HomeMy WebLinkAbout143-23 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 143-23
File Number: 2023-822
GARVER, LLC - TASK ORDER NO. 05 (GRANT APPLICATION):
A RESOLUTION TO AUTHORIZE AN APPLICATION FOR A FEDERAL AVIATION ADMINISTRATION
GRANT IN THE AMOUNT OF $475,738.00 TO FUND 90% OF THE COSTS FOR THE DESIGN AND
CONSTRUCTION OF THE WILDLIFE FENCE REHABILITATION PROJECT AT DRAKE FIELD AIRPORT, TO
APPROVE AMENDMENT NO. 1 TO TASK ORDER NO. 5 WITH GARVER, LLC IN THE AMOUNT OF
$15,000.00 TO PROVIDE ENVIRONMENTAL COORDINATION SERVICES ASSOCIATED WITH THE
PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to submit an
application for a Federal Aviation Administration Grant in the amount of $475,738.00 to fund 90% of the costs for the
design and construction of the Wildlife Fence Rehabilitation Project at Drake Field Airport.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign
Amendment No. 1 to Task Order No. 5 with Garver, LLC in the amount of $15,000.00 for project environmental
coordination services associated with the Wildlife Fence Rehabilitation Project at Drake Field.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of
which is attached to this Resolution.
PASSED and APPROVED on June 20, 2023
Page 1
Attest: `,``���ttttlry♦ ♦♦♦i
�.
. GITYO••'i!'1,
�-) �`•G.
Kara Paxton, City Cler reasurcr =�; I AY�rr V11,Q
to
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF JUNE 20, 2023
CITY COUNCIL MEMO
2023-822
TO:
Mayor Jordan and City Council
THRU:
Susan Norton, Chief of Staff
FROM:
Jared Rabren, Airport Director
DATE:
SUBJECT:
FYV Wildlife Fence Grant Application and execute Task Order 05 Amendment 01
RECOMMENDATION:
Staff requests approval for the Aviation Division to apply for a Federal Aviation Administration (FAA) grant to
fund design and construction of the Wildlife Fence Rehabilitation project at Fayetteville — Drake Field. Staff
also requests for the Aviation Division to execute Task Order 05 Contract Amendment 01 with Garver, LLC.
Specifically, this resolution will permit the following: Allow the Aviation Division to submit a grant application to
the FAA in the amount of $475,738.00 (90% of project cost). And to execute Task Order 05 Contract
Amendment 01 with Garver, LLC in the amount of $15,000.00 to provide project environmental coordination
services and approval of a budget adjustment.
BACKGROUND:
The airport's most recent FAA Part 139 inspection identified deficiencies with the existing wildlife fencing
located south and east of the runway. Approximately 3,500 linear feet of existing barbed wire fence
construction is non -compliant and must be replaced to meet FAA standards. Fence line clearing and localized
repairs are necessary for an additional 3,400 linear feet of existing chain link fence to remain in place.
Rehabilitation of the wildlife fencing will increase airport safety by reducing the potential for wildlife hazards.
The Airport entered into an agreement with Garver, LLC to provide design and bidding services for the project
(Task Order 05). Construction bids were received on May 23, 2023.
DISCUSSION:
Upon receipt of a AIP Grant Offer from the FAA, the Airport Division will seek approval from Council to execute
the grant offer and execute a construction contract with the lowest responsive and responsible bidder. The AIP
grant will cover 90% of the project costs, with the remaining 10% to be funded through an Arkansas
Department of Aeronautics (ADA) grant at the completion of the project. The only cost attributed to the City for
this project is $17,359.00 which represents the cost for non -FAA eligible Contractor insurance.
Below is a summary of the anticipated project costs and funding breakdown for the project.
Administration and Other Costs (Estimated) $1,000.00
Design and Construction Phase Services: $54,000.00 FAA: $475,738.00
Environmental Coordination2:
$15,000.00
ADA:
$52,859.00
Construction:
$475,956.00
City:
$17,359.00
TOTAL:
$545,956.00
TOTAL:
$545,956.00
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
1. Garver Task Order 05 previously approved by City Council on December 6, 2022
2. Garver Task Order 05 Contract Amendment 01
BUDGET/STAFF IMPACT:
The Aviation Division may expend up to $15,000 of its fund balance reserve to fund Task Order 05 Contract
Amendment 01. This amount includes $13,500 for cash -flow to cover the FAA's 90% share until
reimbursement in Summer 2023 and $1,500 for cash -flow to cover the ADA's 10% share until reimbursement
at the end of the project. Upon receipt and execution of an FAA Grant Offer, the Airport Division will seek
approval from Council to execute a construction contract with the lowest responsive and responsible bidder,
and budget adjustment.
ATTACHMENTS: FYV Wildlife Fence Grant Application and Task Order 05 SRF, 2023-822 BA Airport Wildlife
TO Garver, FYV Wildlife Fence Grant Application Package (003)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2023-822
FYV Wildlife Fence Grant Application and execute Task Order 05 Amendment 01
A RESOLUTION TO AUTHORIZE AN APPLICATION FOR A FEDERAL AVIATION
ADMINISTRATION GRANT IN THE AMOUNT OF $475,738.00 TO FUND 90% OF THE COSTS
FOR THE DESIGN AND CONSTRUCTION OF THE WILDLIFE FENCE REHABILITATION
PROJECT AT DRAKE FIELD AIRPORT, TO APPROVE AMENDMENT NO. 1 TO TASK ORDER
NO. 5 WITH GARVER, LLC IN THE AMOUNT OF $15,000.00 TO PROVIDE ENVIRONMENTAL
COORDINATION SERVICES ASSOCIATED WITH THE PROJECT, AND TO APPROVE A
BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to
submit an application for a Federal Aviation Administration Grant in the amount of $475,738.00 to fund
90% of the costs for the design and construction of the Wildlife Fence Rehabilitation Project at Drake
Field Airport.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan
to sign Amendment No. 1 to Task Order No. 5 with Garver, LLC in the amount of $15,000.00 for
project environmental coordination services associated with the Wildlife Fence Rehabilitation Project at
Drake Field.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
Page 1
Jared Rabren
Submitted By
City of Fayetteville Staff Review Form
822-2023
Item ID
6/20/2023
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
5/31/2023
Submitted Date
Action Recommendation:
AIRPORT SERVICES (760)
Division / Department
Staff requests approval for the Aviation Division to apply for a FAA grant to fund design and construction of the
Wildlife Fence Rehabilitation project at Drake Field. Staff also requests to execute Task Order 05 Contract
Amendment 01 with Garver, LLC. Specifically, this resolution will permit the following: Allow the Aviation Division
to submit a grant application to the FAA in the amount of $475,738.00 (90% of project cost). Execute Task Order 05
Contract Amendment 01 with Garver, LLC in the amount of $15,000.00 to provide project environmental
coordination services and approval of a budget adjustment.
5550.760.3960-5860.02
Account Number
32206.2022
Project Number
Budgeted Item? Yes
Does item have a direct cost? Yes
Is a Budget Adjustment attached? Yes
Budget Impact:
Airport
Fund
Airport Wildlife Fence Rehab
Project Title
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
$ 38,950.00
$ 33,575.00
5,375.00
$ 15,000.00
$ 15, 000.00
V20221130
Purchase Order Number: 2023-00000180 Previous Ordinance or Resolution # 286-22
Change Order Number:
Original Contract Number:
Comments:
1
2022-00000064
Approval Date:
12/6/2022
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division Adjustment Number
AIRPORT SERVICES (760)
/Org2
2023
Requestor: Kevin Springer
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff requests approval for the Aviation Division to utilize a Federal Aviation Administration (FAA) grant to fund design and
construction of the Wildlife Fence Rehabilitation project at Fayetteville — Drake Field. Staff also requests for the Aviation
Division to execute Task Order 05 Contract Amendment 01 with Garver, LLC in the amount of $15,000, and to approve a
budget adjustment.
COUNCIL DATE: 6/20/2023
ITEM ID#: 2023-822
Holly Black
61212023 5:15 RIn
Budget Division Date
TYPE: D - (City Council)
JOURNAL #:
GLDATE:
RESOLUTION/ORDINANCE CHKD/POSTED:
TOTAL 15,000 15,000 v.2023424
Increase / (Decrease) Project.Sub#
Account Number Expense Revenue Project Sub.Detl AT Account Name
5550.760.3960-5860.02 15,000 - 32206 2022 EX Capital Prof Svcs - Engineering/Architecture
5550.760.3940-4999.99 - 15,000 RE Use Fund Balance - Current
I of 1
CITY OF
FAYETTEVILLE
ARKANSAS
June 2, 2023
Federal Aviation Administration
Attn: Ms. Lauren Kennedy
10101 Hillwood Parkway
Fort Worth, TX 76177
Re: Fayetteville — Drake Field
Wildlife Fence Rehabilitation
FAA Grant Application (3-05-0020-054-2023)
Dear Ms, Kennedy:
Bids were digitally received for the "FYV Wildlife Fence Rehabilitation" project through the City's on-line bidding
software, lonwave, at 2:00 pm on Tuesday, May 24, 2023.
Garver has reviewed the bid proposal for compliance with the "Instructions to Bidders". This information includes the
following:
• Insurance Coverages (Current Automobile and Liability Insurance)
• Bid Bond
• Proposal (Including Unit Price Schedule)
• Statement of Bidder's Qualifications
• List of Proposed Subcontractors
• DBE Participation Reporting
• Bidder Certification Form
One bid was received on the project. Milestone Construction Company, LLC submitted the low bid for the project in
the amount of $475,956.00. The Engineer's Estimate of Probable Cost was $500,000.00.
Based on Garver's review, we believe that the bid submitted by Milestone Construction Company, LLC represents a
good value for Fayetteville — Drake Field. Therefore, we request your concurrence in awarding the "FYV Wildlife
Fence Rehabilitation" contract to Milestone Construction Company, LLC.
Please call me if you have any questions.
Sincerely,
Jared Rabren
Airport Director
City of Fayetteville
Attachments: Recommendation of Award
Application for Federal Assistance (SF-424)
FAA Form 5100-100
Project Budget
Sponsor Certifications
Record of Negotiations
Engineering Contracts
Exhibit A (Airport Property Map)
4300 South J.B. Hunt Drive
Suite 240
Rogers, AR 72758
TEL 479.257.9188
www.GarverUSA.com
June 2, 2023
Mr. Jared Rabren
City of Fayetteville
4500 S School Avenue, Suite F
Fayetteville, AR 72701
Re: Fayetteville — Drake Field
FYV Wildlife Fence Rehabilitation
Recommendation of Award
Dear Mr. Rabren:
Bids were received digitally for the "FYV Wildlife Fence Rehabilitation" project through the City's on-line bidding
software, lonwave, at 2:00 pm on Tuesday, May 23, 2023. The bids have been checked for accuracy and for
compliance with the contract documents. A tabulation of the bids received is enclosed with this letter.
One bid was received on the project. Milestone Construction Company, LLC submitted the low bid for the project in the
amount of $475,956.00. The Engineer's Estimate of Probable Cost was $500,000.00.
We believe that the bid submitted by Milestone Construction Company, LLC represents a good value for
Fayetteville — Drake Field. Contingent upon award of an FAA grant and City Council approval, we recommend
that the construction contract for the "FVY Wildlife Fence Rehabilitation" project be awarded to Milestone
Construction Company, LLC.
Please call me if you have any questions.
Sincerely,
GARVER
Attachments: Bid Tabulation
ITEM SPEC.
NO. NO. DESCRIPTION
FAYETTEVILLE - DRAKE FIELD
WILDLIFE FENCE REHABILITATION
BID TABULATION
BID OPENING: May 23, 2023; 2:OOPM
ENGINEER'S ESTIMATE
ESTIMATED UNIT
UNIT QUANTITY PRICE
AMOUNT
Milestone Construction Company, LLC
UNIT
PRICE AMOUNT
1
SS-241-5.1a
Ditch Structure Type A
LF
50
$300.00
$15,000.00
$436.80
$21,840.00
2
SS-241-5.1a
Water Gate Structure Replacement
LS
1
$15,000.00
$15,000.00
$10,661.63
$10,661.63
3
C-102-5.1
Temporary Erosion Control
LS
1
$5,000.00
$5,000.00
$10,530.00
$10,530.00
4
C-105-6.1
Mobilization Maximum 5% of Total Bid
LS
1
$18,000.00
$18,000.00
$14,600.00
$14,600.00
5
P-151-4.1
Clearing and Grubbing
LS
1
$65,000.00
$65,000.00
$68,569.80
$68,569.80
6
F-164-5.1
10-ft Woven Wire Wildlife Exclusion Fence
LF
3500
$50.00
$175,000.00
$53.84
$188,440.00
with Barbed Wire
20-ft Manual Double Swing Vehicle Gate
7
F-164-5.2
EA
1
$20,000.00
$20,000.00
$1,687.50
$1,687.50
8
F-164-5.3
Wildlife Fence Removal (Barbed Wire on
LF
3350
$5.00
$16,750.00
$6.75
$22,612.50
Wooden Posts)
Fence Post for Chain Link Fence Repair,
9
F-162-5.1
EA
25
$200.00
$5,000.00
$168.75
$4,218.75
Installed
10
F-162-5.2
2 x 9 ga Galvanized Fence Fabric for Chain
LF
2500
$20.00
$50,000.00
$19.83
$49,575.00
Link Fence Repair, Installed
11
F-162-5.3
4 Point 12.5 ga Barbed Wire for Chain Link
LF
1500
$4.00
$6,000.00
$8.51
$12,765.00
Fence Repair, Installed
12
F-162-5.4
Miscellaneous Chain Link Fence Repairs
LS
1
$40,000.00
$40,000.00
$3,037.50
$3,037.50
13
L-119-5.1
Solar Powered L-810(L) Airport Light,
EA
8
$7,500.00
$60,000.00
$6,257.55
$50,060.40
Installed on Fence
14
010200-1
Bonds and Insurance
LS
1
$10,000.00
$9,250.00
$17,357.92
$17,357.92
TOTALS
CARVER
1 of 1
$500,000.00
$475,956.00
Garver Project 22A13211
OMB Number: 4040-0004
Expiration Date: 11/30/2025
Application for Federal Assistance SF-424
*1. Type of Submission:
❑ Preapplication
❑X Application
❑ Changed/Corrected Application
*2. Type of Application * If Revision, select appropriate letter(s):
❑X New
❑ Continuation * Other (Specify)
❑ Revision
*3. Date Received: 4. Applicant Identifier:
06/02/2023 KFYV
5a. Federal Entity Identifier:
*5b. Federal Award Identifier:
3-05-0020-054-2023
State Use Only:
6. Date Received by State:
7. State Application Identifier:
B. APPLICANT INFORMATION:
*a. Legal Name: City of Fayetteville
*b. Employer/Taxpayer Identification Number (EIN/TIN):
71-6018462
*c. UEI:
JNDMR71 AKHT3
d. Address:
*Street 1: 4500 South School Avenue
Street 2:
*City: Fayetteville
County/Parish:
*State: Province: AR
*Country: USA: United States
*Zip / Postal Code 72701-8016
e. Organizational Unit:
Department Name:
Transportation
Division Name:
Aviation
f. Name and contact information of person to be contacted on matters involving this application:
Prefix: Mr. *First Name: Jared
Middle Name:
*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: jrabrenQa fayetteville-ar.gov
Application for Federal Assistance SF-424
*9. Type of Applicant 1: Select Applicant Type:
C: City or Township Government
Type of Applicant 2: Select Applicant Type:
Pick an applicant type
Type of Applicant 3: Select Applicant Type:
Pick an applicant type
*Other (Specify)
*10. Name of Federal Agency:
Federal Aviation Administration
11. Catalog of Federal Domestic Assistance Number:
20.106
CFDA Title:
Airport Improvement Program
*12. Funding Opportunity Number:
N/A
*Title:
N/A
13. Competition Identification Number:
N/A
Title:
14. Areas Affected by Project (Cities, Counties, States, etc.):
*15. Descriptive Title of Applicant's Project:
Wildlife Fence Rehabilitation
Attach supporting documents as specified in agency instructions.
Application for Federal Assistance SF-424
16. Congressional Districts Of:
*a. Applicant: AR-003 *b. Program/Project: AR-003
Attach an additional list of Program/Project Congressional Districts if needed.
17. Proposed Project:
*a. Start Date: 09/01/2023 *b. End Date: 02/28/2024
18. Estimated Funding ($):
*a. Federal $ 475,738
*b. Applicant $ 17,359
*c. State $ 52,859
*d. Local $ 0
*e. Other $ 0
*f. Program Income $ 0
*g. TOTAL $ 545,956
*19. Is Application Subject to Review By State Under Executive Order 12372 Process?
❑ a. This application was made available to the State under the Executive Order 12372 Process for review on
❑ b. Program is subject to E.O. 12372 but has not been selected by the State for review.
❑X c. Program is not covered by E.O. 12372.
*20. Is the Applicant Delinquent On Any Federal Debt?
❑ Yes ❑X No
If "Yes", explain:
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)
QX ** 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: Mr. *First Name: Lloneld
Middle Name:
*Last Name: Jordan
Suffix:
*Title: Mayor, City of Fayetteville
*Telephone Number: 479-575-8330
Fax Number:
* Email: Ijordan@fayetteville-ar.gov
*Signature of Authorized Representative:
*Date Signed: 2T 2Z`23
a
U.S. Department of Transportation
1v Federal Aviation Administration
OMB CONTROL NUMBER: 2120-0569
EXPIRATION DATE: 6/30/2023
Application for Federal Assistance (Development and Equipment Projects)
PART II — PROJECT APPROVAL INFORMATION
Part II - SECTION A
The term "Sponsor" refers to the applicant name provided in box 8 of the associated SF-424 form.
Item 1.
Does Sponsor maintain an active registration in the System for Award Management 0 Yes
❑ No
(www.SAM.gov)?
Item 2.
Can Sponsor commence the work identified in the application in the fiscal year the
❑X Yes
El No El N/A
grant is made or within six months after the grant is made, whichever is later?
Item 3.
Are there any foreseeable events that would delay completion of the project? If yes, ❑ Yes
❑X No ❑ N/A
provide attachment to this form that lists the events.
Item 4.
Will the project(s) covered by this request have impacts or effects on the
environment that require mitigating measures? If yes, attach a summary listing of ❑ Yes
0 No ❑ N/A
mitigating measures to this application and identify the name and date of the
environmental document(s).
Item 5.
Is the project covered by this request included in an approved Passenger Facility
❑ Yes
0 No ❑ N/A
Charge (PFC) application or other Federal assistance program? If yes, please
identify other funding sources by checking all applicable boxes.
❑ The project is included in an approved PFC application.
If included in an approved PFC application,
does the application only address AIP matching share? ❑ Yes ❑ No
❑ The project is included in another Federal Assistance program. Its CFDA number is below.
Item 6.
Will the requested Federal assistance include Sponsor indirect costs as described in ❑ Yes
0 No ❑ N/A
2 CFR Appendix VII to Part 200, States and Local Government and Indian Tribe
Indirect Cost Proposals?
If the request for Federal assistance includes a claim for allowable indirect costs, select the applicable indirect cost rate
the Sponsor proposes to apply:
❑ De Minimis rate of 10% as permitted by 2 CFR § 200.414.
❑ Negotiated Rate equal to % as approved by (the Cognizant Agency)
on (Date) (2 CFR part 200, appendix VII).
Note: Refer to the instructions for limitations of application associated with claiming Sponsor indirect
costs.
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 7
OMB CONTROL NUMBER: 2120-0569 OMB
EXPIRATION DATE: 6/30/2023
PART II - SECTION B
Certification Regarding Lobbying
The declarations made on this page are under the signature of the authorized representative as identified in box 21 of
form SF-424, to which this form is attached. The term "Sponsor" refers to the applicant name provided in box 8 of the
associated SF-424 form.
The Authorized Representative certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Sponsor, to any person
for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer
or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any
Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal
contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer
or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract,
grant, loan, or cooperative agreement, the Authorized Representative shall complete and submit Standard
Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
(3) The Authorized Representative shall require that the language of this certification be included in the award
documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans,
and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 7
OMB CONTROL NUMBER: 2120-0569 OMB
EXPIRATION DATE: 6/30/2023
PART II — SECTION C
The Sponsor hereby represents and certifies as follows:
1. Compatible Land Use — The Sponsor has taken the following actions to assure compatible usage of land adjacent
to or in the vicinity of the airport:
The Sponsor has adopted Drake Field Ordinance 2607, which regulates and restricts all land use activities in the
vicinity of Fayetteville -Drake Field. Adopted January 20, 1980 and as amended.
2. Defaults — The Sponsor is not in default on any obligation to the United States or any agency of the United States
Government relative to the development, operation, or maintenance of any airport, except as stated herewith:
None
3. Possible Disabilities — There are no facts or circumstances (including the existence of effective or proposed leases,
use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other
legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete
the Project or carry out the provisions of the Grant Assurances, either by limiting its legal or financial ability or
otherwise, except as follows:
None
4. Consistency with Local Plans — The project is reasonably consistent with plans existing at the time of submission
of this application) of public agencies that are authorized by the State in which the project is located to plan for the
development of the area surrounding the airport.
True
5. Consideration of Local Interest — It has given fair consideration to the interest of communities in or near where the
project may be located.
True
6. Consultation with Users — In making a decision to undertake an airport development project under Title 49, United
States Code, it has consulted with airport users that will potentially be affected by the project (§ 47105(a)(2)).
True
7. Public Hearings — In projects involving the location of an airport, an airport runway or a major runway extension, it
has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental
effects of the airport or runway location and its consistency with goals and objectives of such planning as has been
carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such
hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from
the communities where the project is located or has advised the communities that they have the right to petition the
Secretary concerning a proposed project.
N/A
8. Air and Water Quality Standards — In projects involving airport location, a major runway extension, or runway
location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary
that the project will be located, designed, constructed, and operated so as to comply with applicable and air and water
quality standards. In any case where such standards have not been approved and where applicable air and water
quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification
shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days
after the project application has been received by the Secretary.
N/A
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 3 of 7
OMB CONTROL NUMBER: 2120-0569 OMB
EXPIRATION DATE: 6/30/2023
PART II — SECTION C (Continued)
9. Exclusive Rights — There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport
owned or controlled by the Sponsor except as follows:
None
10. Land — (a) The sponsor holds the following property interest in the following areas of land, which are to be developed
or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse
interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A". [1]
The sponsor holds all property as shown on the most recent update to the airport's master plan and the attached Exhibit
A.
The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and
that such attorney or title company has determined that the Sponsor holds the above property interests.
(b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work
under the Project, the following property interest in the following areas of land on which such construction work is to be
performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A". [1]
N/A
(c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction
work under the Project, the following property interest in the following areas of land which are to be developed or used
as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on
the aforementioned property map designated as Exhibit "A". [1]
N/A
' State the character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse
interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by
the area numbers shown on the property map.
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 4 of 7
OMB CONTROL NUMBER: 2120-0569 OMB
EXPIRATION DATE: 6/30/2023
PART III - BUDGET INFORMATION - CONSTRUCTION
SECTION A —GENERAL
1. Assistance Listing Number: 20.106
2. Functional or Other Breakout: AIP 3-05-0020-054-2023
SECTION B — CALCULATION OF FEDERAL GRANT
Cost Classification
Latest Approved
Amount
(Use only for
revisions)
Adjustment
+ or (-) Amount
(Use only for
revisions
Total
Amount
Required
1. Administration expense
$ 1,000
2. Preliminary expense
3. Land, structures, right-of-way
4. Architectural engineering basic fees
29,000
5. Other Architectural engineering fees
15,000
6. Project inspection fees
25,000
7. Land development
8. Relocation Expenses
9. Relocation payments to Individuals and Businesses
10. Demolition and removal
11. Construction and project improvement
475,956
12. Equipment
13. Miscellaneous
14. Subtotal (Lines 1 through 13)
$ 545,956
15. Estimated Income (if applicable)
16. Net Project Amount (Line 14 minus 15)
545,956
17. Less: Ineligible Exclusions (Section C, line 23 g.)
17,357
18. Subtotal (Lines 16 through 17)
$ 528,599
19. Federal Share requested of Line 18
475,738
20. Grantee share
17,359
21. Other shares*
52,859
22. TOTAL PROJECT (Lines 19,20 & 21)
$ 545,956
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 5 of 7
OMB CONTROL NUMBER: 2120-0569 OMB
EXPIRATION DATE: 6/30/2023
SECTION C — EXCLUSIONS
23. Classification (Description of non -participating work)
Amount Ineligible for
Participation
a.
b.
C.
d.
e.
f.
g. Total
SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
24. Grantee Share — Fund Categories
Amount
a. Securities
b. Mortgages
c. Appropriations (by Applicant)
17,359
d. Bonds
e. Tax Levies
f. Non -Cash
g. Other (Explain):
h. TOTAL - Grantee share
25. Other Shares
Amount
a. State
52,859
b. Other
c. TOTAL - Other Shares
26. TOTAL NON-FEDERAL FINANCING
$ 70 21$
SECTION E — REMARKS
(Attach sheets if additional space is required)
10% share of Al eligible costs will be reimbursed by an Arkansas Department of Aeronautics grant.
FAA Form 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 6 of 7
OMB CONTROL NUMBER: 2120-0569
OMB EXPIRATION DATE: 6/30/2023
PART IV — PROGRAM NARRATIVE
(Suggested Format)
PROJECT: Wildlife Fence Rehabilitation
AIRPORT: Fayetteville Airport - Drake Field
1. Objective:
This project will rehabilitate inadequate wildlife fencing identified during FYV's 2022 Part 139 inspection.
Approximately 3,500 linear feet of existing barbed wire fence will be replaced with new fencing. New fence material
will be 10 ft wildlife exclusion fencing as identified by the airport's Wildlife Hazard Assessment consultant. The
project also includes fence line clearing and repair of approximately 3,400 linear feet of existing chain link fence to
remain in place.
2. Benefits Anticipated:
The construction of new fence will improve integrity of the airport fence by preventing it from washing out during
storm events and flooding from the White River located on the east and south sides of the airfield. It will increase
safety by preventing identified wildlife from accessing airfield and reducing wildlife hazards.
3. Approach: (See approved Scope of Work in Final Application)
Design and bidding will be completed in FY 2023. Construction will begin in FY 2023.
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 5100-100 (8/20) SUPERSEDES PREVIOUS EDITION Page 7 of 7
ITEM SPEC.
NO. NO. DESCRIPTION
FAYETTEVILLE - DRAKE FIELD
WILDLIFE FENCE REHABILITATION
AS -BID BUDGET
ESTIMATED UNIT EXTENDED
UNIT QUANTITY PRICE AMOUNT
1
SS-241-5.1a
Ditch Structure Type A
LF
50
$436.80
$21,840.00
2
SS-241-5.1a
Water Gate Structure Replacement
LS
1
$10,661.63
$10,661.63
3
C-102-5.1
Temporary Erosion Control
LS
1
$10,530.00
$10,530.00
4
C-105-6.1
Mobilization Maximum 5% of Total Bid
LS
1
$14,600.00
$14,600.00
5
P-151-4.1
Clearing and Grubbing
LS
1
$68,569.80
$68,569.80
6
F-164-5.1
10-ft Woven Wire Wildlife Exclusion Fence with
LF
3500
$53.84
$188,440.00
Barbed Wire
7
F-164-5.2
20-ft Manual Double Swing Vehicle Gate
EA
1
$1,687.50
$1,687.50
8
F-164-5.3
Wildlife Fence Removal (Barbed Wire on Wooden
LF
3350
$6.75
$22,612.50
Posts
9
F-162-5.1
Fence Post for Chain Link Fence Repair, Installed
EA
25
$168.75
$4,218.75
10
F-162-5.2
2 x 9 ga Galvanized Fence Fabric for Chain Link
LF
2500
$19.83
$49,575.00
Fence Repair, Installed
11
F-162-5.3
4 Point 12.5 ga Barbed Wire for Chain Link Fence
LF
1500
$8.51
$12,765.00
Repair, Installed
12
F-162-5.4
Miscellaneous Chain Link Fence Repairs
LS
1
$3,037.50
$3,037.50
13
L-119-5.1
Solar Powered L-810(L) Airport Light, Installed on
EA
8
$6,257.55
$50,060.40
Fence
14
010200-1
Bonds and Insurance
LS
1
$17,357.92
$17,357.92
TOTAL AS -BID CONSTRUCTION COST $475,956.00
ADMINISTRATION EXPENSES $1,000.00
ARCHITECTURAL ENGINEERING BASIC FEES
Design Services $21,500.00
Bidding Services $7,500.00
TOTAL ARCHITECTURAL ENGINEERING BASIC FEES $29,000.00
OTHER ARCHITECTURAL AND ENGINEERING FEES $15,000.00
PROJECT INSPECTION FEES
Construction Phase Services $21,000.00
Closeout Services $4,000.00
TOTAL PROJECT INSPECTION FEES $25,000.00
TOTAL ESTIMATED PROJECT COST $545,956,00
TOTAL ESTIMATED PROJECT COST AIP-ELIGIBLE - BASE BID $528,598.68
PROJECT FUNDING - BASE BID
Federal Aviation Administration AIP (90%) $475,738.03
Arkansas Division of Aeronautics (10%) $52,859.00
City of Fayetteville Remainder $17,359.00
TOTAL FUNDING - BASE BID $545 956.00
a-
GARVER
U.S. Department of Transportation
Federal Aviation Administration
OMB CONTROL NUMBER: 2120-0569
EXPIRATION DATE: 6/30/2023
Construction Project Final Acceptance
Airport Improvement Program Sponsor Certification
Sponsor: City of Fayetteville
Airport: Fayetteville Airport - Drake Field
Project Number: 3-05-0020-054-2023
Description of Work: Wildlife Fence Rehabilitation
Application
49 USC § 47105(d), authorizes the Secretary to require me certification from the sponsor that it will
comply with the statutory and administrative requirements in carrying out a project under the Airport
Improvement Program. General standards for final acceptance and close out of federally funded
construction projects are in 2 CFR § 200.343 — Closeout and supplemented by FAA Order 5100.38. The
sponsor must determine that project costs are accurate and proper in accordance with specific
requirements of the grant agreement and contract documents.
Certification Statements
Except for certification statements below marked not applicable (N/A), this list includes major
requirements of the construction project. Selecting "Yes" represents sponsor acknowledgment and
confirmation of the certification statement. The term "will" means Sponsor action taken at appropriate
time based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with
all applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
1. The personnel engaged in project administration, engineering supervision, project inspection, and
acceptance testing were or will be determined to be qualified and competent to perform the work
(Grant Assurance).
0 Yes ❑ No ❑ N/A
2. Construction records, including daily logs, were or will be kept by the resident
engineer/construction inspector that fully document contractor's performance in complying with:
a. Technical standards (Advisory Circular (AC) 150/5370-12);
b. Contract requirements (2 CFR part 200 and FAA Order 5100.38); and
c. Construction safety and phasing plan measures (AC 150/5370-2).
0 Yes ❑ No ❑ N/A
3. All acceptance tests specified in the project specifications were or will be performed and
documented. (AC 150/5370-12).
0 Yes ❑ No ❑ N/A
FAA Form 5100-129 (8/20) SUPERSEDES PREVIOUS EDITION page 1 of 3
4. Sponsor has taken or will take appropriate corrective action for any test result outside of
allowable tolerances (AC 150/5370-12).
0 Yes ❑ No ❑ N/A
5. Pay reduction factors required by the specifications were applied or will be applied in computing
final payments with a summary made available to the FAA (AC 150/5370-10).
0 Yes ❑ No ❑ N/A
6. Sponsor has notified, or will promptly notify the Federal Aviation Administration (FAA) of the
following occurrences:
a. Violations of any federal requirements set forth or included by reference in the contract
documents (2 CFR part 200);
b. Disputes or complaints concerning federal labor standards (29 CFR part 5); and
c. Violations of or complaints addressing conformance with Equal Employment Opportunity or
Disadvantaged Business Enterprise requirements (41 CFR Chapter 60 and 49 CFR part 26).
Q Yes ❑ No ❑ N/A
7. Weekly payroll records and statements of compliance were or will be submitted by the prime
contractor and reviewed by the sponsor for conformance with federal labor and civil rights
requirements as required by FAA and U.S. Department of Labor (29 CFR Part 5).
❑X Yes ❑ No ❑ N/A
8. Payments to the contractor were or will be made in conformance with federal requirements and
contract provisions using sponsor internal controls that include:
a. Retaining source documentation of payments and verifying contractor billing statements
against actual performance (2 CFR § 200.302 and FAA Order 5100.38);
b. Prompt payment of subcontractors for satisfactory performance of work (49 CFR § 26.29);
c. Release of applicable retainage upon satisfactory performance of work (49 CFR § 26.29);
and
d. Verification that payments to DBEs represent work the DBE performed by carrying out a
commercially useful function (49 CFR §26.55).
0 Yes ❑ No ❑ N/A
9. A final project inspection was or will be conducted with representatives of the sponsor and the
contractor present that ensure:
a. Physical completion of project work in conformance with approved plans and specifications
(Order 5100.38);
b. Necessary actions to correct punch list items identified during final inspection are complete
(Order 5100.38); and
c. Preparation of a record of final inspection and distribution to parties to the contract
(Order 5100.38);
0 Yes ❑ No ❑ N/A
10. The project was or will be accomplished without material deviations, changes, or modifications
from approved plans and specifications, except as approved by the FAA (Order 5100.38).
0 Yes ❑ No ❑ N/A
FAA Form 5100-129 (8/20) SUPERSEDES PREVIOUS EDITION page 2 of 3
Application for Federal Assistance SF-424
16. Congressional Districts Of:
*a. Applicant: AR-003 *b. Program/Project: AR-003
Attach an additional list of Program/Project Congressional Districts if needed.
17. Proposed Project:
*a. Start Date: 09/01/2023 *b. End Date: 02/28/2024
18. Estimated Funding ($):
*a. Federal $ 475,738
*b. Applicant $ 17,359
*c. State $ 52,859
*d. Local $ 0
*e. Other $ 0
*f. Program Income $ 0
*g. TOTAL $ 545,956
*19. Is Application Subject to Review By State Under Executive Order 12372 Process?
❑ a. This application was made available to the State under the Executive Order 12372 Process for review on
❑ b. Program is subject to E.O. 12372 but has not been selected by the State for review.
❑X c. Program is not covered by E.O. 12372.
*20. Is the Applicant Delinquent On Any Federal Debt?
❑ Yes ❑X No
If "Yes", explain:
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)
QX ** 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: Mr. *First Name: Lloneld
Middle Name:
*Last Name: Jordan
Suffix:
*Title: Mayor, City of Fayetteville
*Telephone Number: 479-575-8330
Fax Number:
* Email: Ijordan@fayetteville-ar.gov
*Signature of Authorized Representative:
*Date Signed: 2T 2Z`23
a
11. The construction of all buildings have complied or will comply with the seismic construction
requirements of 49 CFR § 41.120.
❑ Yes ❑ No ❑X N/A
12. For development projects, sponsor has taken or will take the following close-out actions:
a. Submit to the FAA a final test and quality assurance report summarizing acceptance test
results, as applicable (Grant Condition);
b. Complete all environmental requirements as established within the project environmental
determination (Oder 5100.38); and
c. Prepare and retain as -built plans (Order 5100.38).
❑X Yes ❑ No ❑ N/A
13. Sponsor has revised or will revise their airport layout plan (ALP) that reflects improvements made
and has submitted or will submit an updated ALP to the FAA no later than 90 days from the
period of performance end date. (49 USC § 47107 and Order 5100.38).
❑X Yes ❑ No ❑ N/A
Attach documentation clarifying any above item marked with "No" response.
Sponsor's Certification
certify, for the project identified herein, responses to the forgoing items are accurate as marked and
additional documentation for any item marked "no" is correct and complete.
Executed on this 2Q411day of i (A nQ , 2023
Name of Sponsor: City of Fayetteville
Name of Sponsor's Authorized Official: Honorable Lioneld Jordan
Title of Sponsor's Authorized Official: Mayor,
Signature of Sponsor's Authorized Official:
declare under penalty of perjury that the foregoing i rue an orrect. I understand that knowingly and
willfully providing false information to the federal gov&aaw6 is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-129 (8/20) SUPERSEDES PREVIOUS EDITION page 3 of 3
U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569
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: 3-05-0020-054-2023
Description of Work: Wildlife Fence Rehabilitation
Application
49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply
with the statutory and administrative requirements in carrying out a project under the Airport Improvement
Program (AIP). General requirements on the drug -free workplace within federal grant programs are
described in 2 CFR part 182. Sponsors are required to certify they will be, or will continue to provide, a
drug -free workplace in accordance with the regulation. The AIP project grant agreement contains specific
assurances on the Drug -Free Workplace Act of 1988.
Certification Statements
Except for certification statements below marked as not applicable (N/A), this list includes major
requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and
confirmation of the certification statement. The term "will" means Sponsor action taken at appropriate time
based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all
applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
1. A statement has been or will be published prior to commencement of project notifying employees
that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled
substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against
employees for violation of such prohibition (2 CFR § 182.205).
p 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.
p 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).
0 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.
p 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).
p 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.
p 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 2_0 fhclay of Jon C, , 2023
Name of Sponsor: City of Fayetteville
Name of Sponsor's Authorized Official: Honorable Lioneld Jordan
Title of Sponsor's Authorized Official: Mayor, Cj,(jr of
Signature of Sponsor's Authorized Official--L -
I declare under penalty of perjury that the foregoing is tru�.,Ad correct. I understand that knowingly and
willfully providing false information to the federal government is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-130 (8/20) SUPERSEDES PREVIOUS EDITION Page 3 of 3
U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569
Federal Aviation Administration EXPIRATION DATE: 6/30/2023
Equipment and Construction Contracts
Airport Improvement Sponsor Certification
Sponsor: City of Fayetteville, Arkansas
Airport: Fayetteville Airport -Drake Field
Project Number: 3-05-0020-054-2023
Description of Work: Wildlife Fence Rehabilitation
Application
49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply
with the statutory and administrative requirements in carrying out a project under the Airport Improvement
Program (AIP). General procurement standards for equipment and construction contracts within Federal
grant programs are described in 2 CFR §§ 200.317-200.326. Labor and Civil Rights Standards
applicable to the AIP are established by the Department of Labor (www.dol.gov) AIP Grant Assurance
C.1—General Federal Requirements identifies all applicable Federal Laws, regulations, executive orders,
policies, guidelines and requirements for assistance under the AIP. Sponsors may use state and local
procedures provided the procurement conforms to these federal standards.
This certification applies to all equipment and construction projects. Equipment projects may or may not
employ laborers and mechanics that qualify the project as a "covered contract" under requirements
established by the Department of Labor requirements. Sponsor shall provide appropriate responses to
the certification statements that reflect the character of the project regardless of whether the contract is
for a construction project or an equipment project.
Certification Statements
Except for certification statements below marked as not applicable (N/A), this list includes major
requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and
confirmation of the certification statement. The term "will" means Sponsor action taken at appropriate
time based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all
applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
A written code or standard of conduct is or will be in effect prior to commencement of the project
that governs the performance of the sponsor's officers, employees, or agents in soliciting,
awarding and administering procurement contracts (2 CFR § 200.318).
❑xYes El No El N/A
FAA Form 5100-131 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 4
2. For all contracts, qualified and competent personnel are or will be engaged to perform contract
administration, engineering supervision, construction inspection, and testing
(Grant Assurance C.17).
❑x Yes ❑ No ❑ N/A
3. Sponsors that are required to have a Disadvantage Business Enterprise (DBE) program on file
with the FAA have included or will include clauses required by Title VI of the Civil Rights Act and
49 CFR Part 26 for Disadvantaged Business Enterprises in all contracts and subcontracts.
p Yes ❑ No ❑ N/A
4. Sponsors required to have a DBE program on file with the FAA have implemented or will
implement monitoring and enforcement measures that:
a. Ensure work committed to Disadvantaged Business Enterprises at contract award is
actually performed by the named DBEs (49 CFR § 26.37(b));
b. Include written certification that the sponsor has reviewed contract records and has
monitored work sites for performance by DBE firms (49 CFR § 26.37(b)); and
c. Provides for a running tally of payments made to DBE firms and a means for comparing
actual attainments (i.e. payments) to original commitments (49 CFR § 26.37(c)).
❑x Yes ❑ No ❑ N/A
5. Sponsor procurement actions using the competitive sealed bid method (2 CFR § 200.320(c)). was
or will be:
a. Publicly advertised, allowing a sufficient response time to solicit an adequate number of
interested contractors or vendors;
b. Prepared to include a complete, adequate and realistic specification that defines the
items or services in sufficient detail to allow prospective bidders to respond;
c. Publicly opened at a time and place prescribed in the invitation for bids; and
d. Prepared in a manner that result in a firm fixed price contract award to the lowest
responsive and responsible bidder.
❑x Yes ❑ No ❑ N/A
6. For projects the Sponsor proposes to use the competitive proposal procurement method (2 CFR §
200.320(d)), Sponsor has requested or will request FAA approval prior to proceeding with a
competitive proposal procurement by submitting to the FAA the following:
a. Written justification that supports use of competitive proposal method in lieu of the
preferred sealed bid procurement method;
b. Plan for publicizing and soliciting an adequate number of qualified sources; and
c. Listing of evaluation factors along with relative importance of the factors.
p Yes ❑ No ❑ N/A
7. For construction and equipment installation projects, the bid solicitation includes or will include the
current federal wage rate schedule(s) for the appropriate type of work classifications (2 CFR Part
200, Appendix II).
p Yes ❑ No ❑ N/A
FAA Form 5100-131 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 4
8. Concurrence was or will be obtained from the Federal Aviation Administration (FAA) prior to
contract award under any of the following circumstances (Order 5100.38D):
a. Only one qualified person/firm submits a responsive bid;
b. Award is to be made to other than the lowest responsible bidder; and
c. Life cycle costing is a factor in selecting the lowest responsive bidder.
0 Yes ❑ No ❑ N/A
9. All construction and equipment installation contracts contain or will contain provisions for:
a. Access to Records (§ 200.336)
b. Buy American Preferences (Title 49 U.S.C. § 50101)
c. Civil Rights - General Provisions and Title VI Assurances( 41 CFR part 60)
d. Federal Fair Labor Standards (29 U.S.C. § 201, et seq)
e. Occupational Safety and Health Act requirements (20 CFR part 1920)
f. Seismic Safety — building construction (49 CFR part 41)
g. State Energy Conservation Requirements - as applicable(2 CFR part 200, Appendix II)
h. U.S. Trade Restriction (49 CFR part 30)
i. Veterans Preference (49 USC § 47112(c))
p Yes ❑ No ❑ N/A
10. All construction and equipment installation contracts exceeding $2,000 contain or will contain the
provisions established by:
a. Davis -Bacon and Related Acts (29 CFR part 5)
b. Copeland "Anti -Kickback" Act (29 CFR parts 3 and 5)
p Yes ❑ No ❑ N/A
11. All construction and equipment installation contracts exceeding $3,000 contain or will contain a
contract provision that discourages distracted driving (E.O. 13513).
❑x Yes ❑ No ❑ N/A
12. All contracts exceeding $10,000 contain or will contain the following provisions as applicable:
a. Construction and equipment installation projects - Applicable clauses from
41 CFR Part 60 for compliance with Executive Orders 11246 and 11375 on Equal
Employment Opportunity;
b. Construction and equipment installation - Contract Clause prohibiting segregated facilities
in accordance with 41 CFR part 60-1.8;
c. Requirement to maximize use of products containing recovered materials in accordance
with 2 CFR § 200.322 and 40 CFR part 247; and
d. Provisions that address termination for cause and termination for convenience
(2 CFR Part 200, Appendix II).
❑x Yes ❑ No ❑ N/A
FAA Form 5100-131 (8/20) SUPERSEDES PREVIOUS EDITION Page 3 of 4
13. All contracts and subcontracts exceeding $25,000: Measures are in place or will be in place (e.g.
checking the System for Award Management) that ensure contracts and subcontracts are not
awarded to individuals or firms suspended, debarred, or excluded from participating in federally
assisted projects (2 CFR parts 180 and 1200).
❑x Yes ❑ No ❑ N/A
14. Contracts exceeding the simplified acquisition threshold (currently $250,000) include or will include
provisions, as applicable, that address the following:
a. Construction and equipment installation contracts - a bid guarantee of 5%, a performance
bond of 100%, and a payment bond of 100% (2 CFR § 200.325);
b. Construction and equipment installation contracts - requirements of the Contract Work
Hours and Safety Standards Act (40 USC 3701-3708, Sections 103 and 107);
c. Restrictions on Lobbying and Influencing (2 CFR part 200, Appendix II);
d. Conditions specifying administrative, contractual and legal remedies for instances where
contractor of vendor violate or breach the terms and conditions of the contract (2 CFR
§200, Appendix II); and
e. All Contracts - Applicable standards and requirements issued under Section 306 of the
Clean Air Act (42 USC 7401-7671 q), Section 508 of the Clean Water Act (33 USC
1251-1387, and Executive Order 11738.
❑x Yes ❑ No ❑ N/A
Attach documentation clarifying any above item marked with "No" response.
Sponsor's Certification
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 ZO�h day of JUV1 e 2023
Name of Sponsor: City of Fayetteville, Arkansas
Name of Sponsor's Authorized Official: Honorable Lioneld Jordan
Title of Sponsor's Authorized Official: Mayor, Ciq/gf Fayetteville
Signature of Sponsor's Authorized Officia f!(/v .�
I declare under penalty of perjury that the foregoing is true a d rrect. I understand that knowingly and
willfully providing false information to the federal governmen s a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-131 (8/20) SUPERSEDES PREVIOUS EDITION Page 4 of 4
U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569
Federal Aviation Administration EXPIRATION DATE: 6/30/2023
Project Plans and Specifications
Airport Improvement Program Sponsor Certification
Sponsor: City of Fayetteville, Arkansas
Airport: Fayette Airport -Drake Field
Project Number: 3-05-0020-054-2023
Description of Work: Wildlife Fence Rehabilitation
Application
49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply
with the statutory and administrative requirements in carrying out a project under the Airport Improvement
Program (AIP). Labor and civil rights standards applicable to AIP are established by the Department of
Labor (www.dol.gov/). AIP Grant Assurance C.1—General Federal Requirements identifies applicable
federal laws, regulations, executive orders, policies, guidelines and requirements for assistance under
AIP. A list of current advisory circulars with specific standards for procurement, design or construction of
airports, and installation of equipment and facilities is referenced in standard airport sponsor Grant
Assurance 34 contained in the grant agreement.
Certification Statements
Except for certification statements below marked as not applicable (N/A), this list includes major
requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and
confirmation of the certification statement. The term "will' means Sponsor action taken at appropriate
time based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all
applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
1. The plans and specifications were or will be prepared in accordance with applicable federal
standards and requirements, so that no deviation or modification to standards set forth in the
advisory circulars, or FAA -accepted state standard, is necessary other than those explicitly
approved by the Federal Aviation Administration (FAA) (14 USC § 47105).
p Yes ❑ No ❑ N/A
2. Specifications incorporate or will incorporate a clear and accurate description of the technical
requirement for the material or product that does not contain limiting or proprietary features that
unduly restrict competition (2 CFR §200.319).
p Yes ❑ No ❑ N/A
FAA Form 5100-132 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 3
3. The development that is included or will be included in the plans is depicted on the current airport
layout plan as approved by the FAA (14 USC § 47107).
0 Yes ❑ No ❑ N/A
4. Development and features that are ineligible or unallowable for AIP funding have been or will be
omitted from the plans and specifications (FAA Order 5100.38, par. 3-43).
0 Yes ❑ No ❑ N/A
5. The specification does not use or will not use "brand name" or equal to convey requirements
unless sponsor requests and receives approval from the FAA to use brand name (FAA Order
5100.38, Table U-5).
0 Yes ❑ No ❑ N/A
6. The specification does not impose or will not impose geographical preference in their
procurement requirements (2 CFR §200.319(b) and FAA Order 5100.38, Table U-5).
0 Yes ❑ No ❑ N/A
7. The use of prequalified lists of individuals, firms or products include or will include sufficient
qualified sources that ensure open and free competition and that does not preclude potential
entities from qualifying during the solicitation period (2 CFR §319(d)).
0 Yes ❑ No ❑ N/A
8. Solicitations with bid alternates include or will include explicit information that establish a basis for
award of contract that is free of arbitrary decisions by the sponsor (2 CFR § 200.319(a)(7)).
0 Yes ❑ No ❑ N/A
9. Concurrence was or will be obtained from the FAA if Sponsor incorporates a value engineering
clause into the contract (FAA Order 5100.38, par. 3-57).
0 Yes ❑ No ❑ N/A
10. The plans and specifications incorporate or will incorporate applicable requirements and
recommendations set forth in the federally approved environmental finding (49 USC §47106(c)).
0 Yes ❑ No ❑ N/A
11. The design of all buildings comply or will comply with the seismic design requirements of 49 CFR
§ 41.120. (FAA Order 5100.38d, par. 3-92)
❑ Yes ❑ No 0 N/A
12. The project specification include or will include process control and acceptance tests required for
the project by as per the applicable standard:
a. Construction and installation as contained in Advisory Circular (AC) 150/5370-10.
0 Yes ❑ No ❑ N/A
FAA Form 5100-132 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 3
b. Snow Removal Equipment as contained in AC 150/5220-20.
❑ Yes ❑ No ❑x N/A
c. Aircraft Rescue and Fire Fighting (ARFF) vehicles as contained in AC 150/5220-10.
❑ Yes []No ❑x N/A
13. For construction activities within or near aircraft operational areas(AOA):
a. The Sponsor has or will prepare a construction safety and phasing plan (CSPP) conforming
to Advisory Circular 150/5370-2.
b. Compliance with CSPP safety provisions has been or will be incorporated into the plans
and specifications as a contractor requirement.
c. Sponsor will not initiate work until receiving FAA's concurrence with the CSPP (FAA Order
5100.38, Par. 5-29).
❑x Yes ❑ No ❑ N/A
14. The project was or will be physically completed without federal participation in costs due to errors
and omissions in the plans and specifications that were foreseeable at the time of project design
(49 USC §47110(b)(1) and FAA Order 5100.38d, par. 3-100).
❑x Yes ❑ No ❑ N/A
Attach documentation clarifying any above item marked with "No" response.
Sponsor's Certification
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and
additional documentation for any item marked "no" is correct and complete.
Executed on this lel7 day of c UQ, , 2023
Name of Sponsor: City of Fayetteville, Arkansas
Name of Sponsor's Authorized Official: Honorable Lioneld Jordan
Title of Sponsor's Authorized Official: Mayor, City 91, Fayetteville ( \
Signature of Sponsor's Authorized
declare under penalty of perjury that the foregoing is true �1Sd correct. I understand that knowingly and
willfully providing false information to the federal government is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-132 (8/20) SUPERSEDES PREVIOUS EDITION Page 3 of 3
U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569
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: 3-05-0020-054-2023
Description of Work: Wildlife Fence Rehabilitation
Application
49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply
with the statutory and administrative requirements in carrying out a project under the Airport Improvement
Program (AIP). General requirements for selection of consultant services within federal grant programs
are described in 2 CFR §§ 200.317-200.326. Sponsors may use other qualifications -based procedures
provided they are equivalent to standards of Title 40 chapter 11 and FAA Advisory Circular 150/5100-14,
Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects.
Certification Statements
Except for certification statements below marked as not applicable (N/A), this list includes major
requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and
confirmation of the certification statement. The term "will' means Sponsor action taken at appropriate time
based on the certification statement focus area, but no later than the end of the project period of
performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all
applicable statutory and administrative standards. The source of the requirement is referenced within
parenthesis.
1. Sponsor acknowledges their responsibility for the settlement of all contractual and administrative
issues arising out of their procurement actions (2 CFR § 200.318(k)).
p 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).
p 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).
p 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).
p 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)).
p 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).
p 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).
p Yes ❑ No ❑ N/A
11. Sponsor has prepared or will prepare a record of negotiations detailing the history of the
procurement action, rationale for contract type and basis for contract fees (2 CFR §200.318(i)).
p 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)
p 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)).
❑x Yes ❑ No ❑ N/A
14. Sponsor is not using or will not use the prohibited cost -plus -percentage -of -cost (CPPC) contract
method. (2 CFR § 200.323(d)).
❑x Yes ❑ No ❑ N/A
Attach documentation clarifying any above item marked with "no" response.
Sponsor's Certification
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and
additional documentation for any item marked "no" is correct and complete.
I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and
willfully providing false information to the federal government is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
Executed on this 2-& day of Jun C. , 2023
Name of Sponsor: City of Fayetteville, Arkansas
Name of Sponsor's Authorized Official: Honorable Lioneld Jordan
Title of Sponsor's Authorized Official: Mayor
ity of
d .
Signature of Sponsor's Authorized
I declare under penalty of perjury that the foregoing is tru and.,oforrect. I understand that knowingly and
willfully providing false information to the federal governnrj--Wis 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
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, Arkansas
Airport: Fayetteville Airport -Drake Field
Project Number: 3-05-0020-054-2023
Description of Work: Wildlife Fence Rehabilitation
Application
Title 2 CFR § 200.112 and § 1201.112 address Federal Aviation Administration (FAA) requirements for
conflict of interest. As a condition of eligibility under the Airport Improvement Program (AIP), sponsors
must comply with FAA policy on conflict of interest. Such a conflict would arise when any of the following
have a financial or other interest in the firm selected for award:
a) The employee, officer or agent,
b) Any member of his immediate family,
c) His or her partner, or
d) An organization which employs, or is about to employ, any of the above.
Selecting "Yes" represents sponsor or sub -recipient acknowledgement and confirmation of the
certification statement. Selecting "No" represents sponsor or sub -recipient disclosure that it cannot fully
comply with the certification statement. If "No" is selected, provide support information explaining the
negative response as an attachment to this form. This includes whether the sponsor has established
standards for financial interest that are not substantial or unsolicited gifts are of nominal value (2 CFR §
200.318(c)). The term "will" means Sponsor action taken at appropriate time based on the certification
statement focus area, but no later than the end of the project period of performance.
Certification Statements
The sponsor or sub -recipient maintains a written standards of conduct governing conflict of
interest and the performance of their employees engaged in the award and administration of
contracts (2 CFR § 200.318(c)). To the extent permitted by state or local law or regulations, such
standards of conduct provide for penalties, sanctions, or other disciplinary actions for violations of
such standards by the sponsor's and sub -recipient's officers, employees, or agents, or by
contractors or their agents.
p Yes ❑ No
FAA Form 5100-135 (8/20) SUPERSEDES PREVIOUS EDITION Page 1 of 2
2. The sponsor's or sub -recipient's officers, employees or agents have not and will not solicit or
accept gratuities, favors or anything of monetary value from contractors, potential contractors, or
parties to sub -agreements (2 CFR § 200.318(c)).
❑x Yes ❑ No
3. The sponsor or sub -recipient certifies that is has disclosed and will disclose to the FAA any
known potential conflict of interest (2 CFR § 1200.112).
❑x Yes ❑ No
Attach documentation clarifying any above item marked with "no" response.
Sponsor's Certification
certify, for the project identified herein, responses to the forgoing items are accurate as marked and
have the explanation for any item marked "no" is correct and complete.
Executed on this2, o1rh dayof J U n t , 2023
Name of Sponsor: City of Fayetteville, Arkansas
Name of Sponsor's Authorized Official: Honorable Lioneld Jordan
Title of Sponsor's Authorized Official: Mayor, City XFayetteville
Signature of Sponsor's Authorized
I declare under penalty of perjury that the foregoing is true end correct. I understand that knowingly and
willfully providing false information to the federal government is a violation of 18 USC § 1001 (False
Statements) and could subject me to fines, imprisonment, or both.
FAA Form 5100-135 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 2
CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of an agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with
the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal
contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard
Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents
for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and
cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification
is a material representation of fact upon which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction
imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
Statement for Loan Guarantees and Loan Insurance
The undersigned states, to the best of his or her knowledge and belief, that:
If any funds have been paid or will be paid to any person for influencing or attempting to influence an officer
or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of
a Member of Congress in connection with this commitment providing for the United States to insure or
guarantee a loan, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying
Activities," in accordance with its instructions. Submission of this statement is a prerequisite for making or
entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the
required statement shall be subject to a civil penalty of not less than $10,000 and not more than $100,000
for each such failure.
* APPLICANT'S ORGANIZATION
City of Fayetteville, Arkansas
* PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE
Prefix: Mr. * First Namef ione' d Middle Name:
* Last Name: roan Suffix:
* Title:
* SIGNATURE:1 l-oP' ' 1 / I * DATE:
ENGINEERING SERVICES RECORD OF NEGOTIATION
Fayetteville — Drake Field
FYV Wildlife Fence Rehabilitation (Design and Construction)
Anticipated A.I.P. Grant: 3-05-0020-054-2023
• On September 22, 2022, the airport requested a scope of services from Garver for a FYV
Wildlife Fence Rehabilitation project.
• On October 5, 2022, Garver sent a scope of services for the FYV Wildlife Fence Rehabilitation
project to the City of Fayetteville. The Airport approved the scope of services.
• On October 24, 2022, Garver submitted an engineering contract to the airport for review. The
contract was reviewed by the Airport's Attorney. In addition, airport staff performed a cost
analysis of the engineering contract. The engineering contract was compared to other work
completed by the Airport of similar scope per section 2.13.3 of FAA AC 150/5100-14E. The
engineering contract was determined to be fair and reasonable. A copy of the contract
submission is included in the grant application.
On June 2, 2023, Garver submitted a contract amendment for additional engineering services
completed to the airport for review. The contract was reviewed by the Airport's Attorney. In
addition, airport staff performed a cost analysis of the engineering contract. The engineering
contract was compared to other work completed by the Airport of similar scope per section
2.13.3 of FAA AC 150/5100-14E. The engineering contract amendment was determined to be
fair and reasonable. A copy of the contract amendment is included in the grant application.
• The negotiations were conducted in good faith to ensure the fees are fair and reasonable.
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 286-22
File Number: 2022-1052
GARVER, LLC TASK ORDER NO.5 WILDLIFE FENCE REHABILITATION
PROJECT:
A RESOLUTION TO APPROVE TASK ORDER NO. 5 WITH GARVER, LLC IN THE
AMOUNT OF $54,000.00 FOR DESIGN, BIDDING AND CONSTRUCTION PHASE
SERVICES ASSOCIATED WITH THE WILDLIFE FENCE REHABILITATION PROJECT AT
DRAKE FIELD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF
$5,400.00, AND TO APPROVE A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan
to sign Task Order No. 5 with Garver, LLC in the amount of $54,000.00 for design, bidding and
construction phase services associated with the Wildlife Fence Rehabilitation Project at Drake Field,
and further approves a project contingency in the amount of $5,400.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
PASSED and APPROVED on 12/6/2022
Page 1 Printed on 1217122
Resolution: 286-22
File Number. 2022-1052
Attest:
,`01111
K
• s
• FAYE
Kara Paxton, City Clerk Treasurer may. y
'•'yam • • AN --, - �.
..-
��';�4 ; I0 N" ;) IF
Page 2 Printed on 1217122
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
Sri (479) 575-8323
Text File
File Number: 2022-1052
Agenda Date: 12/6/2022 Version: 1 Status: Passed
In Control: City Council Meetinq File Type: Resolution
Agenda Number: A.17
GARVER, LLC TASK ORDER NO.5 WILDLIFE FENCE REHABILITATION PROJECT:
A RESOLUTION TO APPROVE TASK ORDER NO. 5 WITH GARVER, LLC IN THE AMOUNT OF
$54,000.00 FOR DESIGN, BIDDING AND CONSTRUCTION PHASE SERVICES ASSOCIATED
WITH THE WILDLIFE FENCE REHABILITATION PROJECT AT DRAKE FIELD, TO APPROVE A
PROJECT CONTINGENCY IN THE AMOUNT OF $5,400.00, AND TO APPROVE A BUDGET
ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign
Task Order No. 5 with Garver, LLC in the amount of $54,000.00 for design, bidding and construction phase
services associated with the Wildlife Fence Rehabilitation Project at Drake Field, and further approves a
project contingency in the amount of $5,400.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a
copy of which is attached to this Resolution.
City of Fayetteville, Arkansas Page 1 Printed on 121712022
Jared Rabren
Submitted By
City of Fayetteville Staff Review Form
2022-1052
Legistar File ID
12/6/2022
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
11/15/2022 AIRPORT SERVICES (760)
Submitted Date Division / Department
Action Recommendation:
Staff requests approval for the Aviation Division to execute Task Order 05 in the amount of $54,000 for Garver, LLC
to complete design, bidding, and construction phase services for the proposed Wildlife Fence Rehabilitation
project at Fayetteville — Drake Field Airport, approve project contingency of $5,400, and to approve a budget
adjustment.
Budget Impact:
5550.760.3960-5860.02
Airport
Account Number
Fund
32206.2022
Airport Wildlife Fence Rehab
Project Number
Project Title
Budgeted Item? No
Current Budget
$ -
Funds Obligated
$ -
Current Balance
Does item have a cost? Yes
Item Cost
$ 54,000.00
Budget Adjustment Attached? Yes
Budget Adjustment
$ 59,400.00
Remaining Budget
5,400.00
V20210527
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number: Approval Date:
Original Contract Number:
Comments:
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF DECEMBER 6, 2022
TO: Lioneld Jordan, Mayor AND City Council
THRU: Susan Norton, Chief of Staff
Terry Gulley, Assistant Public Works Director
FROM: Jared Rabren, Airport Director
DATE: November 15, 2022
CITY COUNCIL MEMO
SUBJECT: FYV Wildlife Fence Rehabilitation — Engineering Service Task Order (Garver)
RECOMMENDATION:
Staff requests approval for the Aviation Division to execute Task Order 05 in the amount of $54,000 for
Garver, LLC to complete design, bidding, and construction phase services for the proposed Wildlife Fence
Rehabilitation project at Fayetteville — Drake Field Airport, approve project contingency of $5,400, and to
approve a budget adjustment.
BACKGROUND:
The airport's most recent FAA Part 139 inspection identified deficiencies with the existing wildlife fencing
located south and east of the runway. Approximately 3,500 linear feet of existing barbed wire fence
construction is non -compliant and must be replaced to meet FAA standards. Fence line clearing and
localized repairs are necessary for an additional 3,400 linear feet of existing chain link fence to remain in
place. Rehabilitation of the wildlife fencing will increase airport safety by reducing the potential for wildlife
hazards.
DISCUSSION:
Approval of Task Order 05 will authorize Garver to proceed with design services and bidding services.
The project is expected to advertise for bids in Spring 2023. Upon receipt of bids, Garver, in collaboration
with the Aviation Division, will prepare an FAA AIP grant application that will be submitted for signature of
the Mayor. The AIP grant will cover 90% of the project costs, with the remaining 10% to be funded through
an Arkansas Department of Aeronautics (ADA) grant at the completion of the project.
Upon receipt of an FAA grant offer in Spring 2023, the Airport Division will seek approval from the Council
to execute the grant offer and execute a construction contract with the lowest responsive and responsible
bidder. Below is a summary of the anticipated project costs and funding breakdown. All costs associated
with this task order are included in the total project cost.
Administration and Other Costs (Estimated) $5, 000
Engineering Services: $54,000.00 FAA: $318,600.00
Construction (Estimated): $295,000.00 ADA: $35,400.00
TOTAL: $354,000.00 TOTAL: $354,000.00
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
BUDGET/STAFF IMPACT:
The Aviation Division may expend up to $59,400 of its fund balance reserve. This amount includes $48,600
for cash -flow to cover the FAA's 90% share until reimbursement in Summer 2023, $5,400 for cash -flow to
cover the ADA's 10% share until reimbursement at the end of the project, and a 10% project contingency
of $5,400.
Attachments:
Staff Review Form
City Council Memo
Garver Task Order 05
BA
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
APPENDIX A-05
TASK ORDER 05
FAYETTEVILLE — DRAKE FIELD AIRPORT
WILDLIFE FENCE REHABILITATION
This TASK ORDER is made as of (/e(',ph,( f�ti� 11 , 2022 by and between the CITY
OF FAYETTEVILLE of Fayetteville, Arkansas hereinafter referred to as "CITY OF FAYETTEVILLE," and
GARVER, LLC, hereinafter referred to as "GARVER", in accordance with the provisions of the
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES executed on November 17, 2020.
Under this Task Order, the CITY OF FAYETTEVILLE intends to make the following improvements for the
FYV Wildlife Fencing Rehabilitation project.
Improvements will consist primarily of rehabilitation of existing wildlife fencing south and
east of Runway 16-34.
GARVER will provide professional services related to these improvements as described herein.
SECTION 1- SCOPE OF SERVICES
GARVER will provide services as detailed in Exhibit A-05.
SECTION 2 — PAYMENT
For the work described under SECTION 1 - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will
pay GARVER on a lump sum basis and cost-plus basis.
The table below presents a summary of the fee amounts and fee types for this contract.
WORK DESCRIPTION
FEE AMOUNT
FEE TYPE
Design Services
$21,500
Lump Sum
Bidding Services
$7,500
Lump Sum
Construction Phase Services
$21,000
Cost + FF
Project Closeout
$4,000
Lump Sum
TOTAL FEE
S54,000
Design Services, Bidding Services & Project Closeout:
The CITY OF FAYETTEVILLE will pay GARVER the lump sum amount not to exceed $33,000. For
informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-05 with
approximate current hourly rates for each employee classification.
Construction Phase Services:
The CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the unburdened hourly
payroll rate of each of GARVER's personnel during the performance of these services for work time
directly connected with the project, plus payroll and general overhead costs of 191.01% of the unburdened
Task Order 05 1 of 2
FYV Wildlife Fence Rehabilitation Garver Project No. 22AI3211
hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus
a fixed fee of $2,739.13. Estimated cost of these services, including the fixed fee is $21,000. The actual
total fee may not exceed this estimate without prior approval from the CITY OF FAYETTEVILLE. For
informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-05 with
approximate current hourly rates for each employee classification. Underruns in any phase may be used to
offset overruns in another phase as long as the overall contract amount is not exceeded.
Expenses other than salary costs that are directly attributable to performance of our professional services
will be billed as follows:
1. Direct cost for travel, long distance and wireless communications, outside reproduction and
presentation material preparation, and mail/courier expenses.
2. Charges similar to commercial rates for reports, plan sheets, presentation materials, etc.
3. The amount allowed by the federal government for mileage with an additional $0.05 for survey
trucks/vans.
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-05 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 apart of this Agreement:
3.1.1 Exhibit A-05 Scope of Services
3.1.2 Exhibit B-05 Manhour Tables
3.1.3 Exhibit C-05 Project Exhibit
This Agreement may be executed in two (2) or more counterparts each of which shall be deemed an original,
but all of which together shall constitute one and the same instrument.
Approval and acceptance of this Task Order, including attachments listed in SECTION 3 —EXHIBITS,
shall incorporate this document as part of the Agreement. Garver is authorized to begin performance upon
receipt of a copy of this Task Order signed by the CITY OF FAYETTEVILLE. The effective date of this
Task Order shall be the last date written below.
CITY OFF YETTEVILLE, ARKANSAS GARVER
By . ✓�1 By:
Ma r, Lion'
J
\_ER'K
ATTEST: �'. CI T y r�F'�i
By: ��: �qY"r% Tiile.a Senior Projcct Manaser
City Clerk T!'e_a6cut"e; �, l'/C(�
a
Task Order 05
FYV Wildlife Fence Rehabilitation Garver Projcct No. 22A 13211
GARVER
EXHIBIT A-05
(SCOPE OF SERVICES)
Generally, the Scope of Services includes the following professional services for the Wildlife Fencing
Rehabilitation project at Fayetteville — Drake Field Airport. Improvements will consist primarily of
rehabilitating inadequate wildlife fencing identified during the airport's most recent FAA Part 139
inspection. The scope of this rehabilitation project is expected to include replacing approximately 3,500
linear feet of existing barbed wire fence, fence line clearing, and localized repairs to approximately
3,400 linear feet of existing chain link fence to remain in place. Anticipated project scope and
improvements are as shown in Exhibit C-05.
• Design Services
o 90% Final Design
0 100% Issued for Bid
• Bidding Services
• Construction Phase Services
• Project Closeout Services
1. DESIGN SERVICES
1.1. General: Garver will prepare detailed construction drawings, specifications, instructions to
bidders, and general provisions and special provisions, all based on guides furnished to
Garver by the Owner and FAA, or internally developed by Garver. Contract Documents (Plans,
Specifications, and Estimates) will be prepared for award of one (1) construction contract.
These designs shall conform to the standards of practice ordinarily used by members of
Garver's profession practicing under similar conditions and shall be submitted to the FAA
office from which approval must be obtained.
1.2. Owner / Agency Coordination:Garver's project manager and/or design team will coordinate
with the Owner as necessary to coordinate design decisions, site visits, document
procurement, or other design needs.
1.3. Quality Control
1.3.1.Garver will develop a project specific quality control plan. The quality control plan will
include the project background and scope, stakeholder contact information, project team
and roles, design criteria, project schedule, and quality control procedures.
1.3.2.Garver will complete a quality control review prior to any design submission to Owner
and/or FAA. QC reviews will be completed by a project manager. Weekly internal
progress meetings will be held during all design phases to ensure adequate quality
control throughout the design phases.
1.3.3.Garver will coordinate and complete documentation for submission to FAA to receive
environmental clearance for the project. Documentation may include that required by the
documented CATEX questionnaire of FAA SOP 5.0.
1.4. Airspace Analysis: Garver will prepare and submit the project to the FAA for permanent
airspace clearance on the Obstruction Evaluation and Airport Airspace Analysis (OE/AAA)
website and coordinate with FAA representatives.
Exhibit A — Scope of Services
FYV Wildlife Fencing Rehabilitation
Garver Project No. 22A13211
GARVER
1.5. Construction Safety and Phasing Plan
1.5.1.Garver will develop a construction safety and phasing plan (CSPP) for the project. During
development of the CSPP, Garver will hold a meeting with Airport staff and other
stakeholders at the Airport's request to obtain feedback regarding operations during each
proposed phase of construction.
1.5.2.After receiving comments from the meeting, Garver will develop a preliminary CSPP for
the Owner's review prior to submission to the FAA. After incorporating Owner comments,
the CSPP will be submitted to FAA for review through the OE/AAA website.
1.6. Existing Conditions Review
1.6.1.Record Document Review: Garver will review record document data from the vicinity of
the construction site to evaluate existing conditions. Record document data may include
record drawings, record surveys, utility maps, GIS data, and previous design reports.
1.6.2.Site Visits: Garver's civil engineers will perform up to two (2) site visits to the project site
to review existing conditions and evaluate survey and record document data.
1.7. Plan Set Development
The following matrix details the plan drawings to be included in each design submittal.
Plan Set
Design Phase
90%
Final
100%
Issued for Bid
Cover Sheet
X
X
General Notes
X
X
Project Layout and Survey Control Plan
X
X
Construction Safety Plans
X
X
Construction Safety Details
X
X
Fencing Plans
X
X
Fencing Details
X
X
1.8. Specifications and Contract Documents
1.8.1. Technical Specifications: Detailed specifications shall be developed using FAA
"Standards for Specifying Construction for Airports" AC 150/5370-10 (latest edition) or
other appropriate standards approved for use by the FAA. Additional supplementary
specifications will be developed for project requirements not covered by FAA
AC150/5370-10 or when state or local standards are approved by the FAA.
1.8.2. Construction Contract Documents: Garver will develop construction contract
documents based on EJCDC standards. A specimen copy of the General Provisions
and applicable prevailing wage rates will be obtained by Garver from the FAA and/or
Department of Labor as appropriate for incorporation into the specifications for the
proposed project. Final construction contract documents will be submitted to the Owner
for final review and approval.
Exhibit A — Scope of Services
FYV Wildlife Fencing Rehabilitation
Garver Project No. 22A13211
GARVER
1.9. Quantities and Engineer's Opinion of Probable Cost: Garver will develop detailed quantities
in PDF format for use in construction cost estimating for each design phase. Quantities will be
completed by pay item. Upon the completion of quantity development, Garver will review
previous cost data and market conditions and complete an Engineer's Opinion of Probable
Cost.
1.10 Design Services Submission and Meeting Summary: The following design submittal phases
shall be included in the fee summary. A summary of each design phase and the associated
review meetings is included below.
1.10.1 90% Final Design
1.10.1.1 Garver will develop 90% final design plans, specifications, and engineer's
report and submit these to the Owner and FAA for review. It is anticipated that
the Owner will review the design submission within two weeks.
1.10.1.2 At the completion of the Owner review period, Garver will meet with the Owner
to review the 90% final design plans and specifications and to receive Owner
comments and direction.
1.1.1. 100% Issued for Bid (IFB): Garver will develop 100% IFB plans and specifications
and submit these to the Owner for review. It is anticipated that the Owner will review
the IFB submission within two weeks.
2. BIDDING SERVICES
2.1. Bidding. Garver will assist the Owner in advertising for and obtaining bids or negotiating
proposals for one prime contract for construction, materials, equipment and services; and,
where applicable, maintain a record of prospective bidders to whom Bidding Documents have
been issued and attend a pre -bid conference. The Owner will pay advertising costs outside of
this contract.
2.2. Garver will issue addenda as appropriate to interpret, clarify or expand the Bidding
Documents. Garver will consult with and advise the Owner as to the acceptability of
subcontractors, suppliers and other persons and organizations proposed by the prime
contractor(s) (herein called "Contractor(s)") for those portions of the work as to which such
acceptability is required by the Bidding Documents. Garver will consult with the Owner
concerning the acceptability of substitute materials and equipment proposed by Contractor(s)
when substitution prior to the award of contracts is allowed by the Bidding Documents.
2.3. Garver will attend the bid opening, prepare a bid tabulation, and assist the Owner in evaluating
bids or proposals and in assembling and awarding contracts for construction, materials,
equipment, and services. Garver will assist the Owner in the execution of all contract
documents and furnish a sufficient number of executed documents for the Owner, Contractor
and FAA.
Exhibit A — Scope of Services
FYV Wildlife Fencing Rehabilitation
Garver Project No. 22A13211
GARVER
3. CONSTRUCTION PHASE SERVICES
3.1. During the construction phase of work, Garver will accomplish the tasks below.
3.2. Issued for Construction (IFC) Documents
3.2.1. Garver will compile bid addend ums and any other necessary plan changes due to post -
bid project updates and/or funding changes into a final Issued for Construction (IFC) set
of plans and specifications.
3.3. Submittals
3.3.1. Garver will evaluate and respond to construction material submittals and shop drawings.
Corrections or comments made by Garver on the shop drawings during this review will
not relieve Contractor from compliance with requirements of the drawings and
specifications. The check will be for review of general conformance with the design
concept of the project and general compliance with the information given in the contract
documents. The Contractor will be responsible for confirming and correlating all
quantities and dimensions, selecting fabrication processes and techniques of
construction, coordinating his work with that of all other trades, and performing his work
in a safe and satisfactory manner. Garver's review shall not constitute approval of safety
precautions or constitute approval of construction means, methods, techniques,
sequences, procedures, or assembly of various components. When certification of
performance characteristics of materials, systems or equipment is required by the
Contract Documents, either directly or implied for a complete and workable system,
Garver shall be entitled to rely upon such submittal or implied certification to establish
that the materials, systems or equipment will meet the performance criteria required by
the Contract Documents.
3.4. Notice to Proceed & Preconstruction Meeting
3.4.1. Garver will issue a Notice to Proceed letter to the Contractor and attend preconstruction
meeting. Garver will provide meeting minutes for submission to all parties at the
conclusion of the meeting.
3.5. Progress Meetings
3.5.1. As a minimum, Garver's Project Manager, Project Engineer, or Resident Project
Representative (RPR) will attend weekly progress meetings with the Owner and
Contractor. It is expected that 2 meetings will be held on -site. To the extent possible,
progress meetings and visits to the site of the work should be scheduled to coincide
with each new phase of construction, scheduled FAA inspections, and other times when
Garver's presence is desirable. Garver's project engineer or his qualified representative
will be available at all times work is in progress for telephone contact by the RPR.
Garver's project engineer shall direct, supervise, advise, and counsel the Resident
Project Representative and construction observation personnel in the accomplishment
of Garver's duties. Garver will prepare for and attend any utility pre -construction
meetings as required.
3.6. Owner Coordination
3.6.1. Garver will consult with and advise the Owner during the construction period. Garver
will submit, when requested by the Owner, written reports to the Owner on the progress
Exhibit A — Scope of Services
FYV Wildlife Fencing Rehabilitation
Garver Project No. 22A13211
GARVER
of the construction including any problem areas that have developed or are anticipated
to develop. In addition, Garver shall supply to Owner such periodic reports and
information as may be required by the FAA, including FAA Form 5370-1, Construction
Progress and Inspection Report, or equivalent form to the Owner on a weekly basis.
3.7. RFIs
3.7.1. Garver will issue instructions to the Contractor on behalf of the Owner and issue
necessary clarifications (respond to RFIs) regarding the construction contract
documents.
3.8. Progress Payments
3.8.1. Garver will prepare Contractor's progress payment requests based on the actual
quantities of contract items completed and accepted and will make a recommendation
to the Owner regarding payment. Garver's recommendation for payment shall not be a
representation that Garver has made exhaustive or continuous inspections to (1) check
the quality or exact quantities of the Work; (2) to review billings from Subcontractors
and material suppliers to substantiate the Contractor's right to payment; or (3) to
ascertain how the Contractor has used money previously paid to the Contractor.
3.9. Payroll Reviews
3.9.1. Garver will assist the Owner in the observation of the Contractor's operations for proper
classification of workers, review of the Contractor's payroll as necessary to determine
compliance with Davis Bacon requirements, and conduct contractor employee
interviews to determine compliance with Davis Bacon requirements. Garver will keep
the Contractor's payroll records on file demonstrating compliance with the Davis Bacon
requirements. In addition, Garver will monitor the contractor's posting of the required
EEO notice and provide general oversight of any obvious instance of a segregated
workplace. Garver will submit Contractor's certified payroll records to Owner at the
completion of the project.
3.10. DBE Compliance
3.10.1. Garver will assist the Owner in the review of the Contractor's compliance with the DBE
goals established during bidding including preparing the monthly DBE payment log.
3.11. Record Drawings
3.11.1. Garver will maintain a set of working drawings and provide information for preparation
of record drawings of the completed project. This information will be incorporated into
final record drawings completed as part of Closeout Services and final record drawings
will be provided to the Owner after project completion.
3.12. Change Orders
3.12.1. When authorized by the Owner, Garver will prepare change orders or supplemental
agreements for changes in the work from that originally provided for in the construction
contract documents. If redesign or substantial engineering or surveying is required in
the preparation of these change order documents, the Owner will pay Garver an
additional fee to be agreed upon by the Owner and Garver.
Exhibit A — Scope of Services
FYV Wildlife Fencing Rehabilitation
Garver Project No. 22A13211
GARVER
3.13. Final Inspection
3.13.1. Garver will participate in a pre -final walkthrough with the Owner. Garver will also
participate in a final project inspection with the Owner and Contractor, prepare a punch
list, review final project closeout documents, and submit the final pay request.
3.14. Resident Project Representative Services
3.14.1. Garver will provide part-time Resident Project Representative (RPR) services for the
60-calendar-day construction contract performance time. The proposed fee is based on
approximately 10 hours per week during the construction contract performance time for
the RPR. If the construction time extends beyond the time established in this agreement
or if the Owner wishes to increase the time or frequency of the observation, the Owner
will pay Garver an additional fee agreed to by the Owner and Garver. All RPR personnel
shall have the appropriate experience and qualifications.
3.14.2. During the construction period, Garver's RPR will provide or accomplish the following:
• Consult with and advise the Owner during the construction period. Garver will
submit, when requested by the Owner, written reports to the Owner on the progress
of the construction including any problem areas that have developed or are
anticipated to develop. In addition, Garver shall supply to the Owner such periodic
reports and information as may be required by the FAA
• As necessary, conduct safety meetings with the Contractor.
• Perform intermediate inspections in advance of the final inspection.
• Maintain a file of quantities incorporated into the work, test reports, certifications,
shop drawings and submittals, and other appropriate information.
• In accordance with FAA AC 150/5370-12A, maintain a project diary which will
contain information pertinent to each site visit.
• Monitor the contractor's conformance to the approved construction safety and
phasing plan.
• Prepare a Construction Materials Quality Control Summary. At a minimum, the
summary shall include a list of all tests performed showing the date, location, pass
or fail, results of retests, and whether the test is eligible or ineligible under the A.I.P.
program.
3.14.3.In performing construction observation services, Garver will endeavor to protect the
Owner against defects and deficiencies in the work of the Contractor(s); but Garver
does not guarantee the performance of the Contractor(s), nor is Garver responsible for
the actual supervision of construction operations. Garver does not guarantee the
performance of the contracts by the Contractors nor assume any duty to supervise
safety procedures followed by any Contractor or subcontractor or their respective
employees or by any other person at the job site. However, if at any time during
construction Garver observes that the Contractor's work does not comply with the
construction contract documents, Garver will notify the Contractor of such non-
compliance and instruct him to correct the deficiency and/or stop work, as appropriate
for the situation. Garver will also record the observance, the discussion, and the actions
taken. If the Contractor continues without satisfactory corrective action, Garver will
notify the Owner immediately, so that appropriate action under the Owner's contract
with the Contractor can be taken.
Exhibit A — Scope of Services
FYV Wildlife Fencing Rehabilitation
Garver Project No. 22A13211
GARVER
4. PROJECT CLOSEOUT SERVICES
4.1. At the conclusion of construction, Garver will assist the Owner with project closeout by
providing a final project report which will include all necessary documents required for FAA
grant closeout. Closeout documentation will be provided within 60 days of the final payment
to the Contractor.
5. PROJECT DELIVERABLES
5.1. The following deliverables will be submitted to the parties identified below. Unless otherwise
noted below, all deliverables shall be electronic.
• 90% Final Design Plans and Specifications to the Owner and FAA.
• 100% Issued for Bid Plans and Specifications to the Owner and FAA.
• Issued for Construction Plans and Specifications to the Owner, Contractor, and FAA.
o One hard copy to the Contractor
o One digital copy to the FAA
• Approved submittals to the Contractor.
• Record Plans and Specifications to the Owner and FAA.
o One hard copy to the Owner.
• Other electronic files as requested.
6. ADDITIONAL SERVICES
6.1. The following items are not included under this agreement but will be considered as additional
services to be added under Amendment if requested by the Owner.
• Redesign for the Owner's convenience or due to changed conditions after previous
alternate direction and/or approval.
• Deliverables beyond those listed herein.
• Boundary survey to set property lines. Proposed fence will be installed along the existing
fence line.
• Design of any utility relocation.
• Engineering, architectural, or other professional services beyond those listed herein.
• Retaining walls or other significant structural design.
• Preparation of a Storm Water Pollution Prevention Plan (SWPPP). The construction
contract documents will require the Contractor to prepare, maintain, and submit a SWPPP
to ADEQ.
• Environmental Handling and Documentation, including wetlands identification or mitigation
plans or other work related to environmentally or historically (culturally) significant items.
• Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR.
• Services after construction, such as warranty follow-up, operations support, and Part 139
inspection support.
7. SCHEDULE
7.1. Garver shall begin work under this Agreement upon execution of this Agreement and shall
complete the work within a mutually agreeable schedule with the Owner.
Exhibit A — Scope of Services
FYV Wildlife Fencing Rehabilitation
Garver Project No. 22A13211
Exhibit B-05
FAYETTTEVILLE - DRAKE FIELD
WILDLIFE FENCE REHABILITATION
Design Services
WORK TASK DESCRIPTION
E-4
E-3
E-2
E-1
D-2
D-1
T-1
hr
hr
hr
hr
hr
hr
hr
1. Civil Engineering
Coordination with Client
2
2
Internal Weekly Progress Meetings
2
4
4
CATEX
1
DBE Goal Update
1
CSPP Submission to FAA Through OEAAA
1
2
Record Document Review
1
2
Site Visits
4
Final Plans
Cover Sheet
1
1
General Notes
1
2
Project Layout and Survey Control Plan
1
2
5
Construction Safety Plans
2
6
6
Construction Safety Details
1
6
6
Fencing Plans
2
6
8
Fencing Details
2
4
8
Construction Contract Documents and Specifications
6
8
Project Quantities and Opinion of Probable Construction Costs
4
4
1
Quality Control (QC) Review
8
8
2
Incorporate Final (Owner/FAA) Review Comments
2
4
u tota - rviI Engineering
40
0
0
60
0
0
43
Hours 40 0 0 60 0 0 43
SUBTOTAL - SALARIES: $6,372.24
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD: $12,171.62
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$101.80
Postage/Freight/Courier
$0.00
Office Supplies/Equipment
$0.00
Computer Modeling/Software Use
$0.00
Travel Costs
$50.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $151.80
SUBTOTAL:
$18, 695.66
SUBCONSULTANTS FEE:
$0.00
PROFESSIONAL FEE
$2,804.35
TOTAL FEE:
$21,500.00
Exhibit B-05
FAYETTEVILLE - DRAKE FIELD
WILDLIFE FENCE REHABILITATION
Bidding Services
WORK TASK DESCRIPTION
E-4
E-3
E-2
E-1
D-2
D-1
T-1
hr
hr
hr
hr
hr
hr
hr
1. Civil Engineering
Dispense Plans and Specs to Prospective Bidders
1
2
Addendums/Inquiries
2
2
4
Attend Pre -Bid Meeting
3
4
Bid Opening
4
3
Prepare Bid Tabulation
2
Award
1
4
Prepare Contract Documents
1
2
2
Draft and Submit FAA Grant Application
4
4
1
Subtotal - Civil Engineering
16
0
0
23
0
0
7
Hours
16 0
SUBTOTAL - SALARIES:
$2,209.46
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD:
$4,220.29
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$41.99
Postage/Freight/Courier
$0.00
Office Supplies/Equipment
$0.00
Travel Costs
$50.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $91.99
SUBTOTAL:
SUBCONSULTANTSFEE:
$6,521.74
$0.00
PROFESSIONAL FEE $978.26
TOTAL FEE: $7,500.00
0 23 0 0 7
Exhibit B-05
FAYETTEVILLE - DRAKE FIELD
WILDLIFE FENCE REHABILITATION
Construction Phase Services
WORK TASK DESCRIPTION
E-4
E-3
E-2
E-1
C-3
C-2
C-1
hr
hr
hr
hr
hr
hr
hr
1, Construction Administration
Prepare IFC Plans and Specs and submit to
Contractor
1
2
Prepare and Distribute Notice To Proceed
1
1
Preconstruction Meeting
2
2
Progress Meetings
4
Monthly Pay Requests
2
4
Shop Drawings/Submittal Review & Responses
2
4
Response to Contractor and RPR Inquiries
2
4
Certified Payroll Reviews
2
2
DBE Compliance
2
2
Final Inspection and Punchlist
4
4
Subtotal - Construction Administration
22
0
0
25
0
0
0
2. Construction Observation
Resident Construction Observation (8 weeks @ 10
hrs/week)
80
[�u ta - onstruction Administration
0
0
0
0
0
80
0
Hours 22 0
SUBTOTAL - SALARIES: $6,162.02
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD: $11,770.07
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$38.78
Postage/Freight/Courier
$0.00
Office Supplies/Equipment
$0.00
Computer Modeling/Software Use
$0.00
Locator/Tracer/Thermal Imager Equipment
$0.00
Travel Costs (20 Trips @ 25mi/trip)
$290.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $328.78
SUBTOTAL: $18,260.87
SUBCONSULTANTS FEE: $0.00
PROFESSIONAL FEE $2,739.13
TOTAL FEE: $21,000.00
0 25 0 80 0
Exhibit B-05
FAYETTEVILLE - DRAKE FIELD
WILDLIFE FENCE REHABILITATION
Project Closeout Services
WORK TASK DESCRIPTION
E-4
E-3
E-2
E-1
C-3
C-2
C-1
hr
hr
hr
hr
hr
hr
hr
1. Civil Engineering
Prepare and Submit Final Reconciliation Change Order
1
2
FAA Closeout Documents
6
1
1
1 10
Final Record Drawings
1
4
__79_u5To_taT_-_MviI Engineering
8
0
0
16
0
0
0
Hours
8 0 0 16 0
SUBTOTAL - SALARIES:
$1,185.76
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD:
$2,264.92
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$27.58
Postage/Freight/Courier
$0.00
Office Supplies/Equipment
$0.00
Travel Costs
$0.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$27.58
SUBTOTAL:
SUBCONSULTANTS FEE:
$3,478.26
$0.00
PROFESSIONAL FEE $521.74
TOTAL FEE: $4,000.00
0 0
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division Adjustment Number
AIRPORT SERVICES (760)
2022 /Org2
Requestor: Dee McCoy
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff requests approval for the Aviation Division to execute Task Order 05 in the amount of $54,000 for Garver, LLC to
complete design, bidding, and construction phase services for the proposed Wildlife Fence Rehabilitation project at
Fayetteville — Drake Field Airport, approve project contingency of $5,400, and to approve a budget adjustment.
RESOLUTION/ORDINANCE
COUNCIL DATE: 12/6/2022
LEGISTAR FILE ID#: 2022-1052
KeAlbyvSprbv�
1111612022 2:07 PM
Budget Director Date
TYPE: D - (City Council)
JOURNAL #:
GLDATE:
CHKD/POSTED:
TOTAL
Account Number
59,400 59,400
Increase / (Decrease)
Expense Revenue
Proiect.Sub#
Project Sub.Detl AT
v.20221019
Account Name
5550.760.3960-5860.02
54,000 -
32206 2022 EX
Capital Prof Svcs - Engineering/Architectu
5550.760.3960-5911.99
5550.760.3940-4999.99
5,400
- 59,400
32206 2022 EX
RE
Contingency - Capital Project
Use Fund Balance - Current
H:\Budget Adjustments\2022_Budget\CITY COUNCIL\12-06-22\2022-1052 BA Garver Airport Wildlife Fence Rehab.xlsm 1 of 1
TASK ORDER 05
FAYETTEVILLE — DRAKE FIELD AIRPORT
WILDLIFE FENCE REHABILITATION
TASK ORDER 05 AMENDMENT NO. 01
ADDITIONAL DESIGN SERVICES — ENVIRONMENTAL SERVICES
This TASK ORDER 05 AMENDMENT 01, effective on the date last written below, shall amend the original
task order between the CITY OF FAYETTEVILLE and GARVER, LLC dated December 15, 2020, referred
to in the following paragraphs as the Original Task Order.
This TASK ORDER 05 AMENDMENT 01 adds professional services to the FYV Wildlife Fencing
Rehabilitation project at Fayetteville — Drake Field. Additional professional services include expanded
environmental coordination efforts to the original project scope.
The Original Task Order is hereby modified as follows:
SECTION 1- SCOPE OF SERVICES
GARVER will provide environmental services for the Wildlife Fence Rehabilitation as detailed in Exhibit
A-05.1.
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 task order amendment.
WORK DESCRIPTION
FEE AMOUNT
FEE TYPE
Environmental Services
$15,000
Lump Sum
TOTAL FEE
$15,000
The lump sum amount to be paid under this agreement is $15,000. For informational purposes, a breakdown
of GARVER's estimated costs is included in Exhibit B-05.1 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-05.1 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-05.1 Scope of Services
3.1.2 Exhibit B-05.1 Manhour Tables
Task Order 05 1 of 2 Amendment 01 (Environmental Services)
FYV Wildlife Fence Rehabilitation Garver Project No. 22AI3211
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 Amendment, 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 Amendment signed by the CITY OF
FAYETTEVILLE. The effective date of this Task Order Amendment shall be the last date written below.
CITY OF FA„YETTEVILLE, ARKANSAS GARVER
WE
, Lioneld Jordan
ATTEST: U
.
By: `� G�:•''TY''•�,-9t`'Fjtle: Senior Project Manager
City Clerk Tt`EtcSferf�' �'� •`'
-�.
• AYE7^(CVlII_i .�
Task Order 05 2 of 2 Amendment 01 (Environmental Services)
FYV Wildlife Fence Rehabilitation Garver Project No. 22A13211
GARVER
EXHIBIT A-05-.1
SCOPE OF SERVICES
Generally, the Task Order 05 Amendment 01 Scope of Services includes additional environmental
coordination services performed in conjunction with the upcoming Wildlife Fence Rehabilitation project
at Fayetteville — Drake Field. Additional environmental services added by this task order amendment
are described below.
1. Environmental Coordination
Garver will coordinate and complete documentation for submission to FAA to receive environmental
clearance for the project. Documentation will include that required by the documented CATEX
questionnaire of FAA SOP 5.0. The following environmental agency coordination is expected:
D US Fish and Wildlife Service (USFWS)
D State Historic Preservation Office (SHPO)
• US Army Corps of Engineers
1.1. Bilogical Resources
Garver will assess the potential effects of the proposed project on biological communities
(including Federally -Listed Endangered and Threatened Species and State -listed species of
concern). Complete Section 7 informal consultation with the U.S. Fish and Wildlife Service
(USFWS). Consult the state Department of Natural Resources (DNR) or appropriate wildlife
resources agency. If directed, a biological survey for the project area will be completed as
extra work and submitted to the USFWS and state wildlife resources agencies for review.
In compliance with Section 7 of the Endangered Species Act, coordinate the completion of a
habitat assessment for potential preferred habitat. An emergence count for potential bat usage
of the suitable habitat within the project area will be completed and any findings coordinated
with the USFWS and FAA.
1.2. Historic and Archaeological Resources
Potential impacts of the proposed project on historic resources will be assessed. Garver will
consult with the FAA on the Direct and Indrect (visual) Area of Potential Effect (APE) and the
State Historic Preservation Office (SHPO).
Garver will use a subconsultant (Flatearth Archaeology) to complete a Cultural Resources
Survey (CRS). The Cultural Resources Survey will be conducted for ground disturbance areas
and above -ground historic resources. Potential impacts to NRHP eligible and NRHP listed
sites will be evaluated. The Cultural and Historic Resources Surveys and recommendations
will be submitted to FAA and SHPO for impact determination.
1.3. Wetlands and Floodplains
Wetlands — Gaver will assess the potential effect of construction and operation of the proposed
project on jurisdictional waters and wetlands. Consult with the U.S. Army Corps of Engineers
(USACE), the U.S. Fish and Wildlife Service, state DNR, and state Department of Agriculture
and propose mitigation measures as required for EA purposes. A Jurisdictional Determination
will be obtained from the USACE if jurisdictional waters are located within the study area. A
Exhibit A-05.1 — Scope of Services
Wildlife Fence Rehabilitation
Amendment 1 (Environmental Services)
Garver Project No. 22A13211
GARVER
wetland delineation for the project area will be completed and submitted to the USACE for
review. Section 404 permitting shall be completed as extra work.
Floodplains — Review the Federal Emergency Management Agency (FEMA) 100-year
floodplain map and consult with local floodplain authorities as necessary to determine whether
the proposed project will significantly impact a base floodplain and if permits will be necessary.
2. PROJECT DELIVERABLES
2.1. The following deliverables will be submitted to the parties identified below. Unless otherwise
noted below, all deliverables shall be electronic.
• Categorical Exclusion (CATEX) to the Owner and FAA.
o Electrionic submission.
• Other electronic files as requested.
3. SCHEDULE
3.1. Garver shall begin work under this Agreement upon execution of this Agreement and shall
complete the work within a mutually agreeable schedule with the Owner.
Exhibit A-05.1 — Scope of Services
Wildlife Fence Rehabilitation
Amendment 1 (Environmental Services)
Garver Project No. 22A13211
Exhibit B-05.1
FAYETTEVILLE - DRAKE FIELD
WILDLIFE FENCE REHABILITATION
Environmental Services
WORK TASK DESCRIPTION
ES-6
ES-5
ES-4
ES-3
ES-2
E-5
E-2
$102.37
$84.05
$66.81
$53.88
$44.18
$83.68
$48.51
1. Categorical Exclusion (CATEX)
Develop and Send Initial Agency Coordination Letters that
include a Site Location Exhibit and a Proposed Action Exhibit
2
Records Research and Review
Site Visits (2 people, 2 trips)
8
8
Air Quality/Construction Emission Analysis
Noise Analysis
Biotic Resources/Endangered and threatened Species
2
Water Resources
Wetland Review
2
8
Historic and Archeological Resources
2
APE Coordination/Approval
EDDA/Phase I ESA
Project Management
Documentation of Public Involvement
Cumulative Impacts Review
Coordinate with Airport Master Plan
Draft CATEX
2
8
Quality Control (QC) Review
3
Address Revisions per QC Review
2
Submit Final CATEX to FAA
1
2
Address FAA Comments on the CATEX
Subit Revised CATEX to the FAA
Subtotal - Categorical Exclusion
0
14
28
0
0
8
0
Hours
SUBTOTAL - SALARIES:
LABOR AND GENERAL
ADMINISTRATIVE OVERHEAD:
0 14 28 0
$3,716.82
$7,099.50
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$28.25
Postage/Freight/Courier
$0.00
Office Supplies/Equipment
$0.00
Travel Costs
$25.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $53.25
SUBTOTAL: $10,869.57
SUBCONSULTANTS FEE: (Cultural Resources Survey) $2,500.00
PROFESSIONAL FEE $1,630.44
TOTAL FEE: $15,000.00
0 8 0
TRACT "M"
TRAM "N"
FEE SIMPLE TRACT "Al'.
SIMPLE
(7.8 AC.) FEE SIMPLE
=iME
01
ad=
IMF
moil
/ g
�_ vt
LAND
PARCEL
DATAmill
�-
r po
r I o
o uo ,oa good sod
I erenewcsu
r � °
2049 E. Joyce Blvd.
Suite. 400
Fydvill., AR 72703
TRACT "A" r (479) 527-91 DO
(FEE SIMPLE) (SAD.BS AC.)
ueti —' /wimw �'icwmx'iroT t p
� E"
v
❑ f
O
a - o TR CT "J"
0 TRUCNON LIGIRING EASEMENT
p C.)
\
i
0
LU
LL
LU Z
J
a
o F-
LU O
J � }
>` 5
LU
w
eas .sarc L LL Q
uM-rwzEn /Mostauuzc AIRFIELD PROPERTY
u MAP (EXHIBIT A)
FRO•
JOB NO.: XXXX
DATE: OCT. 201E
DESIGNED BY:
DRAWN BY