule for all proposed improvements as well as detailed and feasible financial plans for achievement of each improvement. 2. Benefits Anticipated: Completion of the proposed project will provide FYV with a blueprint for future development that is based on quantifiable data derived through assessment of the local market and current trends in aviation. 3. Approach: (See approved Scope of Work in Final Application) The master planning process will begin with an in-depth analysis of the Airport's existing features and their current and future foreseen uses. This process will involve extensive inspection of FYV and interviewing of its stakeholders. Following this inventory process, analysis of current operations at FYV with reference to current and foreseeable market trends will be conducted. The findings of this analysis process will be used to derive aviation activity forecasts for FYV. Future facility requirements will then be determined based on the aviation activity forecasts. During this phase the efficacy of the existing facilities at FYV in catering to future forecasted activity will be assessed and development objectives will be formulated based on inadequacies identified in the existing infrastructure. Financial plan 4. Geographic Location: 4500 South School Ave, Fayetteville, AR 72701-8016 5. If Applicable, Provide Additional Information: 6. Sponsor's Representative: (include address & telephone number) Mr. Jared Rabren, Airport Director 4500 South School Ave Fayetteville, AR 72701 FAA Form 5100-101 (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 Drug -Free Workplace Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville Airport - Drake Field Project Number: 3-05-0020-055-2023 Description of Work: Airport Master Plan 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 Airport - Drake Field Address: 4500 South School Avenue, Fayetteville, AR 72701-8016 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 Sponsors Authorized Official: Honorable Liuneld Jordan Title of Sponsors Authorized Official: Mayor, City f Fayette Ile Signature of Sponsors Authorized Official: I declare under penalty of perjury that the foregoing is nd cared. I understand that knowingly and willfully providing false information to the federal gov ment is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-130 (8I20) SUPERSEDES PREVIOUS EDITION Page 3of 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 Fayetteville Airport: Fayetteville Airport - Drake Field Project Number: 3-05-0020-055-2023 Description of Work: Airport Master Plan 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). ❑ Yes ❑ No 0 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 §200.3180)); b. A ceiling price that the consultant exceeds at their risk (2 CFR §200.3180)); and c. A high degree of oversight that assures consultant is performing work in an efficient manner with effective cost controls in place 2 CFR §200.3180)). ©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)). 19 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: Honorable oneld Jordan Title of Sponsors Authorized Official: Mayor, C r�Fayette le Signature of Sponsors Authorized Official: 1 declare under penalty of perjury that the foregoing is tru d correct. I understand that knowingly and willfully providing false information to the federal gove ant is 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 4W 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 Airport - Drake Field Project Number: 3-05-0020-055-2023 Description of Work: Airport Master Plan 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)). 0 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). © Yes ❑ No Attach documentation clarifying any above item marked with "no" response. Sponsor's Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have the explanation for any Item marked "no" is correct and complete. Executed on this day of Name of Sponsor: City of Fayetteville Name of Sponsors Authorized Official: Honorable Lioneld Jordan Title of Sponsor's Authorized Official: Mayor, City of ayedeville Signature of Sponsor's Authorized Official: I declare under penalty of perjury that t e foregoing is t nd correct. ) 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 5100-135 (8120) SUPERSEDES PREVIOUS EDITION Page 2 of 2 ENGINEERING SERVICES RECORD OF NEGOTIATION Fayetteville — Drake Field Master Plan Update (Planning) Anticipated A.I.P. Grant: 3-05-0020-055-2023 Engineering Contract • On October 5, 2022, Jared Rabren, City of Fayetteville, requested a scope of services from Garver for planning services for a "Master Plan Update" project. • On November 3, 2022, Garver sent a scope of services for the "Master Plan Update" project to Jared Rabren to review. The Airport approved the scope of services and submitted the scope to Phuong Tran, FAA for review on November 3, 2022. • On November 14, 2022, Phuong Tran, FAA sent an email to Jared Rabren providing comments regarding the proposed scope of services. • On November 15, 2022, Garver submitted a revised scope of services for the "Master Plan Update" project to Jared Rabren and Phuong Tran, FAA for review. • On November 15, 2022, Phuong Tran, FAA sent an email to Jared Rabren noting that FAA had no comments on the revised scope of services. • The sponsor utilized Parrish & Partners of Charlotte, NC to perform an independent fee estimate (IFE). The IFE was completed on January 13, 2023. A copy of the IFE is attached to this document. The results of the IFE are as follows: Master Plan Update (IFE) - $397,791.40 • Garver submitted a contract to the sponsor on January 20, 2023. A copy of the contract submission is included in the grant application. Garver's total contract fee is as follows: Master Plan Update (Garver) - $413,366.00 • The submitted contract was within 10 percent of the IFE. The negotiations were conducted in good faith to ensure the fees are fair and reasonable. PARRIS H&PARTN E RS 6701 CARMEL ROAD, SUITE 210 • CHARLOTTE, NC • 28226 1 0: 980.819.0490 • F: 980.819.0491 PARRISHANDPARTNERS.COM January 13, 2023 via e-mail Jared M. Rabren, Airport Director City of Fayetteville 4500 S. School Ave. Fayetteville, AR 72701 jrabren@fayetteville-ar.gov Re: Independent Fee Estimate (IFE) Airport Master Plan Drake Field (FYV) Dear Jared: As requested, Parrish and Partners has prepared an Independent Fee Estimate (IFE) for the above referenced project using the following, previously provided scope documents and information: 1. Scope of Services — "Appendix A-07" — received via email 11/21/22 2. Fee Spreadsheet w/Work Task Descriptions — received via email 11/21/22 3. FYV ACIP 2023-2028 (signed) — received via email 12/6/22 The results of our evaluation are summarized on the attached "IFE — FEE SUMMARY" page. We prepared estimated fees for each of the Nine Service Elements listed in the Exhibit B-07 spreadsheet provided to us, which included scope elements and tasks referenced in the provided Scope of Services (SOS). As seen in the summary, the total estimated fee for All Services is $397,791.40. As per the current guidelines, if a consultant's proposed fee is within 10% of the independent fee estimate, that fee is typically considered fair and reasonable. Please keep in mind, some funding agencies may conduct a separate review of the proposed fees or have additional guidelines or requirements. Mr. Jared Rabren January 13, 2023 Page 2 of 2 The following assumptions have been made in preparation of the IFE: • Activity/Task line items listed per provided documents, utilizing the provided fee spreadsheet • Direct and Reimbursable expenses were estimated based on previous fees from similar projects which has been found to be approximately 5% of the labor costs. • The provided spreadsheet included multiple labor classifications, described with letters and numbers. We are not aware of those designations, therefore our fee is based on seven labor classifications, as described in the header for each column. • Although the provided spreadsheet included input locations for Overhead, Profit, etc., the billing rates we included for evaluation are "fully loaded". Therefore, the billing rates include overhead, profit, and fee. We greatly appreciate the opportunity to provide continued service to Fayetteville Aviation. If you have any questions or need additional information, please feel free to contact me. Sincerely, J . McCalmont, P.E. Enclosure: Workhour and Fee Summary (Exhibit B-07; IFE — Fee Summary) — 10 pages Exhibit B-07 City of Fayetteville Drake Field Airport Master Plan prepared by: PARRISH&PARTNERS prepared on: 1/12/23 Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant Fee. Service Estimated Fees ELEMENT 1 - PROJECT MANAGEMENT/ADMINISTRATION $ 28,629.00 loverheadl xxxx ELEMENT 2 - INVENTORY OF EXISITING CONDITIONS $ 141,244.00 ELEMENT 3 - AVIATION ACTIVITY FORECASTS $ 29,071.00 Profit I xxxx ELEMENT 4 - FACILITY REQUIREMENTS $ 19,100.00 ELEMENT 5 - DEVELOPMENT ALTERNATIVES $ 59,056.20 ELEMENT 6 - AIRPORT LAYOUT PLAN DEVELOPMENT $ 59,644.20 ELEMENT 7 - AIRPORT CAPITAL IMPROVEMENT PROGRAM / FINANCIAL PLAN $ 27,115.20 ELEMENT 8 - OBSTRUCTION MITIGATION ACTION PLAN $ 17,493.00 ELEMENT 9 - FINAL DOCUMENTATION $ 16,438.80 Total All Services $ 397,791.40 * Billing Rates included are inclusive of overhead, profit, etc. Page 1 of 10 Exhibit B-07 City of Fayetteville Drake Field Airport Master Plan ELEMENT 1 - PROJECT MANAGEMENT/ADMINISTRATION Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant PARRISH6VARTNERS Fee. prepared by: prepared on: 1/12/23 Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION Labor Classification Name: P-4 P-3 P-1 E-7 E-5 AM-3 AM-2 Principal Proj Manager Sr. an ner neerl Planner Planner Designer Technician Admin $260.00 $200.00 $180.00 $160.00 $150.00 $100.00 $81.00 hr hr hr hr hr hr hr 1. PROJECT MANAGEMENT/ADMINISTRATION Task 1.1 — Project Kick -Off Meeting - Meeting 1 and Post Meeting Documentation 1 2 2 Task 1.2 — Establish Project Steering Committee, Stakeholder Committee, Stakeholder Coordination Strategy, and Project Website/Stakeholder PSC Establishment and Outreach 1 1 1 2 SC Establishment and Outreach 1 1 1 2 Additional Stakeholder Strategy 1 1 2 Website Development and Administration 2 8 14 12 8 10 Survey Development and Administration 1 1 4 4 Task 1.3 — Initial Site Visit and Interviews Site Visit 16 16 Interviews and Post Interview Documentation 1 4 2 Task 1.4 — Visioning Session - Meeting 1 and Post Meeting Documentation 2 2 Task 1.5 - Project Management and Grant Administration Grant Applications 1 4 Grant Reimbursement Requests 1 6 Quarterly Performance Reports 4 8 Closeout 1 4 General Administration 1 12 4 Coordination with Subconsultants 1 4 Subtotal - 3 50 38 32 0 8 46 Hours 3 50 38 32 0 8 46 Salary Costs $780.00 $10,000.00 $6,840.00 $5,120.00 $0.00 $800.00 $3,726.00 SUBTOTAL - SALARIES: $27,266.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $0.00 " Billing Rates included are inclusive of overhead, profit, etc. DIRECT NON -LABOR EXPENSES Office Supplies/Equipment Travel Costs SUBTOTAL - DIRECT NON -LABOR EXPENSES: $1,363.30 ' 5% of Labor costs esteemed for Direct Expenses SUBTOTAL: $28,629.30 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE TOTAL FEE: $0.00 " Billing Rates included are inclusive of overhead, profit, etc. $28,629.30 Page 2 of 10 Exhibit B-07 City of Fayetteville Drake Field Airport Master Plan ELEMENT 2 - INVENTORY OF EXISITING CONDITIONS PARRISH&PARTNERS Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant Fee. prepared by: prepared on: 1/12/23 Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION Labor Classification Name: P-4 P-3 P-1 E-7 E-5 E-3 E-1 T-1 Principal Proj Manager Sr. Engplanner Planner Designer Technician Admin 180.00erl $180.00 $160.00 $150.00 hr hr hr hr hr hr hr hr 1. ELEMENT 2 — INVENTORY OF EXISTING CONDITIONS Task 2.1 — Initial Documentation Review 2 2 - Historical Projects, Grant History, and Current / Planned Projects 1 - FAA Documentation / Airport Layout Plan 2 - Existing and Planned Airport Activities 2 - National and Statewide Plans 4 - Airport Use (Fuel Sales, Hangar Waitlist, Operations, Based Aircraft) 2 - Financial Data 2 6 - Environmental, Land Use, Topograpgy, and Utilities 1 4 - Data Analysis 1 2 8 4 - Charts and Graphics Task 2.2 — Utility Mapping and Analysis 6 10 - Data Collection, Review, and Mapping Task 2.3 - Airport Drainage Assessment Data Collection 1 4 GIS Data 4 - Historical Flooding Information 2 1 - Review Available As -Built Plans 1 2 - FEMA Floodplain Data 2 - Historical and Statstical Rainfall Data 2 4 2 Existing Conditions 2D Screening Model 1 2 - Internal QA / QC Existing Conditions - Hydrologic Analyses 2 - Review of Current FEMA Data 2 2 4 - Update of Hydrologic Analysis (Statistical and/or Unit Hydrograph Only) Existing Conditions 1D RAS Model 2 4 1 - Ward Slough (West Fork White River) 2 4 1 - Airport Branch 1 2 - Internal CIA / QC 1 2 4 Flood Mapping 2 4 8 Drainage Report Task 2.4 — Prepare Draft Inventory Chapter 1 4 8 - Airfield and Terminal Area 1 2 - Instrument Approaches 2 4 - FBO Building and Hangar Utilization 4 8 - Auto Access and Parking 1 2 - Utilities 1 8 16 8 - Environmental Overview 2 4 8 - Land Use and Controls Task 2.5 - Runway Safety Area Inventory 1 2 - Runway Safety Area Inventory Form Task 2.6 - Aeronautical Survey 1 2 4 8 - Review and Administration of Aeronautical Survey 2 4 4 2 Internal CA / QC Subtotal - ELEMENT 2 — INVENTORY OF EXISTING CONDITIONS 1 2 112 1 61 1 133 1 0 1 41 1 0 1 0 Hours Salary Costs SUBTOTAL - SALARIES: ADMINISTRATIVE OVERHEAD: DIRECT NON -LABOR EXPENSES Office Supplies/Equipment SUBTOTAL - DIRECT NON -LABOR EXPENSES: SUBTOTAL: SUBCONSULTANTS FEE (Aeronautical Survey): PROFESSIONAL FEE TOTALFEE: 2 12 61 133 0 41 0 0 $520.00 $2,400.00 $10,980.00 $21,280.00 $0.00 $4,100.00 $0.00 $0.00 $39,280.00 $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $1,964.00 * 5 % of Labor costs esteemed for Direct Expenses $41,244.00 $100,000.00 $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $141,244.00 Page 3 of 10 Exhibit B-07 City of Fayetteville Drake Field Airport Master Plan ELEMENT 3 - AVIATION ACTIVITY FORECASTS Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant PARRISH&PARTNERS Fee. prepared by: prepared on: 1/12/23 Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION ication Name: P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 Principal Proj Manager Sr. Engineer/ Planner planner Oesig $260.00 $200.00 $180.00 $160.00 $150.00 $100.00 $81.00 hr hr hr hr hr hr hr hr 1. ELEMENT 3 - AVIATION ACTIVITY FORECASTS Task 3.1 — Inventory of Historical and Current Air Traffic Activit, 1 2 2 8 Local TAF / TFMSC Review 1 2 2 4 Hourly / Daily / Monthly Peaking Review 1 4 6 FAA Aerospace Forecast Review 2 4 GAMA Annual Report Review 1 2 4 Emerging Technology Review Task 3.2 - Historical and Forecasted Socioeconomic Factors 1 4 8 Employment and Income Trends 1 2 4 Population Trends 1 2 4 Regional Economic Trends Task 3.3 - Forecasting Interviews 2 2 3 3 - Interviews and Post Interview Documentation Task 3.4 - Prepare Aviation Forecasts 2 4 12 Establish Baseline Forecasts 2 6 16 Derivative Forecasts 1 1 1 2 1 Initial Forecast Review Meeting 1 1 1 2 1 Follow Up Forecast Review Meeting Task 3.5 - Prepare Draft Report 2 4 8 2 - Draft Report Preparation 2 4 2 1 Internal CIA / QC u o a- 6 1 23 40 86 0 0 7 0 Hours Salary Costs SUBTOTAL - SALARIES: LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: DIRECT NON -LABOR EXPENSES Office Supplies/Equipment SUBTOTAL - DIRECT NON -LABOR EXPENSES: 6 23 40 86 0 0 7 0 $1,560.00 $4,600.00 $7,200.00 $13,760.00 $0.00 $0.00 $567.00 $0.00 $27,687.00 $0.00 ` Billing Rates included are inclusive of overhead, profit, etc. $1,384.35 ` 5% of Labor costs esteemed for Direct Expenses SUBTOTAL: $29,071.35 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE TOTAL FEE: $0.00 ` Billing Rates included are inclusive of overhead, profit, etc. $29,071.35 Page 4 of 10 Exhibit B-07 City of Fayetteville Drake Field Airport Master Plan ELEMENT 4 - FACILITY REQUIREMENTS PARRISHc',,PARTNERS prepared by: prepared on: 1/12/23 Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant Fee. Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION Labor Classification Name: Nor P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 2000r_ Principal Proj Manager Sr. Engineer) Planner planner Designer Technician Admin $260.00 $200.00 $180.00 $160.00 $150.00 $100.00 $81.00 hr hr hr hr hr hr hr hr 1. ELEMENT 4 - FACILITY REQUIREMENTS Task 4.1 — Establishing Facility Requirments 1 4 Runway Orientation 1 1 6 Runway Length and Width Analysis 1 1 4 Taxiway System Analysis 2 Runway and Taxiway Safety and Object Free Area Analysis 1 2 Runway Protection Zone Analysis 2 Runway Obstacle Free Zone Analysis 2 Airfield Pavement Strength Analysis 2 Airfield Markings and Lighting Analysis 1 4 Regional Economic Trends Analysis 2 Airport NAVAIDS Analysis 4 Instrument Approach Analysis 1 2 Aircraft Parking Apron Analysis 1 4 Terminal Building Analysis 1 2 FBO Facilities and Amenities Analysis 1 2 4 Aircraft Storage Hangar Analysis 1 2 Automobile Access and Parking Facility Analysis Task 4.2 - Prepare Draft Report and Review Meetings 1 2 6 12 8 Draft Report Preparation 2 2 Meeting 1 and Post Meeting Documentation 1 4 8 4 Internal QC / QC Subtotal - ELEMENT 4 - FACILITY REQUIREMENTS 2 9 25 1 66 1 0 1 0 1 10 1 0 Hours 2 9 25 66 0 0 10 0 Salary Costs $520.00 $1,800.00 $4,500.00 $10,560.00 $0.00 $0.00 $810.00 $0.00 SUBTOTAL - SALARIES: $18,190.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $0.00 " Billing Rates included are inclusive of overhead, profit, etc. DIRECT NON -LABOR EXPENSES Office Supplies/Equipment Travel Costs SUBTOTAL - DIRECT NON -LABOR EXPENSES: $909.50 ' 5% of Labor costs esteemed for Direct Expenses SUBTOTAL: $19,099.50 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $0.00 " Billing Rates included are inclusive of overhead, profit, etc. TOTAL FEE: $19,099.50 Page 5 of 10 Exhibit B-07 City of Fayetteville Drake Field Airport Master Plan ELEMENT 5 - DEVELOPMENT ALTERNATIVES Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant PARRISH&PARTNERS Fee. prepared by: prepared on: 1/12/23 Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION Labor Classification Name: P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 Principal Proj Manager Sr.Planner Planner Designe0000r $260.00 $200.00 $180.00 $160.00 $150.00 $100.00 hr hr hr hr hr hr hr hr 1. ELEMENT 5 - DEVELOPMENT ALTERNATIVES Task 5.1 — Develop Airside Alternatives Analysis and Development of 3 Airside Alternatives 1 2 4 20 24 Preferred Airside Alternative Meeting 2 2 4 2 Task 5.2 - Land Use Planning Alternatives Analysis and Development of 3 Land Use Plan Alternatives 2 4 24 24 Land -Use Alternative Meeting 2 2 4 2 Task 5.3 - Develop Landside/Terminal Alternatives Analysis and Development of 3 Landside/Terminal Alternatives 1 2 6 28 32 Preferred Landside/Terminal Alternative Meeting 2 2 4 2 Task 5.4 - Stakeholder Committee Meeting and Public Workshop SC Meeting 2 2 2 2 Public Workshop 2 2 4 2 Task 5.5 - Environmental Review of Preferred Alternative Environmental Analysis 4 12 32 Agency Coordination 10 6 2 Recycling, Reuse, and Waste Reduction Program 2 8 16 8 2 Task 5.6 - Utility Needs Analysis of Preferred Alternative - Utility Needs Analysis 2 4 8 12 Task 5.7 - Prepare Draft Report - Draft Report Preparation 2 4 12 2 12 Internal CIA / QC 1 4 2 u o a- 3 40 60 142 0 120 24 0 Hours 3 40 60 142 0 120 24 0 Salary Costs $780.00 $8,000.00 $10,800.00 $22,720.00 $0.00 $12,000.00 $1,944.00 $0.00 SUBTOTAL - SALARIES: $56,244.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $0.00 * Billing Rates included are inclusive of overhead, profit, etc. DIRECT NON -LABOR EXPENSES Office Suppplies/Equipment Travel Costs SUBTOTAL - DIRECT NON -LABOR EXPENSES: SUBTOTAL: SUBCONSULTANTS FEE: PROFESSIONAL FEE TOTAL FEE: $2,812.20 * 5% of Labor costs esteemed for Direct Expenses $59,056.20 $0.00 $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $59,056.20 Page 6 of 10 Exhibit B-07 City of Fayetteville Drake Field Airport Master Plan ELEMENT 6 - AIRPORT LAYOUT PLAN DEVELOPMENT PARRISH&PARTNERS prepared by: prepared on: 1/12/23 Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant Fee. Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION P-4 $260.00 P-3 $2 hr P-1 .00 hr E-7 $160.00 hr E-5 $150.00 hr E-4 $100.0hr hr *T-1AM-2 hr 1. ELEMENT 6 -AIRPORT LAYOUT PLAN DEVELOPMENT Task 6.1 - ALP Cover Sheet and Airport Data Sheet 2 4 12 8 Task 6.2 - Airport Layout Drawing - Existing / Ultimate - Existing ALP 4 10 24 - Ultimate ALP 2 4 12 4 Task 6.3 - Airport Airspace & Inner Portion of Approach Sfc. Drawings and Data Table 4 10 20 20 Task 6.4 - Runway Centerline Profile Sheet 2 4 14 10 Task 6.5 - Runway Departure Surface Drawings and Data Tables 2 10 12 18 Task 6.6 - Terminal Area Drawing 8 12 12 24 Task 6.7 - On -Airport Land Use Drawing 4 8 12 18 Task 6.8 - Exhibit A Property Map 10 18 18 30 Internal QC / QC 8 Subtotal - 8 38 80 100 0 164 4 0 Hours Salary Costs SUBTOTAL - SALARIES: LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: DIRECT NON -LABOR EXPENSES Office Supplies/Equipment SUBTOTAL - DIRECT NON -LABOR EXPENSES: SUBTOTAL: SUBCONSULTANTSFEE: PROFESSIONAL FEE TOTAL FEE: 8 38 80 100 0 164 4 0 $2,080.00 $7,600.00 $14,400.00 $16,000.00 $0.00 $16,400.00 $324.00 $0.00 $56,804.00 $0.00 ' Billing Rates included are inclusive of overhead, profit, etc. $2,840.20 ' 5 % of Labor costs esteemed for Direct Expenses $59,644.20 $0.00 $0.00 ' Billing Rates included are inclusive of overhead, profit, etc. $59,644.20 Page 7 of 10 Exhibit B-07 City of Fayetteville Drake Field Airport Master Plan ELEMENT 7 - AIRPORT CAPITAL IMPROVEMENT PROGRAM / FINANCIAL PLAN PARRISH&PARTNERS prepared by: prepared on: 1/12/23 Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant Fee. Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION Classification Name: P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 Principal Proj Manager Sr. Engineer/ Planner Emir Admin $260.00 $200.00 $180.00 $160.00 $150.00 $100.00 $81.00 hr hr hr hr hr hr hr hr 1. ELEMENT 7 -AIRPORT CAPITAL IMPROVEMENT PROGRAM / FINANCIAL PLAN Task 7.1 - Airport Development Program - Identification of Project Prioritization and Phasing 4 8 4 Task 7.2 - Airport Development Probable Costs - Cost Estimate Development 1 8 20 28 12 Task 7.3 - Financial Plan Identification of Funding Sources 2 4 2 AIP Eligibility Analysis 2 4 4 Task 7.4 - Prepare Draft Report - Draft Report Preparation 4 6 12 32 4 Internal QA / QC 2 2 2 Suntotal - tLtMtN I r - AIKNUK I t:AN1 I AL IMF'KUVtMtN I NKUUKAM / FINANCIAL PLAN 3 22 44 50 0 44 4 0 Hours Salary Costs SUBTOTAL - SALARIES: LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: DIRECT NON -LABOR EXPENSES Office Supplies/Equipment SUBTOTAL - DIRECT NON -LABOR EXPENSES: SUBTOTAL: SUBCONSULTANTS FEE (CIP Analysis): PROFESSIONAL FEE TOTAL FEE: 3 22 44 50 0 44 4 0 $780.00 $4,400.00 $7,920.00 $8,000.00 $0.00 $4,400.00 $324.00 $0.00 $25,824.00 $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $1,291.20 * 5 % of Labor costs esteemed for Direct Expenses $27,115.20 $0.00 * Unable to determine scope of this subconsulted effort $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $27,115.20 Page 8 of 10 Exhibit B-07 City of Fayetteville Drake Field Airport Master Plan ELEMENT 8 - OBSTRUCTION MITIGATION ACTION PLAN PARRISH&PARTNERS prepared by: prepared on: 1/12/23 Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant Fee. Rates shown for each Labor Classification are inclusive of overhead, profit, etc. WORK TASK DESCRIPTION Labor Classification Name: P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 Principal Proj Manager Sr. Engineer/ Planner planner Designer Technician Admin $260.00 $200.00 $180.00 $160.00 JhEILO.00 $100.0 hr hr hr hr hr hr hr hr 1. ELEMENT 8 - OBSTRUCTION MITIGATION ACTION PLAN Task 8.1 - Obstruction Mitigation Action Plan - Identification of Critical Obstructions 4 8 16 16 - Potential Mitigation Plan Evaluation 6 10 24 24 ��d Internal CA / QC 1 2 2 Subtotal - ELEMENT 8 - OBSTRUCTION MITIGATION ACTION PLAN 1 12 20 40 0 40 0 0 Hours Salary Costs SUBTOTAL - SALARIES: LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: DIRECT NON -LABOR EXPENSES Office Supplies/Equipment SUBTOTAL - DIRECT NON -LABOR EXPENSES: 1 12 20 $260.00 $2,400.00 $3,60( $16,660.00 40 0 40 0 0 100.00 $0.00 $4,000.00 $0.00 $0.00 $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $833.00 * 5 % of Labor costs esteemed for Direct Expenses SUBTOTAL: $17,493.00 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE TOTAL FEE: $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $17,493.00 Page 9 of 10 Exhibit B-07 City of Fayetteville Drake Field Airport Master Plan ELEMENT 9 - FINAL DOCUMENTATION PARRIS�ERS prepared by: prepared on: 1/12/23 Prepared for use as an Independent Fee Estimate for evaluation of reasonability of Consultant Fee. Rates shown for each Labor Classification are inclusive of overhead, profit etc. WORK TASK DESCRIPTION Labor Classification Name: P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 Principal Proj Manager Sr. Engineer/ Planner planner Designer Technician Admin $260.00 $200.00 $180.00 $160.00 j jhl h $100. $81. hr hr hr hr hr hr hr hr 1. ELEMENT 9 - FINAL DOCUMENTATION/COORDINATION MEETINGS Task 9.1 - Final Draft Report and Executive Summary - Prepare Final Draft Report 2 6 8 4 6 - Prepare Executive Summary 2 8 16 4 Task 9.2 - Final Report - Prepare Final Report 1 2 4 2 2 - Prepare Final ALP Set 2 4 8 6 4 Internal CA / QC 2 4 6 Subtotal - ELEMENT 9 - FINAL DOCUMENTATION/COORDINATION MEETINGS 2 1 11 26 36 0 12 16 0 Hours 2 11 26 36 0 12 16 0 Salary Costs $520.00 $2,200.00 $4,680.00 $5,760.00 $0.00 $1,200.00 $1,296.00 $0.00 SUBTOTAL - SALARIES: $15,656.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: DIRECT NON -LABOR EXPENSES Document Reproduction / Printing Office Supplies/Equipment SUBTOTAL - DIRECT NON -LABOR EXPENSES: $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $782.80 * 5 % of Labor costs esteemed for Direct Expenses SUBTOTAL: $16,438.80 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE TOTAL FEE: $0.00 * Billing Rates included are inclusive of overhead, profit, etc. $16,438.80 Page 10 of 10 APPENDIX A-06 TASK ORDER 06 FAYETTEVILLE — DRAKE FIELD AIRPORT AIRPORT MASTER PLAN This TASK ORDER is made as of , 2023 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 conduct the following study for FYV: Airport Master Plan including Aeronautical Survey 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-06. 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 Planning Services $413,366.00 Lump Sum TOTAL FEE $413,366.00 Lump Sum The CITY OF FAYETTEVILLE will pay GARVER the lump sum amount not to exceed $413,366.00. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-06 with approximate current hourly rates for each employee classification. 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-06 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-06 Scope of Services 3.1.2 Exhibit B-06 Manhour Tables Task Order 06 1 of 2 FYV Airport Master Plan Garver Project No. 22A14360 This Agreement may be executed in two (2) or more counterparts each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Approval and acceptance of this Task Order, including attachments listed in SECTION 3 —EXHIBITS, shall incorporate this document as part of the Agreement. Garver is authorized to begin performance upon receipt of a copy of this Task Order signed by the CITY OF FAYETTEVILLE. The effective date of this Task Order shall be the last date written below. CITY OF FAYETTEVILLE, ARKANSAS By: Mayor, Lioneld Jordan ATTEST: By: City Clerk Task Order 06 FYV Airport Master Plan 2 of 2 GARVER Title: Senior Project Manager Garver Project No. 22A14360 gVER APPENDIX A-06 SCOPE OF SERVICES DRAKE FIELD AIRPORT MASTER PLAN PROJECT GENERAL In accordance with the requirements established by Federal Aviation Administration (FAA) and the unique needs and interests of the City of Fayetteville (Owner), the owner and operator of Drake Field, this Scope of Services outlines the tasks required to complete an Airport Master Plan (AMP) for Drake Field (FYV or Airport). The approach to undertake this AMP project for Drake Field has been outlined in the following elements of this Scope of Services. This project with align with the following FAA Orders: • FAA Order 5090.3C, Field Formulation of the National Plan of Integrated Airport Systems (NPIAS) • FAA Order 5190.613, Airport Compliance Manual with Change 1 published Nov. 22, 2021 • FAA Order 5100.38D, Airport Improvement Program (AIP) Handbook • FAA Order 5280.5D, Airport Certification Program Handbook ELEMENT 1 - PROJECT INITIATION, ADMINISTRATION, AND VISIONING Task 1.1 — Project Kick -Off Meeting Upon receiving Notice to Proceed (NTP), Garver will schedule and complete a project kick-off meeting with the Owner and FAA. The focus of this meeting will be to review the project schedule, scope, and immediate next steps. This meeting is expected to take place via video/teleconference and last approximately one (1) hour. The meeting will include a discussion on the establishment of the Project Steering Committee (PSC), Stakeholder Committee (SC), and various stakeholders that need to be involved in the project as discussed in Task 1.2. Additionally, the agenda for the initial site visit and interviews (Task 1.3) will be discussed. Meeting agendas and minutes will be provided by Garver. Task 1.2 — Establish Project Steering Committee, Stakeholder Committee, Stakeholder Coordination Strategy, and Project Website/Stakeholder Survey Upon initiation of the project, a Project Steering Committee (PSC) will be established to guide and direct the development of the project. The PSC will review project deliverables, provide input on the project's direction, and act as a liaison to the community/stakeholders throughout the planning process. The PSC is expected to be comprised of the Owner's staff. Garver will work with the Owner to identify the individuals that should be part of the PSC and will compose documentation describing the roles and responsibilities of the PSC that can be sent to the proposed PSC committee members. In addition to the PSC, a broader Stakeholder Committee (SC) will be established to provide input/feedback at key decision points throughout the AMP project. The SC is expected to be comprised of airport stakeholders (e.g., airport tenants, airports users, etc.) and other community officials. Garver will work with Appendix A-06 - Scope of Services 1 of 29 Drake Field — AMP Project Garver Project No. 22A14360 gVER the Owner to identify the individuals that should be part of the SC and will compose documentation describing the roles and responsibilities of the SC that can be sent to the proposed SC committee members. Additionally, Garver will work with the Owner to identify other key stakeholders that should be involved in the planning process and the portions of the planning process each key stakeholder needs to be involved in. This is expected to include stakeholders that are not part of the SC but need to be consulted with at some point during the AMP process. The result of this effort will be a list of key project stakeholders and the identification of where and how each stakeholder needs to be involved in the project. Garver will also develop a public facing project specific website for the AMP. The website will be used to post draft project materials and to provide project updates to the community and stakeholders. Additionally, Garver will prepare an online stakeholder survey for dissemination to FYV airport users, tenants, stakeholders, and community. The survey will be developed using an online survey platform and will gather feedback regarding the status of the airport and future development considerations. The survey will be posted on the public facing project specific website created by Garver. The survey is expected to include a blend of multiple choice and open-ended questions and be no more than 10 questions in total. Task 1.3 — Initial Site Visit and Interviews Garver will schedule and complete an initial site visit to FYV that will include the following subtasks: • Tour the airfield (e.g. runways, taxiways,) and landside/terminal facilities (e.g. terminal building, ramps, hangars, roadways, etc.) to document the size, layout, and condition of facilities. This will include a walkthrough of the interior of a sampling of existing structures to document current condition and use. Any facilities and equipment supporting FYV's Part 139 operations such as snow removal equipment (SRE) and Aircraft Rescue and Firefighting (ARFF) will be documented, as well. The Owner will provide Garver with necessary access to complete to the tour. • Complete an AMP questionnaire prepared by Garver. • Review historical airport operations and capital project records. • Complete a brief visit to properties surrounding the airport to document current developments and land - use that could impact the future growth of the airport. This effort does not include seeking entry onto any property not owned by the Owner. • Conduct up to four (4), one -hour interviews with various community officials, economic development professionals, or other key airport stakeholders to discuss the future of FYV and any proposed development plans. Garver will work directly with the Owner to identify the various individuals/organizations that should be interviewed as part of this effort. This site visit will be completed over two (2) consecutive calendar days and will include two (2) Garver staff members. This task includes the preparation of meeting materials necessary for the site visit. Source material obtained through this task will cited appropriately when used in the Master Plan document. This site visit will also include the completion of the visioning session discussed in Task 1.4. Task 1.4 — Visioning Session As part of the initial site visit (Task 1.3), Garver will facilitate a visioning session with the PSC and any other critical stakeholders identified by the Owner. The visioning session will include the completion of a Strengths, Weaknesses, Opportunities, and Threats (SWOT) analysis and the identification of items of key importance (e.g. vision items) that will be critical to the future growth and success of FYV. The primary Appendix A-06 - Scope of Services 2 of 29 Drake Field — AMP Project Garver Project No. 22A14360 gVER goal of this effort is to establish an understanding of the vision items that are most important to the future of the FYV. The identified vision items will be emphasized throughout the remainder of the planning process. The visioning session is expected to take approximately two (2) hours. Upon completion of the visioning session, Garver will prepare a technical memorandum and circulate it to the visioning session participants for their review and comment. The technical memorandum is expected to be three (3) to four (4) pages in length. It will summarize the results of the SWOT analysis and the key vision items identified. The participants will provide comments to Garver on the technical memorandum in writing. Garver will make necessary revisions to the document prior to finalizing the technical memorandum. This task includes the preparation of meeting materials necessary for the visioning session including presentation materials and handouts. Meeting agendas and minutes will be provided by Garver. Task 1.5 — Project Management and Grant Administration Garver will provide general project management services throughout the duration of the project. Additionally, Garver will assist the Owner with grant reimbursement requests and quarterly performance reports related to the project. ELEMENT 2 — INVENTORY OF EXISTING CONDITIONS Task 2.1 — Initial Documentation Review Garver will collect and review of the following documents and data to establish baseline information to build the inventory of existing facilities and conditions: • Historical list of capital projects/grant history (provided by Owner and FAA through an online grant history query). • Current and planned capital improvements at FYV as shown in the airport's current CIP. • Current FAA documentation regarding the airport and its facilities (e.g. current 5010, instrument approach procedures, sectional/IFR charts, and Aeronautical Information Services data from the FAA National Flight Data Center). • Current and approved FYV Airport Layout Plan (ALP). • Current and planned FYV tenant activities/operations (as can be obtained online or through the interviews completed as part of the initial site visit in Task 1.3). • FAA's National Plan of Integrated Airport Systems (NPIAS) and Arkansas Statewide Airport System Plan (ASASP). • Airport activity reports showing historical aircraft operations (past 5 years) from FAA OPSNET. • Current based aircraft data including aircraft count and fleet mix (provided by Owner through basedaircraft.com). • Hangar waiting list including fleet mix (provided by Owner). • Historical fuel sales records (previous 5 years broken down by 100LL and Jet A). • Financial Data (previous 5 year revenues and expenses). • Local zoning ordinances/maps and any height hazard zoning processes/practices. Appendix A-06 - Scope of Services 3 of 29 Drake Field — AMP Project Garver Project No. 22A14360 gVER • Existing environmental data/information (e.g. previous EA, EIS, other environmental determinations, threatened and endangered plants, fish, and wildlife data, cultural/archaeological/historical resources data, floodplains, farmland, etc.) as provided through publicly available online data • Any available topographic maps and available aerial photographs. • Reviewing any previous pavement analysis reports including conditions assessments or geotechnical analysis. • Utility location information for utilities located on airport property (provided by Owner). • Any recent Part 139 certification inspection reports or RSAT meeting information. References to the source material will be cited appropriately when used in the Master Plan document. The information reviewed during this effort and obtained during the initial site visit (Task 1.3) will be used to develop the Inventory Chapter. Task 2.2 — Utility Mapping and Analysis Mapping of existing utilities will be accomplished through a combination record document review, site visits, and coordination with the Owner and appliicable utiity owners. Record document data reviewed may include record drawings, record surveys, utility maps, GIS data, and previous design reports. Findings from AIP Grant 3-05-0020-045-2017 Airport Energy Efficiency Assessment will be included when applicable. Garver's civil and electrical engineers will perform up to two (2) site visits to supplement information gathered from record document review. The location of existing utilities will be included in the Inventory Chapter defined in Task 2.4. Potholing of utilities is not included in this scope of services. Task 2.3 — Airport Drainage Assessment Garver will assess the existing drainage conditions of the airport, including riverine flooding in the vicinity of the airport and the on -airport drainage system. The following tasks will be performed with regard to drainage assessment: • Data collection, including the following : • Required GIS data, including lidar and FEMA mapping; • Historical flooding information at the airport, including highwater marks, anecdotal information, and photographs, if available; • Available as -built plans of drainage structures on and near the airport; • FEMA floodplain data, including Effective and Preliminary mapping and modeling, as available; • Historical and statistical rainfall data at the airport. • Existing conditions 2D screening model, utilizing 2D HEC-RAS rain -on -grid methodology to determine flow patterns and flood risk for multiple storm events on the airport and within the immediate vicinity of the airport; • Existing conditions 1 D assessments of Ward Slough (West Fork White River) and Airport Branch, including: • FEMA data request of available Effective (and Preliminary, if available) modeling and data; • Review of current FEMA hydrologic data and modeling; • Update of hydrologic analyses, if required; • Review of current FEMA hydraulic data and modeling; • Update of hydraulic analyses . Appendix A-06 - Scope of Services 4 of 29 Drake Field — AMP Project Garver Project No. 22A14360 gVER • Existing conditions flood mapping for multiple storm events . • Drainage report, including recommendations for drainage improvements and identfication of flood - prone and non flood -prone areas within airport property to be provided as an appendix. This task will also include an eight (8) hour site visit by two (2) Garver personnel. Task 2.4 — Prepare Draft Inventory Chapter A draft of the Inventory Chapter will be prepared based on the data and information obtained during the preceding tasks. The Inventory Chapter will document: • Airfield and Terminal Area: Runway/taxiway/apron configuration and pavement condition, lighting, signage, navigational aids (including Localizer Critical Areas), fueling facilities, aircraft circulation, and security. • Instrument Approaches: Existing instrument approaches will be identified and procedures will be detailed. • FBO Building and Hangar Utilization: Structural use and hangar utilization will be identified. An inventory of FBO/terminal facilities and amenities will be completed. This will also include any SRE buildings, ARFF stations, and other Part 139 supporting facilities. • Auto Access and Parking: Parking and access roads will be inventoried as to size, general conditions, and use. • Utilities: The location of existing utilities will be identified, as defined in Task 2.2. • Environmental Overview: Existing environmental features and potential environmental concerns will be identified at a high-level. • Land Use and Controls: Review existing airport land uses, and adjacent land uses based on the airport's existing property boundaries. Garver will present the data in written form with tables and graphics. The draft chapter will be submitted to the PSC and FAA as a PDF for review. The PSC will provide written comments to Garver for incorporation into the final version of the Inventory Chapter. Task 2.5 — Runway Safety Area Determination Form As part of the initial site visit (Task 1.3), Garver will complete a visual inspection of the existing Runway Safety Area for Runway 16/34 and document objects, NAVAIDs, and terrain within the safety area with photos. Runway 16/34 is currently a C-II runway and, consequently, will be inspected to those standards. After the site visit, Garver will complete a "Runway Safety Area Determination Form" from SOP 8.0 Appendix B for the existing safety area for Runway 16/34. The form will be submitted to FAA for review and approval. An exhibit will be prepared identifying any portions of the safety area that are not compliant with the RSA standards set for in FAA AC 150/5300-13B. This task does not identify runway hot spots or previous runway incursions. Appendix A-06 - Scope of Services 5 of 29 Drake Field — AMP Project Garver Project No. 22A14360 gVER Task 2.6 — Aeronautical Survey See Exhibit 1 at the end of this document for the detailed aeronautical survey scope of work. This task will align with the following ACs: • AC 150/5300-17C Change 1, Standards for Using Remote Sensing Technologies in Airport Surveys • AC 150/5300-18B, General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards, Chapter 5, Airport Data Features AC 150/5300-19 Airport Data and Information Program ELEMENT 3 — AVIATION ACTIVITY FORECASTS Task 3.1 — Inventory of Historical and Current Air Traffic Activity Current and historical air traffic activity and based aircraft information for FYV will be assembled and organized. Historical air traffic activity will be broken down into annual total operations, operations by user category (e.g. GA, air taxi, military, etc.), local vs itinerant, and IFR vs. VFR. Historical traffic/activity data will be obtained from the FAA and the Owner. The FAA's Terminal Area Forecast (TAF) and OPSNET databases will be utilized for this effort as well as the airport's historical fuel sales information. Information concerning historical peak hourly, daily, and monthly activity will be obtained through discussions with the Owner and FYV Air Traffic Control. Garver will also review published research and reports related to national and regional forecasts for air transportation demand in the United States to establish an understanding of how these trends may affect the airport. This is expected to include reviewing the most recent versions of the FAA's Aerospace Forecast and the General Aviation Manufacturers Association's (GAMA) annual report. Publicly available documentation related to emerging trends and technologies in aviation (e.g. electric aircraft, vertical takeoff and landing aircraft, etc.) relevant to the forecasting effort will also be reviewed. This task will align with the following ACs: • AC 150/5070-6B, Airport Master Plans • AC 150/5300-13B, Airport Design • AC 150/5700-17, Critical Aircraft and Regular Use Determination Task 3.2 — Historical and Forecasted Socioeconomic Factors Garver will obtain statistical data on historical and forecasted socioeconomic factors from publicly available sources (U.S. Census and others.) These factors will include employment, income, population, and business climate/characteristics of the region, with an emphasis placed on the identification of specific socioeconomic characteristics, as well as trends, that are likely to affect the economic growth and development of the area. This task will align with DOT Order 5610.2(a), Final DOT Environmental Justice Order. Appendix A-06 - Scope of Services 6 of 29 Drake Field — AMP Project Garver Project No. 22A14360 gVER Task 3.3 — Forecasting Interviews A key consideration in forecast development is understanding how existing and potential future clientele use FYV. Consequently, as part of the forecasting effort Garver will complete up to two (2) one (1) hour video/teleconference interviews with key stakeholders to understand how they currently use the airport and/or any proposed changes to their utilization in the future. The feedback collected during these meetings will be utilized to prepare the draft forecasts discussed in Task 3.4. References to source material will be cited appropriately when used in this task. Task 3.4 — Prepare Aviation Forecasts Potential aeronautical activity and based aircraft forecasts will be developed for FYV based on historical and current activity levels (Task 3.1), national and regional aeronautical activity forecasts (Task 3.1), the socioeconomic data (Tasks 3.2), and interviews (Task 3.3). The methodologies to develop the potential aeronautical activity forecasts will involve a variety of statistical modeling techniques and extrapolations. The baseline year for the forecasts will be 2022 with the first forecast year being 2023. After 2023, forecasts will be prepared in five-year increments starting from the baseline year (2027, 2032, 2037, and 2042). Forecasts will be prepared for the 20-year planning horizon for the following forecast models: • Baseline Forecasts • Based Aircraft (including fleet mix) • Total Operations • Derivative Forecasts • Local vs Itinerant Operations • Fleet Mix Operations (by Aircraft Design Group and Approach Category) • Instrument Approaches • Airport Peaking Characteristics The baseline forecasts will be compared to the FAA's current Terminal Area Forecast (TAF) for the Airport. Additionally, the Airport's current, future, and ultimate critical aircraft (aircraft type/category with at least 500 annual operations) will be identified. References to source material will be cited appropriately when used in this task. A one (1) hour video/teleconference meeting will be held with the Owner and FAA to review the draft baseline forecasts (e.g. annual operations and based aircraft) options prepared by Garver and to select an initial preferred baseline forecast in each of these areas. This task includes the preparation of presentation materials needed for this meeting. These initial preferred baseline forecasts will then be used to complete draft derivative forecasts (e.g. local vs. itinerant, fleet mix, IFR vs VFR, etc.). A follow-up one (1) hour video/teleconference meeting will be held with the Owner and FAA to review the draft derivative forecasts and collect feedback. This task includes the preparation of presentation materials needed for this meeting. Finally, Garver will present the results of the forecasting effort to the PSC for feedback. This is expected to be a one (1) hour video/teleconference meeting. The primary focus of this forecasting effort is to gain acceptance of the preferred forecast model prior to beginning the Facility Requirements phase of the project. Appendix A-06 - Scope of Services 7 of 29 Drake Field — AMP Project Garver Project No. 22A14360 gVER Task 3.5 — Prepare Draft Report Using the data and information obtained and evaluated during the forecasting process, a draft of the Forecast Chapter will be prepared. The report will document assumptions and methodologies used in preparing the aviation demand forecasts and serve as the basis for later tasks in the study. FAA will provide an official review and approval of the final draft of the Forecast Chapter prior to moving forward with the Facility Requirements portion of the project. ELEMENT 4 — FACILITY REQUIREMENTS Task 4.1 — Establishing Facility Requirements This task focuses on identifying the general magnitude of the improvements needed to meet current and forecasted demand at the Airport. Airport facility requirement considerations will be based on the approved aeronautical activity forecast, current facilities, local requirements, and the vision for the Airport. Facility requirements will be identified by Planning Activity Levels (PAL) that correspond to the approved demand forecast and will be presented in tabular form. This task will align with the following ACs: • AC 150/5070-6B, Airport Master Plans • AC 150-5300-13B, Airport Design • AC 150/5700-17, Critical Aircraft and Regular Use Determination • AC 150/5060-5, Airport Capacity and Delay • AC 150/5325-4B, Runway Length Requirements for Airport Design • AC 150/5360-13A, Airport Terminal Planning • AC 150/5190-7, Minimum Standards for Commercial Aeronautical Activities Airside Facility Requirements In this task, Garver will utilize facility planning criteria to evaluate the sufficiency of FYV's existing airside facilities to meet forecasted demand. These criteria shall be based upon the latest state and federal standards (e.g. FAA Advisory Circulars), best practices (e.g. Airport Cooperative Research Program reports) and Garver's professional experience. Airside facilities to be examined will include: • Runway Orientation (e.g. wind coverage) 0 Runway and Taxiway Safety Areas and • Runway Length and Width (in accordance Object Free Areas with FAA AC 150/5325-4B, 150/5300-13B, 0 Runway Protection Zones (RPZ) aircraft manufacturer data, and private jet 0 Runway Obstacle Free Zones operational policies) 0 Airfield Pavement Strength • Taxiways (e.g. geometrical standards, 0 Airfield Markings and Lighting prohibited configurations, layout, spacing, 0 Airport NAVAIDS (including Localizer Critical etc.) Area) • Instrument Approaches Special emphasis will be placed on infrastructure needs to support the entrance of emerging technologies in aviation such as electric and other alternative powered aircraft and will align with FAA Engineering Brief 105, Vertiport Design. Facility requirements related to the instrument approach analysis will utilize the aeronautical survey data obtained in Task 2.6. Appendix A-06 - Scope of Services 8 of 29 Drake Field — AMP Project Garver Project No. 22A14360 gVER Landside/Terminal Facilitv Reauirements In this task, Garver will utilize facility planning criteria to evaluate the sufficiency of various landside/terminal area facilities to meet forecasted demand. These criteria shall be based upon the latest local, state, and federal requirements, best practices, and Garver's professional experience. Landside/terminal facility requirements to be examined will include: Aircraft parking apron (e.g. aircraft parking and tie -down areas) • Terminal building • FBO facilities and amenities • Aircraft storage hangars (T-Hangars and Box Hangars) • Automobile access and parking facilities • Part 139 support facilities (SRE and ARFF) The landside/terminal facility requirements will be developed in the form of aggregate space requirements and will be compared to those that presently exist to identify the future development goals needed to maintain adequate service, function, and operation of the Airport. References to source material will be cited appropriately when used in this task. Task 4.2 — Prepare Draft Report and Review Meetings Using raw data and information obtained and evaluated during the Facility Requirements process, Garver will develop a presentation outlining the results of the facility requirements analysis. This analysis will be presented to the PSC and FAA for their review and feedback prior to the development the draft report. This is assumed to be an in -person meeting with two (2) Garver personnel. Meeting agendas and minutes will be provided by Garver. Once feedback on the draft facility requirements is obtained from the PSC, a draft report will be prepared describing the results of the facility requirements analysis. This report will present information in both narrative and graphic format about the Airport's existing facilities and the required facilities necessary to meet forecasted aviation demand. This report will be submitted in PDF format to the PSC for review and comment. Updates to the report will be made based on feedback received. ELEMENT 5 — AIRPORT ALTERNATIVES Task 5.1 — Develop Airside Alternatives Based on the facility requirements established in Element 4 of this scope of services, up to three (3) airside development alternatives will be created. Airside alternatives will be based on schemes for development within existing or expanded airport boundaries and will show necessary runway and taxiway improvements during the 20-year planning period. Airside alternatives will be developed first and will be reviewed with the PSC and the FAA to select a preferred alternative prior to initiating Tasks 5.2 and 5.3. The airside alternatives will be reviewed with the PSC, Owner, Arkansas Department of Commerce — Division of Aeronautics and FAA and a preferred airside alternative selected at an in -person meeting with two (2) Garver personnel at the Airport. Airside alternatives will be evaluated based on their ability to satisfy the identified facility requirements, environmental considerations, engineering factors, cost (order of magnitude cost level), and ease of implementation (e.g. existing business and residential impacts, land purchase, etc.). Appendix A-06 - Scope of Services 9 of 29 Drake Field — AMP Project Garver Project No. 22A14360 An evaluation matrix will be developed to compare the aforementioned factors associated with each airside alternative. Task 5.2 — Land -Use Planning Alternatives Prior to developing landside/terminal area alternatives, Garver will prepare a up to three (3) land -use development alternatives for the airport that segments portions of airport property and potential property aquisitions into the following categories: • Airfield Development Area — Land reserved for the development of airside facilities (e.g. runways, taxiways, etc.) and their protected areas (e.g. safety areas, runway protection zones, object free areas, etc.). The airfield development area will be based on the preferred airside alternative defined in Task 5.1. • Aeronautical Business Area — Land well suited for the development of aeronautical business (e.g. maintenance, avionics, etc.) • FBO Area — Land well suited to accommodate the development of an FBO. • Private Hangar Development Area — Land well suited for the development of private hangars for recreational or business use. • Non -Aeronautical Development Area — Land well suited for the development of non -aeronautical uses. Findings from Task 2.3 will be incorporated into the alternative analysis. Other land -use categories may be added based on the evolution of the planning effort. As an example, other land use categories could include mixed development areas and cargo development areas. The land -use plan will be reviewed with the PSC at an in -person meeting with two (2) Garver personnel at the Airport. Garver will finalize the land - use plan prior to initiating Task 5.3. Task 5.3 — Develop Landside/Terminal Alternatives Based on the facility requirements established in the preceding project element and the preferred land -use plan (Task 5.2), up to three (3) landside/terminal development alternatives will be created. Landside/terminal alternatives will be based on schemes for development within existing or expanded airport boundaries and will show necessary apron, hangar, support facilities, terminal, vehicle parking, and roadways improvements during the 20-year planning period. Landside/terminal alternatives will be evaluated based on their ability to satisfy the identified facility requirements, environmental considerations, engineering factors, cost (order of magnitude cost level), ease of implementation (e.g. existing business and residential impacts, land purchase, etc.), and their congruence with the airside alternatives. An evaluation matrix will be developed to compare the aforementioned factors associated with each landside/terminal alternative. The term inal/landside alternatives will be reviewed with the PSC and a preferred terminal/landside alternative selected at an in -person meeting with two (2) Garver personnel at the Airport. Appendix A-06 - Scope of Services 10 of 29 Drake Field — AMP Project Garver Project No. 22A14360 Task 5.4 — Stakeholder Committee Meeting and Public Workshop The airside alternatives, land -use alternatives, and landside/terminal alternatives will be presented to the Stakeholder Committee (SC) in the form of a two (2) hour in -person meeting at the Airport. The goal of this meeting will be to obtain feedback from a broad group of stakeholders on the various alternatives, land -use plans, and the preliminary preferred alternatives. Additionally, the airside alternatives, land -use alternatives, and landside/terminal alternatives will be presented to the public in the form of a single two (2) hour public workshop held at the Airport. This task includes the preparation of presentation materials and handouts needed for the SC meeting and workshop. Two (2) Garver personnel will attend these meeting. The meetings are expected to be held on the same day. Feedback collected from the SC meeting and public workshop will be considered in the process of finalizing the future development plan. A follow-up one -hour teleconference with the PSC will be held to review the feedback obtained from the SC and public workshop and to identify any necessary revisions to the preferred alternatives. Meeting agendas and minutes will be provided by Garver. Task 5.5 — Environmental Review of Preferred Alternative An environmental review for the combined preferred alternative will be prepared in accordance with FAA Order 5050AB and Order 1050.1 F. This will include identification of key environmental issues related to the airfield environment that may potentially affect alternative analysis. Letter coordination will be completed for the recommended development with the US Army Corps of Engineers, US Department of Agriculture, US Fish and Wildlife Services, Arkansas Game and Fish Commission, and the Arkansas Historic Preservation Program. The results of the environmental review will be documented as part of Task 5.7. The findings of the analysis conducted in Task 2.3 will also be integrated into this environmental review. This task will align with FAA Order 1050.1 F, Environmental Impacts and Procedures and FAA Order 5050.4, National Environmental Policy Act (NEPA) Implementing Instructions for Airport Actions. As part of this task, Garver will also develop a recycling, reuse, and waste reduction program per the requirements set forth in the FAA Modernization Act of 2012. Task 5.6 — Utility Needs Analysis of Preferred Alternative Garver will develop ultimate utility corridors to bring utility services to all areas of future development. Where electric charging stations are expected, Garver will review routing for, at a minimum, 3-phase power to those sites. Any proposed infrastructure developed as part of the emerging technology analysis will align with FAA Engineering Brief 105, Vertiport Design. Task 5.7 — Prepare Draft Report Using data and information obtained and evaluated during the alternative's analysis process, a draft of the Alternatives Chapter will be prepared. This chapter will present information, in both a narrative and graphic format, about the Airport's development options necessary to meet forecast aviation demand and support the vision items defined for the Airport (Task 1.4). Appendix A-06 - Scope of Services 11 of 29 Drake Field — AMP Project Garver Project No. 22A14360 This report will be submitted in PDF format to the PSC for review and comment. Updates to the report will be made based on feedback received. Concurrence will be obtained from the Owner and FAA on the final preferred development alternatives prior to proceeding forward. ELEMENT 6 — AIRPORT LAYOUT PLAN DEVELOPMENT This scope element includes the preparation an Airport Layout Plan (ALP) drawing set that meets the requirements of: • FAA AC 150/5300-13B, Airport Design: • FAA Airports Standard Operating Procedure (SOP) 2.0, Standard Procedure for FAA Review and Approval of Airport Layout Plans: and, • FAA Airports SOP 3.0, Standard Operating Procedure for FAA Review of Exhibit 'A' Airport Property Inventory Maps. The FAA updates the above -mentioned guidance materials from time -to -time. The specific versions identified above are planned to be used for this project. If the FAA updates any of the guidance materials during the course of this project, Garver and Owner will discuss how to incorporate those changes into the ALP and whether these changes will require modifications to the project scope and fee. This ALP set will include the following sheets: • Cover Sheet • Airport Data Sheet(s) • Airport Layout Drawing (showing existing and ultimate facilities) • Airspace Drawing • Airspace Data Tables • Inner Portion of the Approach Surface Drawings Sheets • Inner Portion of the Approach Surface Tables • Runway Centerline Profile Sheets • Departure Surface Drawings • Departure Surfaces Tables • Terminal Area Drawing • Land -Use Drawing • Exhibit A Airport Property Map The ALP set will be developed using computer -aided drafting program AutoCAD to facilitate revisions and transfers to other systems. The ALP will be completed using standard paper size (24" by 36"), layer structure, line types, and plot styles using AutoCAD 2021 or newer. The ALP and completed SOP checklists will be submitted electronically to the FAA for their review. Additional details regarding the sheets to be included in the ALP are provided below. Once approved by FAA, a printed copy of the full ALP set (24" x 36") will be provided to the Owner. Appendix A-06 - Scope of Services 12 of 29 Drake Field — AMP Project Garver Project No. 22A14360 Task 6.1 — ALP Cover Sheet and Airport Data Sheet Garver will prepare an ALP Cover Sheet and Airport Data Sheet meeting the requirements set forth in FAA SOP 2.00. The data sheet will include notations regarding existing and ultimate conditions including critical aircraft and associated design standards. This will serve to establish near -term development and support operational planning and environmental improvement programs. Task 6.2 — Airport Layout Drawing — Existing/Ultimate Garver will prepare an Airport Layout Drawing (ALD) reflecting existing and ultimate conditions, including associated design standards for the current/future/ultimate critical aircraft at FYV, as identified in Task 6.1. The drawing will include the identification of the following: • Runway, taxiways, buildings, NAVAIDS, parking areas, roads, lighting, fueling facilities, tie -down areas, and other prominent airport features with dimensions. • Trees, streams, known utility lines, towers, and other prominent natural features. • Airport boundaries, runway protection zones, easements, and other areas that need to be controlled by the airport. • Areas reserved for future aviation and non -aviation development (land -use). • Topographic contours. Task 6.3 — Airport Airspace and Inner Portion of the Approach Surface Drawings and Data Tables Garver will prepare the 14 CFR Part 77 airspace drawing and data table sheets for the Airport and surrounding area based on the ultimate runway conditions. Garver will prepare the inner portion of the approach surface drawings and data table sheets for the Airport to reflect existing and ultimate conditions. Aeronautical survey data obtained in Task 2.6 will be utilized for this task. Task 6.4 — Runway Centerline Profile Sheet Garver will prepare a runway centerline profile sheet using centerline elevations obtained from the aeronautical survey. Task 6.5 — Runway Departure Surface Drawings and Data Tables Garver will prepare the runway departure surface drawings and data tables to reflect departure surface as defined in FAA AC 150/5300-13B. These drawings will only be completed for runway ends expected to be used for Instrument Flight Rules (IFR) operations. Aeronautical survey data obtained in Task 2.6 will be utilized for this task. Task 6.6 — Terminal Area Drawing Garver will prepare two (2) terminal area drawings showing a more detailed view of the established and ultimate terminal development area at FYV. Appendix A-06 - Scope of Services 13 of 29 Drake Field — AMP Project Garver Project No. 22A14360 Task 6.7 — On -Airport Land Use Drawing A detailed and comprehensive land use plan for the area within the boundaries of the airport property line will be prepared based on the identified overall development concept. Surrounding land -uses immediately adjacent to FYV will also be identified. A 65 Day -Night Level noise contour is not included with this scope of work. Task 6.8 — Exhibit A Property Map Garver will prepare an Exhibit A property map in accordance with FAA ARP SOP 3.00. Existing property information will be obtained from the Owner. Any identified gaps in property information will be researched by Garver (or their designee) to obtain historical deed information necessary to complete the Exhibit A property map. Copies of all deed information obtained by Garver will be provided to the Owner for future use. If Garver is unable to reasonably obtain historical deed information for any existing or ultimate parcels of airport property, the issue will be discussed with the Owner and FAA to identify how the discrepancy should be addressed. This effort does not include support for any proceedings (e.g. legal, arbitration, etc.) related to property discrepancies or other efforts beyond the review of historical property information (e.g. establishing new deeds or easements). ELEMENT 7 — AIRPORT CAPITAL IMPROVEMENT PROGRAM / FINANCIAL PLAN Task 7.1 — Airport Development Program Using the data collected and developed during previous project elements, Garver will create a comprehensive multi -year airport Capital Improvement Program (CIP) and phasing plan. This CIP will cover the 20-year planning period and will be divided into a three-phase development program: short-term (0-5 years), mid-term (6-10 years), and long-term (11-20 years). The short-term program will be provided year by year, providing a clear prioritization of near -term projects. Project implementation triggers will be established for each project defined within the CIP to aid the Owner and FAA in determining when various projects need to be executed in the future. The proposed timing of future improvements will be in accordance with future demand levels and include any necessary changes or additions to airport infrastructure (including compliance with airport design standards), NAVAIDS, and property interests. Task 7.2 — Airport Development Probable Costs Planning -level probable development costs will be prepared for each project in each phase of the CIP. Development costs will be estimated for each item and will be based on the preferred development concept. These estimates of probable costs will include land acquisition, construction costs, and design fees. Cost estimates will be prepared in current -year dollars and are developed for planning purposes only. Task 7.3 — Financial Plan A review of the various local, State, Federal, and private funding sources for airport development will be completed and the best potential funding source for each project will be identified. This analysis will provide a breakdown of the types of projects that will be eligible for FAA grant funding and will identify those that will require other funding sources. Any potential use of Passenger Facility Charge (PFC) Program funds will align with Federal Register Notice, Volume 69, No. 27: Notice of Policy Regarding the Eligibility Airport Appendix A-06 - Scope of Services 14 of 29 Drake Field — AMP Project Garver Project No. 22A14360 Ground Access Transportation Projects for Funding Under the Passenger Facility Charge Program. As part of this effort, Garver will complete an online search to identify any potential non -FAA grant funding sources that could be utilized to fund any planned airport projects. Task 7.4 — Prepare Draft Report Using the data and information obtained in developing the CIP, a CIP and Financial Plan Chapter will be prepared clearly laying out the Airport's CIP, project trigger mechanisms, project cost estimates, and potential funding sources. This report will be submitted in PDF format to the PSC for review and comment. Updates to the report will be made based on feedback received. ELEMENT 8 — OBSTRUCTION MITIGATION ACTION PLAN Task 8.1 — Obstruction Mitigation Action Plan Using the data collected and developed during Task 2.6, Garver will create an action plan which identifies critical obstructions and evaluates potential mitigation plans based on impacts to the existing and future Part 77 surface. This plan will consider state requirements, obligations, and funding sources regarding obstruction management. It should be noted the Action Plan will consist of recommendations only and it is the Owner's responsibility to mitigate obstructions at their own discretion. This task will align with the following ACs and FAA guidance: • AC 120-91 A, Airport Obstacle Analysis • AC 150-5190-4B, Airport Land Use Compatibility, published Sept. 16, 2022 • Policy Guidance on Approach and Departure Surface Protection, published Sept. 19, 2022 This plan is expected to be approximately 10-15 pages and will accompany the Final Draft Airport Master Plan Report as an appendix. ELEMENT 9 — FINAL DOCUMENTATION Task 9.1 — Final Draft Report and Executive Summary A final "draft" report will be assembled from the information developed in previous tasks. The final draft will be submitted to the PSC in PDF for review and comment. Garver will review final comments provided by the PSC and will incorporate them into the final report, as appropriate. The final draft will include an Introduction Chapter, table of contents, and dividers. As a final product, Garver shall prepare an Executive Summary of the AMP. The purpose of the Executive Summary will be to serve as an informational tool to existing and potential airport businesses and tenants. The Executive summary will consist of two (2) to four (4) colored pages of text and graphics portraying a summary of the AMP. Garver shall provide the Owner with an electronic version of the Executive Summary in a PDF format for the Owner's use. Task 9.2 — Final Report One copy of the final report will be printed and submitted to the Owner. A 24" x 36" printed version of the signed ALP will be provided to the Owner. In addition, an electronic copy of the study and associated drawings will be provided via a file share service to the FAA and the Owner. The ALP files will be in AutoCAD and PDF formats. Appendix A-06 - Scope of Services 15 of 29 Drake Field — AMP Project Garver Project No. 22A14360 Deliverable Summary: • Draft Inventory Chapter (PDF) • Runway Safety Area Inventory (PDF) • Draft Forecast Chapter (PDF) • Draft Facility Requirements Chapter (PDF) • Draft Development Alternatives (PDF) • Draft Airport Layout Plan (PDF) • Draft Airport Capital Improvement Plan / Financial Plan (PDF) • Draft Final Report including Drainage Report and Obstruction Mitigation Plan (PDF) • Executive Summary (PDF) • Final Airport Layout Plan (One 24" x 36" printed set, PDF, and AutoCAD file) • Final Report (One printed copy and PDF) Additional printed copies of plans or reports requested outside of this scope of work will be billed at rate listed in fee schedule. Deliverables specific to Task 2.6 — Aeronautical Survey are detailed in Exhibit 1. Meeting Summary: • Kick -Off Meeting (virtual) • Site Visit (in -person) • Visioning Session (in -person) • Forecasting Interviews (virtual) • Initial Forecast Review with Owner and FAA (virtual) • Follow Up Forecast Review with Owner FAA (virtual) • Facility Requirements Review (in -person) • Airside Development Alternatives Review (in -person) • Land -Use Alternatives Review (in -person) • Terminal / Landside Alternatives Review (in -person) • Stakeholder Meeting #2 (in -person) • Public Workshop (in -person) Additional in -person meetings out of this scope of work will be billed at hourly rates and expenses listed in fee schedule. Extra Work: For clarification purposes, the proposed scope of services for this AMP specifically does not include any of the following items/tasks stated below: • Survey work beyond the Aeronautical Survey described in Task 2.6 • Utility and drainage location investigation or research other than what is expressly included in the scope of services • Pavement coring or geotechnical analysis • Instrument Approach Development • Development or modification to GIS systems or tools Appendix A-06 - Scope of Services 16 of 29 Drake Field — AMP Project Garver Project No. 22A14360 • Revisions to, or the development of language to revise, Airport leases, rules and regulations, minimums standards, or other airport policies • Development of airport strategy, business, economic impact, or marketing plans • Detailed facility assessments/reviews • Facility condition testing or the establishment of a pavement maintenance program • Environmental review and analysis beyond what is publicly available or obtained through letter coordination • National Environmental Policy Act approval for future airport development projects • Environmental coordination with agencies outside of those defined in the scope of services • Environmental testing or investigation work • Graphic conceptual renderings of existing or future facilities • The preparation of materials and exhibits for leases, development contracts, or other documents/materials outside of this AMP • Detailed engineering cost estimates • Design or conceptual design work • Detailed land development planning • Land acquisition services • Support for any proceedings (e.g. legal, arbitration, etc.) related to resolving property ownership discrepancies or supporting the development of any new property documentation (e.g. deeds, easements, etc.). • Assessment of environmental characteristics involving hazardous or toxic substances identified during the geotechnical analysis Appendix A-06 - Scope of Services 17 of 29 Drake Field — AMP Project Garver Project No. 22A14360 GARVER Exhibit 1 — Aeronautical Survey Scope of Work: NV 15 G EOSPATIAL ❑I IAWklM SPATIAL October 28, 2022 Mr. John Rastas Garver, LLC 4701 Northshore Drive North Little Rock, AR 72118 Project: 041916 1 Aeronautical Obstruction Survey — Drake Field Airport (FYV) Dear Mr. Rastas, This summary of work describes the scope of work and services required for an Airport Layout Plan update and aeronautical obstruction survey at the Drake Field Airport (FYV) located in Fayetteville, AR. The project will be done in compliance with ADIP policies and will include an airport airspace analysis for vertically guided operations for EXISTING Runway 16134. The Advisory Circulars identified below detail the data collection requirements and accuracies for the project and the veNficatlon process by the Federal Aviation Administration (FAA) and the National Geodetic Survey (NGS). + AC 15015070-6$, Change 2 "Airport Master Plans" + AC 15015300-13A. Change 1 "Airport Design" + AC 150/5300-16B "General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey" + AC 15015300-17C, Change 1 `Standards for Using Remote Sensing Technologies in Airport Surveys" + AC 1501530D-IBB, Change 1 `General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards" Summary of Work The purpose of this project is to accomplish an FAA Airport Airspace Analysis Survey for all surfaces defined in FAA Advisory Circular 150/5300 -18B: Section 2.7.1.1 Runways with Vertical Guidance. For this project, we will acquire new vertical stereo digital imagery at a physical image scale of 1'=2,500' of the obstruction surface areas and 1'=1,250' of the mapping limits. The aerial imagery will cover all of the Airspace Analysis surfaces using an UltraCam Falcon prime (UCFp) camera, or comparable, during leaf -on conditions. From the 1"=2500 imagery, we will produce the following: • Limited landmark feature planimetric mapping • Color digital orthophotos with a 'I ff pixel resolution • Identification and mapping of obstruction obstacles for all of the VG surfaces From the 1'=1,250' imagery, we will produce the foiiowing: • 100 scale mapping with 2' contours of the mapping limits (714 acres) • Color digital orthophotos with a 0.5' pixel resolution • Identification and mapping of obstruction obstacles for the VGRPS, VGPCS, VGPS surfaces The online SOW will be prepared during project initiation with input from the airport. Garver, and NV5 Geospatial. NV5 Geospatial will be responsible for preparation and submittal of the Survey and quality Control Plan, Imagery Acquisition Plan, Imagery Acquisition Report, Final Project Report and all associated data files as required for submission to the FAA AD]P online database. Quality Standards The project has been designed to conform to the National Map Accuracy Standards for 1"=100' scale plan imetric feature collection, two foot contours and six and twelve inch orthophoto production. In addition, N6216 Resolirr- n,ive Sheboygan Falls. WI 53085 Appendix A-06 - Scope of Services 18 of 29 Drake Field — AMP Project Garver Project No. 22A14360 GARVER NV 15 G EOSPATIAL we ensure that the photogrammetric mapping will meet all FAA and NGS standards. We will exercise reasonable care and will conform to the standards of practice ordinarily used by the photogrammeft profession. Project Area The project area encompasses all of Drake Field Airport (FVV) inclusive of the obstaiction surfaces as defined in AC 150I5300-188. Control Surveying The aerial photography will be completed with ABGPS control which will be used for the base control for the geo-referencing of the aerial imagery. NV5 Geospatial will process the ABGPS data using CDR stations and reference it to the project control datums- Horizontal: North American Datum of 1983/2011 (NAD 83(2011)), in the AR State Plane Coordinate System, North Zone in US survey feet. Vertical: North American Vertical Datum of 1988 (NAVD 88) NV5 Geospafial will complete all of the remaining on -site ground control surveys, including • Geodetic control validation of the existing airport PACS and SACS stations or establish temporary airport control according to the guidelines established in AC 15DI5300.16B • Establishing all necessary photo -identifiable ground control and FAA mandated check -points required to validate the ABGPS and IMU control. • Collection of all the airport runway end positions • Collection of vertical profiles for all runways • Collection of the position, elevation, and where required the appropriate navigational aid perpendicular point of all electronic and visual navigational aids (NAVAIDS) located on the airport and associated with any current instrument approach servicing the airport • All other tasks, not specifically listed above, as outlined in FAA AC-188. Table 2-1 "Survey Requirements Matrix" for Airport Layout Plan • Full field -collected attribution of all airport features • Final Survey Report Photogrammetric Mapping We will collect the features normally shown on 1'=100' scale mapping within the mapping limits identified in the exhibit. We will build a digital terrain model (DTM) by collecting masspaints and break€ines. These DTM elements will be used to construct a triangulated irregular network (TIN) surface from which 2' contours will be interpolated. Contours will be dashed in areas where the ground is obscured by trees, dense brush, deep shadows or other obstructing features. Dashed contours indicate a lower level of accuracy. Additional field surveys should be performed in areas of dashed contours prior to design. All contours will be continuous polylines. The final data will be delivered in ESRI Shapefile format (FAA) and AutofGAD format (Garver). Orthophoto Mapping We will use the control solution and imagery to generate a Digital Elevation Model (DEM) of the VG surfaces. The imagery will be processed into oolor digital orthophotos using the aforementioned DEM to rectify the images. 0rthophotos for the entire project area will be developed with a 1.0' pixel resolution and for the Mapping Limits, with a 0,5' pixel resolution. Orthos will be delivered in a GeoTIFF file format N6216 Resource Drive. SheWygan Falls. WI 53085 Appendix A-06 - Scope of Services 19 of 29 Drake Field — AMP Project Garver Project No. 22A14360 GARVER NV 15 G EOSPATIAL ❑ I Mkikl M SPATIAL 189 Obstruction Surveys The Obstructions Surfaces to be uploaded to the ADIP database will satisfy the requirements of AC 15015300-18B: • 2.7.1.2 Analysis of EXISTING Runway 16l34 with Vertically Guided Operations (Surfaces include the VGRPS, VGPCS, VGAS, VGPS, VGATS, VGHS, and VGCS) Other Obstruction Surveys As shown in attached exhibits, other obstructions to be provided direly to Garver include: • Existing Runway 16/34 - Part 77 — RW 16 - NPIR(D) & RW 34 — NPIR(C) • Existing Runway 16134 — AC 13B — Surface 5 ( = -% mile) The specific types and quantities of obstructions for each surface are outlined and clearly defined For the particular surface in each circular section. Any obstructons that meet the requirement of the circular, but are of a nature that elevations at the highest point of the obstruction are virtually impossible to read through phatogrammetric methods (cell tower, electrical tower, etc.), will be identified and relayed to the surveyor to initiate field surveyed elevations for the obstruction. The obstruction delivery will include the limited landmark plan imetric feature collection. The final data will be uploaded in ADIP in ESRI Shapefile format. Production Schedule We will work with you to finalize a mutually agreeable schedule for the project after FAA Control Plan approvals. We will make a reasonable effort to maintain the agreed -upon schedule. However, should the project be interrupted by technical problems beyond our control, including control deficiencies or map file re- deliveries rescheduling may become necessary. Deliverables NV5 Geospatial wi11 submit all data collected and associated required deliverable in the formats specified in the appropriate advisory circulars to the FAA office of Airports, Airports Surveying-GIS Program. A I data submissions to the FAA will be through the program's web site at httc:l/airports-gis.tea. aov. The AC 150153DO-17C project data deliveries that will not be submitted through the web site will be delivered on external hard drives or DVDs. Deliverables The 18B deliverables that will be uploaded to the ADIP website include: • Imagery Plan and Survey and Quality Control Plan • Image Delivery (sent to FAA) • Color digital orthaphotos (sent to FAA) • Digital Iknited landmark detail outside the airport • Obstruction survey data for EXISTING Runway 16134 • Plan Imetric data and two foot contours to 188 specs (ShapefIle Format) • Photogrammetrically derived and surveyed attributes in defined format • Surveyed ends and profile for each runway • NAVAID data N6216 Resource Drive. She"gan Falls, WI 53085 Appendix A-06 - Scope of Services 20 of 29 Drake Field — AMP Project Garver Project No. 22A14360 GARVER • FGDC compliant metadata • Final Report NV 15 G EOSPATIAL ❑ I Mkill M SPATIAL We will deliver the following items to Garver • Planimetric data and two foot contours in AutoCAD format (mapping limits) • Color digital orthophotos with a 1.0' pixel resolution in GeoTIFF (ortho limits) • Color digital orthophotos with a 0.5' pixel resolution in GeoTIFF (mapping limits) • other obstruclion survey data in AutoCAD/ExcaVCSV file format • 2 color enlargements (30"x40") covering the airport and surrounding area (mountedllaminatedlframed) All digital files will be delivered on external hard drive or CDIDVD. Cost and Payment Terms Compensation for the above services will be provided as a lump sum cost: Client Responsibilities The successful and timely completion of this project is dependent upon a number of elements and work tasks, some of which involve participation by Garver. You will be responsible for designating a representative for the project who will have the authority to transmit instructions, receive information, and make timely decisions with respect to the services provided by NV5 Geaspatial NV5 Geospatial Representative We are excited to announce that we have rebrarded to become NV5 Geospatial powered by Quantum Spatial. This is a natural progression for our brand as we continue to integrate our solutions into the NV5 family. "Quantum Spatial, Inc dba NV5 Geospatial" is a wholly -owned subsidiary of NV5 Global, Inc. Jill Mahoney, Project Manager and Marlin Zook, Technical Manager, will represent us during the performance of the services to he provided under this agreement. Each has the authority to transmit and receive instructions and make decisions with respect to the services. Each is authorized to commit the necessary resources towards completing the services described herein. We look forward to working with you and your staff to complete this project in a timely and cost effective manner. Should you have any questions, please call our office at 803-351-3136 or email me at the address shown below. Sincerely, NV5 Geos atial avid 'gg Aviation Program Director David.Grigo&v5.corn N6216 Resource Drlve. Sheboygan Falls, WI 53085 Appendix A-06 - Scope of Services 21 of 29 Drake Field — AMP Project Garver Project No. 22A14360 GARVER NV 15 G EOSPATIAL ❑ I Mkill M SPATIAL N6216 Resource Nye. Sheboygan Falls. WI 53085 Appendix A-06 - Scope of Services 22 of 29 Drake Field — AMP Project Garver Project No. 22A14360 #VE:n NV 15 G EOSPATIAL ❑ I Mkill M SPATIAL N6216 Resource Nye. Sheboygan Falls. WI 53085 Appendix A-06 - Scope of Services 23 of 29 Drake Field — AMP Project Garver Project No. 22A14360 #VE:n NV 15 G EOSPATIAL Q I IARTFI M SPATIAL N6216 Resource Nye. Sheboygan Falls. WI 53085 Appendix A-06 - Scope of Services 24 of 29 Drake Field — AMP Project Garver Project No. 22A14360 #VE:n NV 15 G EOSPATIAL QI Mkill M SPATIAL N6216 Resource Nye. Sheboygan Falls. WI 53085 Appendix A-06 - Scope of Services 25 of 29 Drake Field — AMP Project Garver Project No. 22A14360 #VE:n NV 15 G EOSPATIAL ❑ I Mkill M SPATIAL N6216 Resource Nye. Sheboygan Falls. WI 53085 Appendix A-06 - Scope of Services 26 of 29 Drake Field — AMP Project Garver Project No. 22A14360 #VE:n NV 15 G EOSPATIAL ❑ I Mkill M SPATIAL N6216 Resource Nye. Sheboygan Falls. WI 53085 Appendix A-06 - Scope of Services 27 of 29 Drake Field — AMP Project Garver Project No. 22A14360 #VE:n NV 15 G EOSPATIAL I IARTFI M SPATIAL N6216 Resource Nye. Sheboygan Falls. WI 53085 Appendix A-06 - Scope of Services 28 of 29 Drake Field — AMP Project Garver Project No. 22A14360 #VE:n NV 15 G EOSPATIAL ] PAS Ti I M SPA' I Al N6216 Resource Nye. Sheboygan Falls. WI 53085 Appendix A-06 - Scope of Services 29 of 29 Drake Field — AMP Project Garver Project No. 22A14360 EXHIBIT B-06 CITY OF FAYETTEVILLE DRAKE FIELD AIRPORT MASTER PLAN ELEMENT 1 - PROJECT MANAGEMENT/ADMINISTRATION WORK TASK DESCRIPTION P-4 P-3 P-1 E-7 E-5 AM-3 AM-2 $84.56 $75.97 $48.69 $134.20 $80.66 $44.01 $32.16 hr hr hr hr hr hr hr 1. PROJECT MANAGEMENT/ADMINISTRATION Task 1.1 —Project Kick -Off Meeting - Meeting 1 and Post Meeting Documentation 4 6 Task 1.2 — Establish Project Steering Committee, Stakeholder Committee, Stakeholder Coordination Strategy, and Project Website/Stakeholder PSC Establishment and Outreach 1 4 2 SC Establishment and Outreach 1 4 2 Additional Stakeholder Strategy 1 2 1 Website Development and Administration 1 3 5 Survey Development and Administration 1 3 5 Task 1.3 — Initial Site Visit and Interviews Site Visit 6 6 Interviews and Post Interview Documentation 6 6 Task 1.4 — Visioning Session - Meeting 1 and Post Meeting Documentation 6 8 Task 1.5 - Project Management and Grant Administration Grant Applications Grant Reimbursement Requests Quarterly Performance Reports 2 8 Closeout 1 2 General Administration 4 10 6 Coordination with Subconsultants 4 12 2 u tota - PKU ITIADMINISTRATION 11 59 55 0 0 10 0 Hours Salary Costs SUBTOTAL - SALARIES: LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: DIRECT NON -LABOR EXPENSES Office Supplies/Equipment Travel Costs SUBTOTAL - DIRECT NON -LABOR EXPENSES 11 59 55 0 0 10 0 $930.16 $4,482.23 $2,677.95 $8,530.44 $16,293.99 $188.90 $2,000.00 $2,188.90 SUBTOTAL: $27,013.33 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $3,723.67 TOTAL FEE: $30,737.00 $0.00 $0.00 $440.10 $0.00 EXHIBIT B-06 CITY OF FAYETTEVILLE DRAKE FIELD AIRPORT MASTER PLAN ELEMENT 2 - INVENTORY OF EXISITING CONDITIONS WORK TASK DESCRIPTION P-4 P-3 P-1 E-7 E-5 E-3 E-1 T-1 $84.56 $75.97 $48.69 $134.20 $80.66 $56.45 $40.78 $29.28 hr hr hr hr hr hr hr hr 1. ELEMENT 2— INVENTORY OF EXISTING CONDITIONS Task 2.1 — Initial Documentation Review - Historical Projects, Grant History, and Current / Planned Projects 2 8 - FAA Documentation / Airport Layout Plan 2 8 - Existing and Planned Airport Activities 2 8 - National and Statewide Plans 2 8 - Airport Use (Fuel Sales, Hangar Waitlist, Operations, Based Aircraft) 2 10 - Financial Data 1 4 - Environmental, Land Use, Topograpgy, and Utilities 2 10 2 - Data Analysis 4 20 - Charts and Graphics 2 2 4 10 Task 2.2 — Utility Mapping and Analysis - Data Collection, Review, and Mapping 8 8 Task 2.3 - Airport Drainage Assessment Data Collection - GIS Data 6 6 - Historical Flooding Information 6 - Review Available As -Built Plans 4 8 - FEMA Floodplain Data 4 - Historical and Statstical Rainfall Data 6 Existing Conditions 2D Screening Model 30 - Internal GA / QC 4 8 Existing Conditions - Hydrologic Analyses - Review of Current FEMA Data 4 8 - Update of Hydrologic Analysis (Statistical and/or Unit Hydrograph Only) 4 8 Existing Conditions 1 D RAS Model - Ward Slough (West Fork White River) 30 - Airport Branch 30 - Internal GA / QC 4 Flood Mapping 8 16 Drainage Report 12 16 Task 2.4 — Prepare Draft Inventory Chapter - Airfield and Terminal Area 1 2 12 - Instrument Approaches 1 1 4 - FBO Building and Hangar Utilization 1 1 6 - Auto Access and Parking 1 1 6 - Utilities 1 1 4 - Environmental Overview 1 2 6 - Land Use and Controls 1 2 6 Task 2.5 - Runway Safety Area Inventory - Runway Safety Area Inventory Form 1 2 Task 2.6 - Aeronautical Survey - Review and Administration of Aeronautical Survey 2 4 6 Internal CA / QC 4 Subtotal - L — RY OF EXISTING CONDITIONS 15 34 132 0 18 46 176 10 Hours 15 34 132 0 18 46 176 10 Salary Costs $1,268.40 $2,582.98 $6,427.08 $0.00 $1,451.88 $2,596.70 $7,177.28 $292.80 SUBTOTAL - SALARIES: $21,797.12 ADMINISTRATIVE OVERHEAD: $41,634.68 DIRECT NON -LABOR EXPENSES Office Supplies/Equipment $96.43 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $96.43 SUBTOTAL: $63,528.23 SUBCONSULTANTS FEE (Aeronautical Survey): $95,672.00 PROFESSIONAL FEE $9,514.77 TOTAL FEE: $168,715.00 EXHIBIT B-06 CITY OF FAYETTEVILLE DRAKE FIELD AIRPORT MASTER PLAN ELEMENT 3 - AVIATION ACTIVITY FORECASTS WORK TASK DESCRIPTION P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 $84.56 $75.97 $48.69 $134.20 $80.66 $66.66 $29.28 $32.16 hr hr hr hr hr hr hr hr 1. ELEMENT 3 - AVIATION ACTIVITY FORECASTS Task 3.1 — Inventory of Historical and Current Air Traffic Activity Local TAF / TFMSC Review 1 3 Hourly / Daily / Monthly Peaking Review 1 3 FAA Aerospace Forecast Review 1 3 GAMA Annual Report Review 1 3 Emerging Technology Review 1 4 Task 3.2 - Historical and Forecasted Socioeconomic Factors Employment and Income Trends 1 4 Population Trends 1 4 Regional Economic Trends 1 4 Task 3.3 - Forecasting Interviews - Interviews and Post Interview Documentation 2 4 Task 3.4 - Prepare Aviation Forecasts Establish Baseline Forecasts 2 6 Derivative Forecasts 2 6 Initial Forecast Review Meeting 4 4 Follow Up Forecast Review Meeting 4 4 Task 3.5 - Prepare Draft Report - Draft Report Preparation 4 2 4 Internal CIA / QC 4 Subtotal - LLLM ASTS 8 24 56 0 0 0 0 0 Hours Salary Costs 8 24 56 $676.48 $1,823.28 $2,726.64 SUBTOTAL - SALARIES: $5,226.40 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $9,982.95 DIRECT NON -LABOR EXPENSES Office Supplies/Equipment $19.25 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $19.25 SUBTOTAL: $15,228.60 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $2,281.40 TOTAL FEE: $17,510.00 0 0 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 EXHIBIT B-06 CITY OF FAYETTEVILLE DRAKE FIELD AIRPORT MASTER PLAN ELEMENT 4 - FACILITY REQUIREMENTS WORK TASK DESCRIPTION P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 $84.56 $75.97 $48.69 $134.20 $80.66 $66.66 $29.28 $32.16 hr hr hr hr hr hr hr hr 1. ELEMENT 4 - FACILITY REQUIREMENTS Task 4.1 — Establishing Facility Requirments Runway Orientation 1 2 1 Runway Length and Width Analysis 2 5 1 Taxiway System Analysis 2 5 2 Runway and Taxiway Safety and Object Free Area Analysis 1 4 1 Runway Protection Zone Analysis 1 4 1 Runway Obstacle Free Zone Analysis 1 4 1 Airfield Pavement Strength Analysis 2 4 Airfield Markings and Lighting Analysis 1 4 Regional Economic Trends Analysis 2 4 Airport NAVAIDS Analysis 1 4 Instrument Approach Analysis 1 4 Aircraft Parking Apron Analysis 1 6 2 Terminal Building Analysis 1 4 FBO Facilities and Amenities Analysis 1 4 Aircraft Storage Hangar Analysis 1 4 Automobile Access and Parking Facility Analysis 1 2 1 Task 4.2 - Prepare Draft Report and Review Meetings Draft Report Preparation 4 2 4 Meeting 1 and Post Meeting Documentation 8 8 4 Internal QC / QC 8 Subtotal - ELEMENT 4 - FACILITY REQUIREMENTS 12 30 76 0 1 4 0 1 10 1 0 Hours 12 30 76 0 4 0 10 0 Salary Costs $1,014.72 $2,279.10 $3,700.44 $0.00 $322.64 $0.00 $292.80 $0.00 SUBTOTAL - SALARIES: $7,609.70 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $14,535.29 DIRECT NON -LABOR EXPENSES Office Supplies/Equipment $47.26 Travel Costs $2,000.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $2,047.26 SUBTOTAL: $24,192.25 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE TOTAL FEE: $3,321.75 $27,514.00 EXHIBIT B-06 CITY OF FAYETTEVILLE DRAKE FIELD AIRPORT MASTER PLAN ELEMENT 5 - DEVELOPMENT ALTERNATIVES WORK TASK DESCRIPTION P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 $84.56 $75.97 $48.69 $134.20 $80.66 $66.66 $29.28 $32.16 hr hr hr hr hr hr hr hr 1. ELEMENT 5 - DEVELOPMENT ALTERNATIVES Task 5.1 —Develop Airside Alternatives Analysis and Development of 3 Airside Alternatives 4 10 5 1 20 Preferred Airside Alternative Meeting 8 8 4 Task 5.2 - Land Use Planning Alternatives Analysis and Development of 3 Land Use Plan Alternatives 4 10 5 20 Land -Use Alternative Meeting 8 8 4 Task 5.3 - Develop Landside/Terminal Alternatives Analysis and Development of 3 Landside/Terminal Alternatives 4 10 5 20 Preferred Landside/Terminal Alternative Meeting 8 8 4 Task 5.4 - Stakeholder Committee Meeting and Public Workshop SC Meeting 8 8 4 Public Workshop 8 8 4 Task 5.5 - Environmental Review of Preferred Alternative Environmental Analysis 8 20 Agency Coordination 2 6 Recycling, Reuse, and Waste Reduction Program 4 8 Task 5.6 - Utility Needs Analysis of Preferred Alternative - Utility Needs Analysis 4 4 8 Task 5.7 - Prepare Draft Report - Draft Report Preparation 8 2 4 Internal QA / QC 15 ubtotal - ELEMENT 5 - DEVELOPMENT ALTERNATIVE, 23 1 72 1 112 1 0 43 0 60 1 0 Hours Salary Costs SUBTOTAL - SALARIES: LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: DIRECT NON -LABOR EXPENSES Office Suppplies/Equipment Travel Costs 23 72 112 $1,944.88 $5,469.84 $5,453.28 $18,093.18 $34,559.78 $115.09 $9,000.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $9,115.09 SUBTOTAL: $61,768.05 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $7,897.94 TOTAL FEE: $69,666.00 0 43 0 60 $0.00 $3,468.38 $0.00 $1,756.80 0 $0.00 EXHIBIT B-06 CITY OF FAYETTEVILLE DRAKE FIELD AIRPORT MASTER PLAN ELEMENT 6 - AIRPORT LAYOUT PLAN DEVELOPMENT WORK TASK DESCRIPTION P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 $84.56 $75.97 $48.69 $134.20 $80.66 $66.66 $29.28 $32.16 hr hr hr hr hr hr hr hr 1. ELEMENT 6 -AIRPORT LAYOUT PLAN DEVELOPMENT Task 6.1 - ALP Cover Sheet and Airport Data Sheet 2 4 8 Task 6.2 - Airport Layout Drawing - Existing / Ultimate - Existing ALP 4 10 32 - Ultimate ALP 2 4 16 4 Task 6.3 - Airport Airspace & Inner Portion of Approach Sfc. Drawings and Data Table 4 10 24 Task 6.4 - Runway Centerline Profile Sheet 2 4 10 Task 6.5 - Runway Departure Surface Drawings and Data Tables 2 10 24 Task 6.6 - Terminal Area Drawing 8 20 34 Task 6.7 - On -Airport Land Use Drawing 4 8 20 Task 6.8 - Exhibit A Property Map 10 28 40 Internal QC / QC 8 Subtotal - ELEMENT 6 - AIRPORT LAYOUT PLAN DEVELOPMENT 8 38 98 0 0 0 208 4 Hours 8 38 98 0 0 0 208 4 Salary Costs $676.48 $2,886.86 $4,771.62 $0.00 $0.00 $0.00 $6,090.24 $128.64 SUBTOTAL - SALARIES: $14,553.84 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $27,799.29 DIRECT NON -LABOR EXPENSES Office Supplies/Equipment $31.90 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $31.90 SUBTOTAL: $42,385.03 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $6,352.97 TOTAL FEE: $48,738.00 EXHIBIT B-06 CITY OF FAYETTEVILLE DRAKE FIELD AIRPORT MASTER PLAN ELEMENT 7 - AIRPORT CAPITAL IMPROVEMENT PROGRAM / FINANCIAL PLAN WORK TASK DESCRIPTION P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 $84.56 $75.97 $48.69 $134.20 $80.66 $66.66 $29.28 $32.16 hr hr hr hr hr hr hr hr 1. ELEMENT 7 - AIRPORT CAPITAL IMPROVEMENT PROGRAM / FINANCIAL PLAN Task 7.1 - Airport Development Program - Identification of Project Prioritization and Phasing 2 12 8 12 Task 7.2 - Airport Development Probable Costs - Cost Estimate Development 4 8 34 Task 7.3 - Financial Plan - Identification of Funding Sources 4 6 12 - AIP Eligibility Analysis 2 4 3 Task 7.4 - Prepare Draft Report - Draft Report Preparation 4 2 4 Internal CA / QC 4 u oa - FINANCIAL PLAN 8 14 34 0 42 0 0 27 Hours 8 14 34 0 42 0 0 27 Salary Costs $676.48 $1,063.58 $1,655.46 $0.00 $3,387.72 $0.00 $0.00 $868.32 SUBTOTAL - SALARIES: $7,651.56 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $14,615.24 DIRECT NON -LABOR EXPENSES Office Supplies/Equipment $33.17 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $33.17 SUBTOTAL: $22,299.97 SUBCONSULTANTS FEE (CIP Analysis): $12,000.00 PROFESSIONAL FEE $3,340.02 TOTAL FEE: $37,640.00 EXHIBIT B-06 CITY OF FAYETTEVILLE DRAKE FIELD AIRPORT MASTER PLAN ELEMENT 8 - OBSTRUCTION MITIGATION ACTION PLAN WORK TASK DESCRIPTION P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 $84.56 $75.97 $48.69 $134.20 $80.66 $66.66 $29.28 $32.16 hr hr hr hr hr hr hr hr 1. ELEMENT 8 - OBSTRUCTION MITIGATION ACTION PLAN Task 8.1 - Obstruction Mitigation Action Plan - Identification of Critical Obstructions 1 2 8 8 - Potential Mitigation Plan Evaluation 1 2 10 Internal QA / QC 2 Subtotal - ELEMENT 8- OBSTRUCTION MITIGATION ACTION PLAN 4 4 18 0 0 0 8 0 Hours 4 4 18 0 0 0 8 0 Salary Costs $338.24 $303.88 $876.42 $0.00 $0.00 $0.00 $234.24 $0.00 SUBTOTAL - SALARIES: $1,752.78 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $3,347.99 DIRECT NON -LABOR EXPENSES Office Supplies/Equipment $114.12 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $114.12 SUBTOTAL: $5,214.89 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $765.11 TOTAL FEE: $5,980.00 EXHIBIT B-06 CITY OF FAYETTEVILLE DRAKE FIELD AIRPORT MASTER PLAN ELEMENT 9 - FINAL DOCUMENTATION WORK TASK DESCRIPTION P-4 P-3 P-1 E-7 E-5 E-4 T-1 AM-2 $84.56 $75.97 $48.69 $134.20 $80.66 $66.66 $29.28 $32.16 hr hr hr hr hr hr hr hr 1. ELEMENT 9 - FINAL DOCUMENTATION/COORDINATION MEETINGS Task 9.1 - Final Draft Report and Executive Summary - Prepare Final Draft Report 2 3 12 - Prepare Executive Summary 1 2 6 Task 9.2 - Final Report - Prepare Final Report 1 2 4 - Prepare Final ALP Set 1 2 4 Internal CA / QC 1 Subtotal - ELEMENT 9- FINAL DOCUMENTATION/COORDINATION MEETINGS 1 5 9 0 0 0 4 22 Hours Salary Costs 1 5 9 0 0 0 4 22 $84.56 $379.85 $438.21 $0.00 $0.00 $0.00 $117.12 $707.52 SUBTOTAL - SALARIES: $1,727.26 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: $3,299.24 DIRECT NON -LABOR EXPENSES Document Reproduction / Printing $1,000.00 Office Supplies/Equipment $85.53 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $1,085.53 SUBTOTAL: $6,112.03 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $753.97 TOTAL FEE: $6,866.00 ll I I� i \ I \ 1 R 11 I III I 1 I- Ir I I — a I I I Ili v� la I II_1 I Ii I 11`1}Ilyy I III I II I I s fu^ i� 1 — rNw 1 a s . F'g 1 _ NVId inoAvi laOdHIV p am �m a= a 2WBIlIABLOAVI cx w w xpwm°� W 3 S O131d 3JiV2�0 3TIIn3113AVd a o 0 0 0 o ws �g uMRA % J A I kl zli