Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout03-25 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 3-25
File Number: 2024-01093
ARKANSAS DEPARTMENT OF AERONAUTICS (GRANT APPLICATION):
A RESOLUTION TO AUTHORIZE THE MAYOR TO APPLY FOR AND ACCEPT AN ARKANSAS
DEPARTMENT OF AERONAUTICS GRANT IN THE AMOUNT OF $36,922.00 FOR STORM DRAINAGE
SYSTEM REPAIRS COMPLETED AS PART OF THE FYV RUNWAY PAVEMENT AND LIGHTING
REHABILITATION PROJECT AT DRAKE FIELD AIRPORT, 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 Rawn to submit an
application for an Arkansas Department of Aeronautics (ADA) Grant in the amount of $36,922.00 for storm drainage
system repairs completed as part of the FYV Runway Pavement and Lighting Rehabilitation Project at Drake Field
Airport.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes acceptance of the grant and
authorizes Mayor Rawn to execute the grant agreement and any other documents necessary to receive the funds.
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 January 7, 2025
Approved:
E-SIGNED by Molly Rawn
on 2025-01-14 21:49:09 GMT
Molly Rawn, Mayor
Attest: �\ /
"\\' � K TI�F�/jam/i
E-SIGNED by Kara PaxtiO�:•
on 2025-01-14 22:25:08 FAYETTEVILLE:
Kara Paxton, City Clerk Treasure G�•;9 S 5.
N
/111110
Page 1
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF JANUARY 7, 2025
CITY COUNCIL MEMO
TO: Mayor Rawn and City Council
THRU: Susan Norton, Chief of Staff
FROM: Jared Rabren, Airport Director
SUBJECT: FYV Runway Lighting and Rehab ADA Grant Apply and Accept
RECOMMENDATION:
2024-01093
Staff requests approval for the Aviation Division to submit and accept an Arkansas Department of Aeronautics
(ADA) grant application in the amount of $36,922.00, and to process a budget adjustment to accept the funds
upon grant award from the ADA. This ADA grant will reimburse the City's 10% share of the Federal Aviation
Administration (FAA) grant amendment amount used to fund storm drainage system repairs completed as part
of the FYV Runway Pavement and Lighting Rehabilitation project at Fayetteville -Drake Field.
BACKGROUND:
Fayetteville -Drake field is served by a single asphalt runway (Runway 16-34) that was extended to its current
length in 1966. The runway has seen multiple overlay rehabilitations since that time, with the last overlay
completed in 1986. Since that time, the condition of the asphalt pavements has been maintained through a
combination of crack sealing and rejuvenating seal coats. This routine maintenance has provided a pavement
life far beyond the 20-year design life of the 1986 overlay project. However, the pavement condition has
gradually deteriorated to a point that warrants more substantial rehabilitation. A recent pavement condition
assessment of the runway completed by the Arkansas Department of Aeronautics noted that the runway
pavement was approaching its "Critical PCI". The Critical PCI is the point at which the cost of rehabilitation
increases exponentially with time. This project is intended to provide a pavement rehabilitation alternative that
will bring the Runway 16-34 pavement back to a satisfactory condition and extend the useful life of the
pavements for a minimum of 20 years.
The project will also include rehabilitation of various aspects of the existing airfield lighting and signage system
to improve airport safety and efficiency. Runway edge light fixtures will be upgraded to LED and fixture spacing
will be reviewed to confirm conformation to FAA standards. A recent FAA Part 139 inspection found erosion
around the existing stake -mounted airfield signage fixtures. This will be addressed by installing new concrete
sign foundations to provide a more reliable and maintainable signage system. Airfield signage will be upgraded
to LED and naming conventions reviewed based on FAA guidance. A new standalone electrical vault will be
constructed to house the airfield lighting power and control equipment. The current vault is located in an
existing T-hangar and is not NEC compliant.
This project was originally programmed for Design in 2021 and Construction in 2022. However, in October
2020, the FAA notified the City of Fayetteville that additional federal funds were available in 2021 to complete
the entire project (Design and Construction). To receive this additional funding, the FAA requested the City of
Fayetteville change their project schedule to complete the competitive bidding process by Summer 2021. The
Airport entered into an agreement with Garver, LLC to render design and bidding services for the project (Task
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Order 02). Construction bids were received on June 2, 2021. At the request of the FAA, a value engineering
process was undertaken after bid opening to identify potential cost saving measures. The construction cost
was subsequently negotiated with the low bidder based on the revised scope to bring the project within
available funding limits.
Ruts and depressions were identified within the runway safety area (RSA) during an FAA Part 139 inspection
completed late Summer of 2021. Following the FAA's inspection, the City completed CCTV camera inspection
of the existing storm drainage system. Major deficiencies were discovered within the aging drainage
infrastructure, most of which date back to the 1960s and 1970s. These deficiencies were the cause of the RSA
surface issues documented by FAA. Council approved Task Order 02 Amendment 01 with Garver, LLC for
design of storm drain system repairs and Change Order 01 with Emery Sapp and Sons to add storm drain
repair pay items to the construction contract.
DISCUSSION:
Construction of the Runway Pavement and Lighting Rehabilitation project was substantially complete October
2023. Documentation for a grant amendment was submitted for FAA review on April 8, 2024, and approved by
the FAA on June 6, 2024. The approved grant amendment of $332,300.00 funds 90 percent of additional AIP-
eligible costs attributed to the additional drainage improvements. The FAA grant closeout process is complete
as reflected in the Grant Closeout Letter dated September 11, 2024.
This Arkansas Department of Aeronautics (ADA) matching grant application will fund the remaining 10 percent
of AIP-eligible cost of the FAA grant amendment amount. Costs attributed to the City for this project total
$28,114.90 which represents the costs for non -FAA eligible Contractor insurance and the stormwater quality
enhancements.
Below is a summary of final project costs and funding breakdown for the project.
Administration and Other Costs* $10,000.00
Garver Task Order 02 (Design and Bidding) *: $325, 350.00
Garver Task Order 03 (Construction Phase Svcs)*: $234, 664.89
Final Construction Contract W/Change Orders*: $5,910,998.01
Garver Task Order 02 Amendment 01 * $30, 400.00
Garver Task Order 03 Amendment 01*: $21,764.00
TOTAL: $6,533,176.90
*Previously approved by the City Council.
BUDGET/STAFF IMPACT:
FAA (AIP): $5,522,256.00
FAA (ARPA): $613,584.00
FAA Grant Amendment: $332,300.00
ADA Grant: $36,922.00
City: $28,114.90
TOTAL: $6,533,176.90
This Arkansas Department of Aeronautics grant will reimburse the City for the remaining 10 percent of eligible
project costs of the FAA grant amendment amount $36,922.00.
ATTACHMENTS: SRF (#3) (1), BA (#4), ADA Grant Application Runway Rehab - Final (#5)
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 #: 2024-01093
FYV Runway Lighting and Rehab ADA Grant Apply and Accept
A RESOLUTION TO AUTHORIZE THE MAYOR TO APPLY FOR AND ACCEPT AN
ARKANSAS DEPARTMENT OF AERONAUTICS GRANT IN THE AMOUNT OF $36,922.00 FOR
STORM DRAINAGE SYSTEM REPAIRS COMPLETED AS PART OF THE FYV RUNWAY
PAVEMENT AND LIGHTING REHABILITATION PROJECT AT DRAKE FIELD AIRPORT, 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 Rawn to
submit an application for an Arkansas Department of Aeronautics (ADA) Grant in the amount of
$36,922.00 for storm drainage system repairs completed as part of the FYV Runway Pavement and
Lighting Rehabilitation Project at Drake Field Airport.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes acceptance of
the grant and authorizes Mayor Rawn to execute the grant agreement and any other documents
necessary to receive the funds.
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
2024-1093
Item ID
1/7/2025
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
12/17/2024 AIRPORT SERVICES (760)
Submitted Date Division / Department
Action Recommendation:
Staff requests approval for the Aviation Division to apply and accept an Arkansas Department of Aeronautics (ADA)
grant application in the amount of $36,922.00, and to process a budget adjustment to accept the funds upon grant
award from the ADA. This ADA grant will reimburse the City's 10% share of the Federal Aviation Administration
(FAA) grant amendment amount used to fund storm drainage system repairs completed as part of the FYV Runway
Pavement and Lighting Rehabilitation project at Fayetteville -Drake Field.
Budget Impact:
5550.760.3960-4302.00 Airport
Account Number Fund
32101.2021 Runway Rehab
Project Number Project Title
Budgeted Item? No Total Amended Budget
Expenses (Actual+Encum)
Available Budget $ -
Does item have a direct cost? No Item Cost
Is a Budget Adjustment attached? Yes Budget Adjustment $ 36,922.00
Remaining Budget 36,922.00
V20221130
Purchase Order Number: Previous Ordinance or Resolution # 188-24
Change Order Number: Approval Date: 7/16/2024
Original Contract Number:
Comments:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division Adjustment Number
AIRPORT SERVICES (760)
/Org2
2025 (BY)
Requestor: Dee Simpson
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff requests approval for the Aviation Division to submit and accept an Arkansas Department of Aeronautics (ADA) grant
application in the amount of $36,922.00, and to process a budget adjustment to accept the funds upon grant award from
the ADA. This ADA grant will reimburse the City's 10% share of the Federal Aviation Administration (FAA) grant amendment
amount used to fund storm drainage system repairs completed as part of the FYV Runway Pavement and Lighting
Rehabilitation project at Fayetteville -Drake Field.
COUNCIL DATE:
ITEM ID#:
1/7/2025
2024-1093
Kevin Springer
7212012024 77:36' RM
Budget Division Date
TYPE: D - (City Council)
JOURNAL#:
GLDATE:
RESOLUTION/ORDINANCE CHKD/POSTED:
TOTAL - - v.20241210
Increase / (Decrease) Project.Sub#
Account Number Expense Revenue Project Sub.Detl AT Account Name
5550.760.3940-4999.99 (36,922) RE Use Fund Balance - Current
5550.760.3960-4302.00 - 36,922 32101 2021 RE State Grants - Capital
I of 1
Ii
CITY OF
FAYETTEVILLE
ARKANSAS
December 13, 2024
Jerry Chism
Arkansas Department of Aeronautics
2315 Crisp Drive
Hangar 8
Little Rock, AR 72202
Re: Fayetteville — Drake Field Airport (FYV)
Runway Pavement and Lighting Rehabilitation
Application for Airport Aid
Dear Mr. Chism:
The City of Fayetteville appreciates the continued partnership of the Arkansas Department of Aeronautics
in improving Fayetteville — Drake Field. In continuation of this partnership, we are pleased to submit to you
this enclosed application for state airport aid.
Within the past year, Fayetteville — Drake Field
utilized an FAA AIP grant to complete a runway
rehabilitation and lighting improvement project.
The funding plan for the original grant amount
included a 90% FAA AIP grant with the
remaining 10% covered through the American
Rescue Plan Act (ARPA) program.
Prior to the start of the project, a FAA Part 139
inspection found structural deficiencies in the
airport's existing drainage system outside the
scope of the runway project. However, given the
proximity to the project, the FAA supported
adding storm drainage system repairs within the
Runway Safety Area to the project. Scope of the
drainage repairs included replacing the 50-plus
year old drainage structures and a combination
of repair and replacement of damaged storm
drainage pipe. Funding for the additional scope
was provided through a grant amendment coordinated at the conclusion of the project.
We respectfully request consideration of this matching grant in the amount of $36,922.00 (10% match of
the FAA grant amendment amount) on the upcoming agenda. We greatly appreciate your consideration of
this grant.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Please call me or Kyle Bennett with Garver if you have any questions or comments.
Sincerely,
The Honorable Lioneld Jordan
Mayor
City of Fayetteville
Attachments: State Airport Aid Application
Final Project Budget
Final Form SF-271
Executed Grant Amendment
Executed Grant Agreement (Original)
FAA Grant Closeout Letter
Cc: Kyle Bennett, Garver
State Airport Aid Application Page
The City of Fayetteville, Arkansas , herein called "Sponsor", hereby makes application to the Arkansas
Department of Aeronautics for State funds pursuant to Act 733 of 1977, for the purpose of aiding in
financing a project for the development of a municipal airport located in the city of
Arkansas, Washington county.
Date of Request: 12/13/2024
Name of Airport: Fayetteville — Drake Field
Name and address of City/
sponsoring request:
City of Fayetteville Arkansas
113 W. Mountain Street
Fayetteville, AR 72701
Person to Contact about project:
Jared Rabren
Airport Director
Fayetteville — Drake Field
Phone Number: 479-718-7642
Phone Number: 479-575-8330 Cell Number:
Fax Number: 479-585-8257 Fax Number:
Name and address of Engineering Firm
(if applicable):
Garver. LLC
2049 E. Joyce Blvd, Suite 105
Fayetteville, Arkansas 72704
479-718-7646
Contact Person: Kyle Bennett, P.E.
Phone/Fax Number: 479-527-9100
Describe the work to be accomplished: Work completed under this grant (amendment)included
repairs to the storm drainage system within the Runwav Safetv Area. More saecifically.
work included replacing fifteen (15) drainage boxes, complete replacement of two (2)
storm drain crossings beneath Runwav 16. and constructing twentv-six (26) pipe collars
to repair aging storm drainage pipe.
State and Local Project Costs:
Please indicate:
O 50-50% Match
O 80-20% Match
O 90-10% Match
O 100%
Total Cost of Project
Local Share/Funds
Local Share/In-Kind
State Share
Federal AIP Projects:
AIP Number: 3-05-0020-050-2021
O 95-5% Match
f 90-10% Match
Total Cost of Project: $369,222.90*
Federal Share: $332,300.00
State Share: $36,922.00
Local Share: $0.90
*AIP Eligible Costs Reimbursed by Grant Amendment
7-1-18
State Airport Aid Application — Page 2
Provide the information listed below as it applies to your project:
Funding:
Source of Funds: FAA (90%), ADA (10%) City (Remainder)
Source of In -Kind Services: N/A
Estimated starting date of project: May 2022
Estimated completion date of project: September 2024
Project will be for: New ^ ifpoft Existing Airport
Is land to be leased or purchased? N/A
Description of land and cost per acre: N/A
Provide the Federal AIP Grant Number (if applicable): 3-05-0020-050-2021
State Legislators for your area:
State Senator: Greg Leding
State Representative: Denise Garner
7-1-18
State Airport Aid Application — Page 3
The sponsor agrees to furnish the Arkansas Department of Aeronautics a copy of the legal instrument
affecting use of the property for an airport. In application for a new landing site or expansion of existing
facility, the FAA Form 7480-1, Notice of Landing Area Proposal, must be approved by the FAA before
review for grant can be made by the State. Applications for hangar construction or renovation funds
must include a signed lease agreement. This agreement must be in compliance with all FAA grant
assurances. The application must be based on bids and include a calculated return on investment.
No land, hangars, or buildings purchased with State Grant funds may be sold or disposed of without
State Aeronautics Commission prior approval. All requests for sale or disposal of property will be
considered on an individual case basis. No hangar (funded by a grant from the Department of
Aeronautics) shall be used for non -aviation purposes without State Aeronautics Commission prior
approval. All requests for non -aviation use will be considered on a case -by -case basis. Failure to
receive prior approval from A.D.A. concerning land and/or building use could result in the commission
requesting grant refund from the Sponsor. Additionally, all hgr/building grant applications must include
proof of insurance coverage.
No airport accepting State Grant funding may issue an Exclusive Rights lease.
All applications for navigational aids (such as NDB or ILS) must have FAA site approval before a state
grant can be approved.
All Grant applications involving Federal Airport Improvement Program (AIP) funding must be
accompanied by the approved FAA grant agreement with grant number assigned.
If this project is approved by the Arkansas Department of Aeronautics, and is accepted by the sponsor, it
is agreed that all developments and construction shall meet standard FAA construction practices as
outlined in the specifications of this agreement. Runways, Taxiways, Parking Ramps, etc. shall have a
base and a thickness that will accommodate the weight of aircraft expected to operate at this airport.
All grant applicants (City and/or County) are totally responsible for compliance with all Federal,
State, County, and City laws, Statutes, Ordinances, Rules, Regulations, and Executive Orders
concerning contracts and purchases for which this grant is approved and issued.
It is understood and agreed that the sponsor shall start this project immediately upon award of grant. It
is also agreed that this project shall be completed within one year from the date of acceptance of this
grant by the Arkansas Department of Aeronautics. Applications for extension will be entertained if
circumstances beyond the sponsor's control occur. Amendment requests are to be made only under
extraordinary circumstances.
Funds will be disbursed according to Department procedures and final inspection of completed project
(See payment instruction page). Payment of grant funds are contingent upon the Department's annual
appropriation.
IN WITNESS WHEREOF, the sponsor has caused this Application for State Airport Aid to be duly
executed in its name, this 7 day of January 2024
The Honorable Molly Rawn
Name of Sponsor
E-SIGNED by Molly Rawn
on 2025-01-14 21:49:12 GMT
Authorized Signature
Title
7-1-18
CITY OF FAYETTEVILLE
FYV RUNWAY PAVEMENT AND LIGHTING REHABILITATION
FINAL PROJECT BUDGET
ITEM SPEC. FINAL UNIT EXTENDED
NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT
1
SS-120-3.1
Construction Safety and Security
LS
1.00
$132,730.00
$132,730.00
2
SS-220-5.1
Pavement Edge Grading
LF
8,405.00
$4.35
$36,561.75
3
SS-221-5.1
Paving Fabric
SY
77,859.00
$3.00
$233,577.00
4
SS-222-5.1
Haul Road Repair Full Depth)
SY
652.00
$107.00
$69,764.00
5
SS-222-5.2
Haul Road Repair 2" Mill and Overlay)
SY
0.00
$78.40
$0.00
6
SS-300-5.1
Lockout/Tagout and Constant Current Regulator
Calibration Procedures
LS
1.00
$845.00
$845.00
7
SS-300-5.2
Electrical Vault Modifications
LS
1.00
$2,030.00
$2,030.00
8
SS-300-5.3
SS-300-5.4
Generator and Transfer Switch System, Installed LS
Existing ATCT Modifications, Installed LS
1.00
1.00
73.00
16.00
$118,650.00
$3,100.00
$118,650.00
9
$3,100.00
10
SS-301-5.1
SS-301-5.2
Existing Base Mounted Runway Edge Light,
Removed
EA
$57.00
$282.00
$4,161.00
$4,512.00
11
Existing Base Mounted Taxiway Edge Light,
Removed and Stored with Base Demolished
EA
12
SS-301-5.3
Existing Stake Mounted Guidance Sign, Removed
EA
49.00
$170.00
$8,330.00
13
SS-301-5.4
SS-301-5.5
Existing Base Mounted Guidance Sign, Removed
EA
5.00
$565.00
$565.00
$2,825.00
14
Existing Base Mounted Guidance Sign, Removed
and Stored with Foundation Demolished
EA
1.00
$565.00
15
SS-305-5.1
Directional Boring, 1-Way 2"C Polyethylene
Conduit
LF
1,046.00
$40.00
$41,840.00
16
SS-305-5.2
Directional Boring, 2-Way 2"C Polyethylene
Conduits
LF
445.00
$51.00
$22,695.00
17
SS-310-5.1
Temporary Airfield Lighting
LS
1.00
$12,475.00
$12,475.00
18
C-100-14.1
Contractor Quality Control Program CQCP
LS
1.00
$85,600.00
$85,600.00
19
C-102-5.1
Temporary Erosion Control
LS
1.00
$17,500.00
$17,500.00
20
C-105-6.1
Mobilization Maximum 5% of Total Bid
LS
1.00
$260,000.00
$260,000.00
21
P-101-5.1a
Asphalt Concrete Pavement Removal
SY
939.00
$23.70
$22,254.30
22
P-101-5.1b
Concrete Pavement Removal
SY
1,574.00
$28.20
$44,386.80
23
P-101-5.2
Joint and Crack Repair 1/2" or Greater
LF
876.00
$3.60
$3,153.60
24
P-101-5.3
Pavement Markings Removal
SF
30,352.00
$1.80
$54,633.60
25
P-101-5.4a
Cold Milling 0-1"
SY
65,986.14
$3.75
$247,448.03
26
P-101-5.4b
Cold Milling 1%3"
SY
9,906.50
$7.80
$77,270.70
27
P-152-4.1
Unclassified Excavation
CY
0.00
$42.85
$0.00
28
P-152-4.2
Unsuitable Excavation
CY
123.56
$56.40
$6,968.78
29
P-209-5.1
Crushed Aggre ate Base Course 6" Thickness
SY
0.00
$16.00
$0.00
30
P-209-5.2
Crushed Aggregate Base Course (0-4" Thickness)
SY
1,554.00
$11.00
$17,094.00
31
P-401-8.1a
Asphalt Hot Mix Surface Course
TN
11,844.93
$152.00
$1,800,429.36
32
P-401-8.1 b
Asphalt Hot Mix Surface Course for Test Section
TN
250.00
$341.00
$85,250.00
33
P-401-8.1c
Asphalt Hot Mix Leveling Course
TN
138.88
$177.00
$24,581.76
34
P-403-8.1
Asphalt Hot Mix Base Course
TN
501.38
$156.00
$78,215.28
35
P-620-5.1a
Runway and Taxiway Markin Reflective
SF
104,386.00
$0.82
$85,596.52
36
P-620-5.1b
Runway and Taxiway Markin Non -Reflective
SF
39,557.00
$0.79
$31,250.03
37
P-620-5.1c
Runway and Taxiway Markin (Temporary)
SF
47,952.51
$0.71
$34,046.28
38
P-621-5.1
Grooving
SY
53,200.00
$1.85
$98,420.00
39
D-701-5.1
24" Reinforced Concrete Pie Class III
LF
0.00
$105.50
$0.00
40
D-751-5.1
4' x 4' Airfield Grate Inlet
EA
0.00
$12,972.00
$0.00
41
T-901-5.1
Seeding
AC
8.38
$2,250.00
$18,855.00
42
T-904-5.1
Sodding
SY
10,295.00
$4.20
$43,239.00
43
T-905-5.1
Topsoil Furnished from Off the Site
No. 8 AWG, 5kV, L-824, Type C Cable, Installed in
Trench, Duct Bank or Conduit
CY
LF
156.50
22,776.00
$42.90
$6,713.85
44
L-108-5.1
$3.38
$76,982.88
a-
GARVER
No. 6 AWG, Solid, Bare Copper Counterpoise
45
L-108-5.2
Wire, Installed in Trench, Including
LF
15,861.00
$3.95
$62,650.95
L-108-5.3
Connections/Terminations
46
Trenching for Direct -Buried Bare Counterpoise
LF
13,715.00
$2.26
$30,995.90
Wire, 8" Minimum Depth
47
L-108-5.4
ATCT Remote L-821 Panel Communication Cable,
LF
1,750.00
$16.92
$29,610.00
Installed in Duct Bank or Conduit
48
L-109-7.1
Construction of Prefabricated Concrete Vault
LS
1.00
$135,360.00
$135,360.00
Building and Foundation in Place
49
L-109-7.2
Installation of Prefabricated Concrete Vault
LS
1.00
$169,200.00
$169,200.00
Buildin Equipment in Place
300.00
50
L-110-5.1
Flowable Fill Encased Electrical Conduit, 1-Way
LF
$39.50
$11,850.00
2"C
51
L-110-5.2
Non -Encased Electrical Conduit, 1-Way 2"C
LF
14,459.00
$7.35
$106,273.65
52
L-110-5.3
Non -Encased Electrical Duct Bank, 4-Way 4"C
LF
55.00
$84.60
$4,653.00
53
L-115-5.1
Concrete Encased Electrical Junction Structure, L-
EA
11.00
$1,355.00
$14,905.00
867 Class 1, Size 16" Diameter by 24" Depth
54
L-125-5.1
L-858(L), Size 1, Base Mounted, 1-Module
EA
8.00
$4,960.00
$39,680.00
Guidance Sign, Installed
55
L-125-5.2
L-858(L), Size 1, Base Mounted, 2-Module
EA
19.00
$5,585.00
$106,115.00
Guidance Sign, Installed
56
L-125-5.3
L-858(L), Size 1, Base Mounted, 3-Module
EA
21.00
$6,655.00
$139,755.00
Guidance Sign, Installed
57
L-125-5.4
L-858(L), Size 5, Base Mounted, Runway Distance
EA
5.00
$7,165.00
$35,825.00
Remainina Sian, Installed
58
L-125-5.5
Existing L-858(L) Guidance Sign, Reinstalled on
EA
1.00
$7,670.00
$7,670.00
New Base with New Panels
59
L-125-5.6
L-861(L) Base Mounted Runway Edge Light,
EA
56.00
$1,695.00
$94,920.00
Installed
60
L-125-5.7
L-861 E(L) Base Mounted Runway Threshold Light,
EA
16.00
$2,820.00
$45,120.00
Installed in Asphalt Pavement
61
L-125-5.8
L-861T(L) Base Mounted Taxiway Edge Light,
EA
0.00
$1,635.00
$0.00
Installed
62
L-125-5.9
Existing Stored L-861T(L) Taxiway Edge Light,
EA
24.00
$1,355.00
$32,520.00
Installed on New Base
63
SP-C-01a
Bonds
LS
1.00
$64,500.00
$64,500.00
64
SP-C-01b
Owner's Protective Insurance
LS
1.00
$1.00
$1.00
65
SS-140-5.1
Pavement Removal Storm Drain Crossings)
SY
300.00
$40.00
$12,000.00
66
SS-140-5.2
Inlet/Junction Box Removal
SY
15.00
$1,750.00
$26,250.00
67
SS-140-5.3
Drainage Pipe Removal
LF
938.00
$55.40
$51,965.20
68
SS-223-5.1a
Storm Drain Crossing Repair -Taxiway Pavement
SY
0.00
$173.00
$0.00
69
SS-223-5.1 b
Storm Drain Crossing Repair -Runway Pavement
SY
300.00
$152.00
$45,600.00
70
D-701-5.1a
15" Reinforced Concrete Pie Class IV
LF
70.00
$109.04
$7,632.80
71
D-701-5.1b
18" Reinforced Concrete Pie Class IV
LF
724.00
$105.00
$76,020.00
72
D-701-5.1c
21" Reinforced Concrete Pie Class IV
LF
16.00
$148.00
$2,368.00
73
D-701-5.1d
24" Reinforced Concrete Pie Class IV
LF
40.00
$148.00
$5,920.00
74
D-701-5.1e
36" Reinforced Concrete Pie Class IV
LF
40.00
$200.00
$8,000.00
75
D-701-5.1f
42" Reinforced Concrete Pie Class IV
LF
32.00
$214.00
$6,848.00
76
D-701-5.1 g
23"x14" Reinforced Elli ical Pie Class IV
LF
16.00
$177.00
$2,832.00
77
D-701-5.2a
15" Reinforced Pipe Collar
EA
2.00
$800.00
$1,600.00
78
D-751-5.2b
18" Reinforced Pipe Collar
EA
13.00
$800.00
$10,400.00
79
D-751-5.2c
21" Reinforced Pipe Collar
EA
2.00
$800.00
$1,600.00
80
D-751-5.2d
24" Reinforced Pipe Collar
EA
11.00
$800.00
$8,800.00
81
D-751-5.2e
36" Reinforced Pipe Collar
EA
4.00
$1,200.00
$4,800.00
82
D-751-5.2f
42" Reinforced Pipe Collar
EA
8.00
$1,300.00
$10,400.00
83
D-751-5.2g
23"x14" Elliptical to 18" Circular Reinforced Pipe
EA
1.00
$1,000.00
$1,000.00
Collar
84
D-751-5.1a
4' x 4' Airfield Grate Inlet
EA
5.00
$13,250.00
$66,250.00
85
D-751-5.1 b
4' x 4' Alternate Single Grate Inlet
EA
3.00
$13,500.00
$40,500.00
86
D-751-5.1c
5' x 3' Airfield Single Grate Inlet
EA
1.00
$13,950.00
$13,950.00
87
D-751-5.1d
5' x 5' Airfield Double Grate Inlet
EA
1.00
$19,950.00
$19,950.00
88
D-751-5.1e
Tx 3' Airfield Triple Grate Inlet
EA
2.00
$25,500.00
$51,000.00
89
D-751-5.1f
Tx 6' Airfield Triple Grate Inlet
EA
1.00
$30,200.00
$30,200.00
90
D-751-5.1 g
Tx 3' Airfield Junction Box
EA
2.00
$11,900.00
$23,800.00
91
CO-01.1
AS-4 A uaSwirl Water Treatment Unit
EA
1.00
$28,113.00
$28,113.00
92
CO2.01
ARDOT Section 207 Stone Backfill, Installed
CY
340.00
$132.05
$44,897.00
93
CO2.02
Geo rid Subgrade Stabilization
LS
1.00
$1,750.00
$1,750.00
94
CO2.03
Gate Loop Detectors, Installed
LS
1.00
$1,000.00
$1,000.00
95
CO3.01
Cold Milling 2" Uniform Depth)
SY
34546.89
$7.40
$255,646.99
96
CO4.01
Storm Drain Repair Excavation & Backfill
EA
15.00
$250.00
$3,750.00
TOTAL CONSTRUCTION COST $5,910,998.01
ADMINISTRATION EXPENSES $10,000.00
ARCHITECTURAL ENGINEERING BASIC FEES
Surveys $13,650.00
Geotechnical Services $40,950.00
Nondestructive Testing (NDT) $31,150.00
Pavement Condition Analysis $8,800.00
Preliminary Design - Runway Rehabilitation $82,000.00
Preliminary Design - Lighting Rehabilitation $54,900.00
Final Design - Runway Rehabilitation $52,700.00
Final Design - Lighting Rehabiliation $29,950.00
Bidding Services $11,250.00
TOTAL ARCHITECTURAL ENGINEERING BASIC FEES $325,350.00
OTHER ARCHITECTURAL ENGINEERING FEES
Final Design Services - Storm Drain Repairs (Task Order 02 - Amendment 01) $30,400.00
TOTAL OTHER ARCHITECTURAL ENGINEERING FEES $30,400.00
PROJECT INSPECTION FEES
On -Site Construction Observation Services $123,000.00
Construction Administration Services $62,000.00
Closeout Services $10,000.00
Construction Materials Testing $39,664.89
Additional Construction Phase Services (Task Order 03 - Amendment 01) $21,764.00
TOTAL PROJECT INSPECTION FEES $256,428.89
NON-AIP ELIGIBLE ITEMS
64 SP-C-01b jOwners Protective Insurance LS 1.00 $1.00 $
91 CO-01.1 AS-4 AquaSwirl Water Treatment Unit EA 1.00 $28,113.00 $28,11
TOTAL NON-AIP ELIGIBLE ITEMS
TOTAL PROJECT COST AIP-ELIGIBLE $6,505,062,90
PROJECT FUNDING
Executed AIP Grant 3-05-0020-050-2021: $6,135,840.OI
Federal Aviation Administration AIP (90%)
$5,522,256.00
Federal Aviation Administration ARPA (10%)
$613,584.00
Grant Amendment
Federal Aviation Administration AIP Grant Amendment (90%)
$332,300.00
Arkansas Deartment of Aeronuatics (10%)
$36,922.00
City of Fayetteville Remainder
$28,114.90
TOTAL FUNDING
$6,533,176.90
a-
GAFtVM
OUTLAY REPORT AND REQUEST FOR
REIMBURSEMENT FOR CONSTRUCTION PROGRAMS
Approved Modified SF-271
1. Type of Request
I
Annual
1
1 2. Basis of Request
Cash
3. Federal Agency and Organizational Element to
4. Federal Grant or Other Identifying Number Assigned by Federal Agency
Which Report is Submitted
(To report multiple grants, use FFR Attachment)
FAA/ACE-610
3-05-0020-050-2021
5. PARTIAL PAYMENT REQUEST
6. EIN
7. FINANCIAL AIN
8. PERIOD OF THIS REQUEST
From: F 10/1/2023 To:
12024
FINAL
71-6019462
1
9/30/2024
9. Recipient Organization (Name and complete address including Zip code)
Name: Fayetteville, Drake Field
Streetl: 4500 S School Avenue, Suite F City/State Fayetteville, AR
Street2:
County: Washington
Zip Code 72701-8016
Province: N/A Country: US:United States
10. PAYEE (Where check is to be sent if different than item 9)
Name:
Streetl: City/State
Street2:
_ County:
Zip Code
Province: I N/A Country: US:United States
11.
STATUS OF FUNDS (Calculated Based On Time Period In Box 8)
Classification
PROGRAMS [a] FUNCTIONS [b] ACTIVITIES [c]
(Cumulative Costs)
TOTAL
Previous Payments Current Payments Later Payments
ADMINISTRATIVE EXPENSE
$
6,567.04
$ 3,432.96
$ -
$ 10,000.00
PRELIMINARY EXPENSES
$
$
$
$
LAND, STRUCURES, RIGHT-OF-WAY
$
$ -
$
$
ARCHITECTURAL ENGINEERING BASIC FEE
$
325,350.00
$
$
$ 32S,350.00
OTHER ARCHITECTURAL ENGINEERING FEI
23,860.00
$ 6,540.00
$
$ 30,400.00
PROJECT INSPECTION FEES
$
212,062.96
$ 44,365.93
$
$ 256,428.89
LAND DEVELOPMENT
$
-
$ -
$
$
RELOCATION EXPENSES
$
$
$
$
RELOCATION PAYMENTSTO IND.& BUSIN
$
$
$
$
DEMOLITION AND REMOVAL
$
-
$
$
$ -
CONSTRUCTION AND PROJECT IMPROVEN
$
4,954,413.73
$ 891,547.99
$
$ 5,845,961.72
EQUIPMENT
$
-
$ -
$
$
MISCELLANEOUS
$
-
$ -
$
$
n. Total to date (sum a thru m)
$
5,522,253.73
$ 945,886.88
$
$ 6,468,140.61
o. Deductions for program income
$
-
$ -
$
$
p. Net to date (line n minus line o)
S
5,522,253.73
$ 945,886.88
$
$ 6,468,140.61
q. Federal share to date
$
5,522,253.73
$ 945,886.88
$
$ 6,468,140.61
r. Rehab. grants (100% reimb.)
$
$
$
$
s. Total Federal share (sum q and r)
$
5,522,253.73
$ 94S,886.88
$
t. Federal payments prev. requested
$ 5,522,25C
u. Amount requested for reimb.
$ 945,890v.
ol*,140.00
project's physical completion %
85.38%
14.62%
12. Certification: By signing this report, I certify that it is true, complete, and accurate to the best of my knowledge. I am aware that any
false, fictitious, or fraudulent information may subject me to criminal, civil or administrative penalties. (U.S. Code, Title 18, section 1001)
a. RECIPIENT
Name: The Honorable Lioneld Jor an Title: Mayor
Phone 479-57 - 330
Email Address: mayor@fayetteville-ar.gov
Si *nature:
Date Signed:
b. REPRESEN TIVE CERTIFYING NE 11V
Name Kyle Bennett, P.E. `
Title: Project Manager
Phone 479-527-9100
Email Address:!,--KABennett@GarverUSA.com
Signature: L<<` '
Date Signed: F 6/19/2024
Public reporting burden for this collection of information is estimated to average 60 minutes per response, including time for reviewing instructions, searching existing data
sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other
aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0004),
Washington, DC 20S03.
PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY.
U.S. Department Arkansas/Oklahoma FAA ASW-630
of Transportation Airports District Office 10101 Hillwood Pkwy
Federal Aviation Southwest Region Fort Worth, TX 76177
Administration
The Honorable Lioneld Jordan
Mayor of Fayetteville
113 W. Mountain St.,
Fayetteville, AR 72701
Dear Mayor Jordan:
Drake Field Airport
City of Fayetteville
AIP Grant No 3-05-0020-050-2021
UEI No JNDMR7IAKHT3
Letter Amendment (Amendment No.1)
This is in response to your letter dated June 6, 2024, requesting an amendment to the Grant Agreement
for the subject AIP project to: include the repair of storm drainage system components within the
runway safety area and increase the maximum obligation of the United States as set forth in the Grant
Agreement accepted by the Sponsor, on September 10, 2021. We concur that the repair of the storm
drainage system was critical and incidental to the rehabilitate runway project and therefore are
allowable costs under this grant. This letter, together with your letter, effects the amendment, as
requested, and commits the Federal Aviation Administration, acting for and on behalf of the United
States of America to increase the maximum obligation of the United States by $332,300 (from
$6,135,840 to $6,468,140) to cover the Federal share of the total actual eligible and allowable project
costs.
Under the terms of the Grant Agreement, this document is incorporated into and constitutes
Amendment No. 1 to the above referenced Grant Agreement. All other terms and conditions of the
Grant Agreement remain in full force and effect.
Sincerely,
by
G LE N N A DiitallyGLENN A BOLLES
Date: 20
BOLES 07:3830-0500'7
Glenn A. Boles, Manager
Arkansas/Oklahoma Airports
District Office
CITY or
WA FAYETTEVILLE
ARKANSAS
April 8, 2024
Federal Aviation Administration
Attn: Ms. Lauren Kennedy
10101 Hillwood Parkway
Fort Worth, TX 76177
Re: Fayetteville — Drake Field
FYV Runway Pavement and Lighting Rehabilitation
FAA Grant Amendment (3-05-0020-050-2021)
Dear Ms. Kennedy:
The FYV Runway Pavement and Lighting Rehabilitation Project will require an amendment to the grant budget
due to additional scope added for repair of existing storm drainage system components within the runway safety
area (RSA). Major deficiencies were identified in the existing storm drainage system between late Summer and
early Fall of 2021 after the FAA's Part 139 inspector noted surface irregularities within RSA. Repair options and
funding needs were discussed with the Airport and FAA in October and November of 2021. Correspondence with
the FAA supported inclusion of storm drainage system repairs as incidental work within the Runway Pavement
and Lighting Rehabilitation project, with additional funding needs to be provided through a grant amendment at
the conclusion of the project.
Storm drain repair items were added to the construction contract via Change Order 01. Additional engineering
services to complete design of the storm drain repairs were added to the project by contract amendment (Task
Order 02 - Amendment 01). Additional construction phase services for additional work completed due to contract
time added by Change Order 01 were added to the project by separate contract amendment (Task Order 03 —
Amendment 01). The additional cost of the AIP eligible portion of Change Order 01 plus added design and
construction phase services totals $606,624.20; however, much of this cost was able to be offset by underruns in
various other pay items during construction. A full breakdown of the final project budget is attached.
A summary of final project costs and revised funding plan is provided below.
Project Costs
Original AIP-Eligible Project Costs (Executed Grant Amount)
$6,135,840.00
Final AIP-Eligible Project Costs
$6,505,062.90
Total AIP-Eligible Cost Increase
$369,222.90
Grant Amendment
Total Cost Increase (AIP Eligible)
$369,222.90
Federal Aviation Administration AIP (90%)
$332,300.00
Revised Funding Plan
Federal Aviation Administration AIP (Original Grant Funds)
$5,522,256.00
Federal Aviation Administration ARPA (Original Grant Funds)
$613,584.00
Federal Aviation Administration AIP (90% of Grant Amendment)
$332,300.00
Arkansas Department of Aeronautics (10% of Grant Amendment)
$36,922.00
City of Fayetteville (Remainder)
$28,114.90
The current executed grant amount for this project is $6,135,840.00. We request the FAA's consideration of a
Grant Amendment to increase the amount of the grant to $6,468,140.00 as indicated in the attached Final Project
Budget and FAA Form 5100-100.
CITY or
FAME ' TE ILLE
ARKANSAS
Please call me if you have any questions.
Sincerely,
Jared Rabren
Airport Director
Attachments:
Final Project Budget
FAA Form 5100-100 (Budget Sheet)
Change Order 01
Garver Task Order 02 Amendment 01
Garver Task Order 03 Amendment 01
Record of Negotiations
3-05-0020-050-2021
U.S. Department
Transportation Airports Division
of Trans
p Southwest Region 10101 Hillwood Parkway
Federal Aviation Arkansas, Oklahoma Fort Worth, TX 76177
Administration
August 25, 2021
Honorable Lioneld Jordan
Mayor of Fayetteville
113 W. Mountain St.
Fayetteville, AR 72701
Dear Mayor Jordan:
We are transmitting to you for execution the Grant Offer for Airport Improvement Program (AIP) Project
No. 3-05-0020-050-2021 at Drake Field Airport in Fayetteville, Arkansas. This letter outlines
expectations for success. Please read the conditions and assurances carefully.
To properly enter into this agreement, you must do the following:
a. The governing body must provide authority to execute the grant to the individual signing the
grant; i.e. the sponsor's authorized representative.
b. The sponsor's authorized representative must execute the grant, followed by the attorney's
certification, no later than September 10, 2021 in order for the grant to be valid.
c. You may not make any modification to the text, terms or conditions of the grant offer.
d. The grant offer must be digitally signed by the sponsor's legal signatory authority and then the
grant offer will be routed via email to the sponsor's attorney. Once the attorney has digitally
attested to the grant, an email with the executed grant will be sent to all parties.
Subject to the requirements in 2 CFR §200.305, each payment request for reimbursement under this
grant must be made electronically via the Delphi elnvoicing System. Please see the attached Grant
Agreement for more information regarding the use of this System.
The terms and conditions of this agreement require you to complete the project without undue delay.
We will be monitoring your progress to ensure proper stewardship of these Federal funds. We expect
you to submit payment requests for reimbursement_ of allowable incurred project expenses consistent
with project progress. Should you fail to make draws on a regular basis, your grant may be placed in
"inactive" status, which will affect your ability to receive future grant offers.
Until the grant is completed and closed, you are responsible for submitting formal reports as follows:
• A signed/dated SF-270 (non -construction projects) or SF-271 or equivalent (construction
projects) and SF-425 annually, due 90 days after the end of each federal fiscal year in which this
grant is open (due December 31 of each year this grant is open); and
• Performance Reports, which are due within 30 days of the end of a reporting period as follows:
1. Non -construction project: Due annually at end of the Federal fiscal year.
Construction project: Submit FAA form 5370-1, Construction Progress and Inspection
Report at the end of each fiscal quarter.
3-05-0020-050-2021
As a condition of receiving Federal assistance under this award, you must comply with audit
requirements as established under 2 CFR part 200. Subpart F requires non -Federal entities that expend
$750,000 or more in Federal awards to conduct a single or program specific audit for that year. Note
that this includes Federal expenditures made under other Federal -assistance programs. Please take
appropriate and necessary action to assure your organization will comply with applicable audit
requirements and standards.
Once the project(s) is completed and all costs are determined, we ask that you close the project without
delay and submit the necessary final closeout documentation as required by your Region/Airports
District Office.
Femi Adeoye, P.E, (817) 222-5986, is the assigned program manager for this grant and is readily
available to assist you and your designated representative with the requirements stated herein. We
sincerely value your cooperation in these efforts and look forward to working with you to complete this
important project.
Sincerely,
Glenn Boles
Glenn Bole 'raF.E_= 25; 2021 13':S CDT
Glenn A. Boles, Manager
Arkansas/Oklahoma Airports
District Office
201
3-05-0020-050-2021
U.S. Department
of Transportation
Federal Aviation
Administration
FAA Airport Improvement Program (AIP)
GRANT AGREEMENT
Part I - Offer
Federal Award Offer Date August 25, 2021
Airport/Planning Area Drake Field Airport
FY2021 AIP Grant Number 3-05-0020-050-2021
Unique Entity Identifier 134398903
TO: City of Fayetteville
(herein called the "Sponsor")
FROM: The United States of America (acting through the Federal Aviation Administration, herein
called the "FAA")
WHEREAS, the Sponsor has submitted to the FAA a Project Application dated July 6, 2021, for a grant of
Federal funds for a project at or associated with the Drake Field Airport, which is included as part of this
Grant Agreement; and
WHEREAS, the FAA has approved a project for the Drake Field Airport (herein called the "Project")
consisting of the following:
Rehabilitate Runway & Reconstruct Runway Lighting
which is more fully described in the Project Application.
NOW THEREFORE, Pursuant to and for the purpose of carrying out the FAA Reauthorization Act of 2018
(Public Law Number 115-254); Title 49, United States Code (U.S.C.), Chapters 471 and 475; 49 U.S.C. §§
40101 et seq., and 48103; the Department of Transportation Appropriations Act, 2021 (Public Law 116-
260, Division L), as further amended by the American Rescue Plan Act of 2021 (Public Law 117-2); and
the representations contained in the Project Application; and in consideration of: (a) the Sponsor's
adoption and ratification of the Grant Assurances attached hereto (b) the Sponsor's acceptance of this
Offer; and (c) the benefits to accrue to the United States and the public from the accomplishment of the
Project and compliance with the Grant Assurance and conditions as herein provided;
3-05-0020-050-2021
THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY
OFFERS AND AGREES to pay 100 percent of the allowable costs incurred accomplishing the Project as
the United States share of the Project.
Assistance Listings Number (Formerly CFDA Number): 20.106
This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS:
CONDITIONS
1. Maximum Obligation. The maximum obligation of the United States payable under this Offer is
$6,135,840.
The following amounts represent a breakdown of the maximum obligation for the purpose of
establishing allowable amounts for any future grant amendment, which may increase the foregoing
maximum obligation of the United States under the provisions of 49 U.S.C. § 47108(b):
$ 0 for planning
$ 6,135,840 airport development or noise program implementation; and,
$ 0 for land acquisition.
The source of this Grant includes funding from the Small Airport Fund, in accordance with 49 U.S.C.
§ 47116.
2. Grant Performance. This Grant Agreement is subject to the following Federal award requirements:
a. Period of Performance:
Shall start on the date the Sponsor formally accepts this Agreement and is the date signed
by the last Sponsor signatory to the Agreement. The end date of the Period of Performance
is 4 years (1,460 calendar days) from the date of acceptance. The Period of Performance
end date shall not affect, relieve, or reduce Sponsor obligations and assurances that
extend beyond the closeout of this Grant Agreement.
2. Means the total estimated time interval between the start of an initial Federal award and
the planned end date, which may include one or more funded portions or budget periods.
(2 Code of Federal Regulations (CFR) § 200.1).
b. Budget Period:
1. For this Grant is 4 years (1,460 calendar days) and follows the same start and end date as
the period of performance provided in Paragraph a.1. Pursuant to 2 CFR § 200.403(h), the
Sponsor may charge to the Grant only allowable costs incurred during the Budget Period.
2. Means the time interval from the start date of a funded portion of an award to the end
date of that funded portion during which the Sponsor is authorized to expend the funds
awarded, including any funds carried forward or other revisions pursuant to § 200.308.
c. Close Out and Termination
Unless the FAA authorizes a written extension, the Sponsor must submit all Grant closeout
documentation and liquidate (pay-off) all obligations incurred under this award no later
than 120 calendar days after the end date of the period of performance. If the Sponsor
does not submit all required closeout documentation within this time period, the FAA will
proceed to close out the grant within one year of the period of performance end date with
the information available at the end of 120 days. (2 CFR § 200.344).
2
3-05-0020-050-2021
2. The FAA may terminate this Grant, in whole or in part, in accordance with the conditions
set forth in 2 CFR § 200.340, or other Federal regulatory or statutory authorities as
applicable.
3. Ineligible or Unallowable Costs. The Sponsor must not include any costs in the project that the FAA
has determined to be ineligible or unallowable.
Indirect Costs - Sponsor. The Sponsor may charge indirect costs under this award by applying the
indirect cost rate identified in the project application as accepted by the FAA, to allowable costs for
Sponsor direct salaries and wages.
Determining the Final Federal Share of Costs. The United States' share of allowable project costs
will be made in accordance with 49 U.S.C. § 47109, the regulations, policies, and procedures of the
Secretary, and any superseding legislation. Final determination of the United States' share will be
based upon the final audit of the total amount of allowable project costs and settlement will be
made for any upward or downward adjustments to the Federal share of costs.
Completing the Project Without Delay and in Conformance with Requirements. The Sponsor must
carry out and complete the project without undue delays and in accordance with this Agreement,
49 U.S.C. Chapters 471 and 475, and the regulations, policies, and procedures of the Secretary of
Transportation ("Secretary"). Per 2 CFR § 200.308, the Sponsor agrees to report to the FAA any
disengagement from performing the project that exceeds three months or a 25 percent reduction in
time devoted to the project, and request prior approval from FAA. The report must include a reason
for the project stoppage. The Sponsor also agrees to comply with the grant assurances, which are
part of this Agreement.
7. Amendments or Withdrawals before Grant Acceptance. The FAA reserves the right to amend or
withdraw this offer at any time prior to its acceptance by the Sponsor.
8. Offer Expiration Date. This offer will expire and the United States will not be obligated to pay any
part of the costs of the project unless this offer has been accepted by the Sponsor on or before
September 10, 2021, or such subsequent date as may be prescribed in writing by the FAA.
9. Improper Use of Federal Funds. The Sponsor must take all steps, including litigation if necessary, to
recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or
misused in any other manner for any project upon which Federal funds have been expended. For
the purposes of this Grant Agreement, the term "Federal funds" means funds however used or
dispersed by the Sponsor, that were originally paid pursuant to this or any other Federal grant
agreement. The Sponsor must obtain the approval of the Secretary as to any determination of the
amount of the Federal share of such funds. The Sponsor must return the recovered Federal share,
including funds recovered by settlement, order, or judgment, to the Secretary. The Sponsor must
furnish to the Secretary, upon request, all documents and records pertaining to the determination
of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts
taken to recover such funds. All settlements or other final positions of the Sponsor, in court or
otherwise, involving the recovery of such Federal share require advance approval by the Secretary.
10. United States Not Liable for Damage or Iniury. The United States is not responsible or liable for
damage to property or injury to persons which may arise from, or be incident to, compliance with
this Grant Agreement.
3-05-0020-050-2021
11. System for Award Management (SAM) Registration and Unique Entity Identifier (UEI).
Requirement for System for Award Management (SAM): Unless the Sponsor is exempted from
this requirement under 2 CFR 25.110, the Sponsor must maintain the currency of its
information in the SAM until the Sponsor submits the final financial report required under this
Grant, or receives the final payment, whichever is later. This requires that the Sponsor review
and update the information at least annually after the initial registration and more frequently if
required by changes in information or another award term. Additional information about
registration procedures may be found at the SAM website (currently at http://www.sam.gov).
Unique entity identifier (UEI) means a 12-character alpha -numeric value used to identify a
specific commercial, nonprofit or governmental entity. A UEI may be obtained from SAM.gov at
https://sam.gov/SAM/```pages/public/`index.jsf.
12. Electronic Grant Payment(s). Unless otherwise directed by the FAA, the Sponsor must make each
payment request under this Agreement electronically via the Delphi elnvoicing System for
Department of Transportation (DOT) Financial Assistance Awardees,
13. Informal Letter Amendment of AIP Projects. If, during the life of the project, the FAA determines
that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor
by $25,000 or five percent (5%), whichever is greater, the FAA can issue a letter amendment to the
Sponsor unilaterally reducing the maximum obligation.
The FAA can also issue a letter to the Sponsor increasing the maximum obligation if there is an
overrun in the total actual eligible and allowable project costs to cover the amount of the overrun
provided it will not exceed the statutory limitations for grant amendments. The FAA's authority to
increase the maximum obligation does not apply to the "planning" component of Condition No. 1.
The FAA can also issue an informal letter amendment that modifies the grant description to correct
administrative errors or to delete work items if the FAA finds it advantageous and in the best
interests of the United States.
An informal letter amendment has the same force and effect as a formal grant amendment.
14. Air and Water Quality. The Sponsor is required to comply with all applicable air and water quality
standards for all projects in this grant. If the Sponsor fails to comply with this requirement, the FAA
may suspend, cancel, or terminate this Grant Agreement.
15. Financial Reporting and Payment Requirements. The Sponsor will comply with all Federal financial
reporting requirements and payment requirements, including submittal of timely and accurate
reports.
16. Buy American. Unless otherwise approved in advance by the FAA, in accordance with 49 U.S.C. §
50101, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel
or manufactured products produced outside the United States to be used for any project for which
funds are provided under this grant. The Sponsor will include a provision implementing Buy
American in every contract and subcontract awarded under this Grant.
17. Maximum Obligation Increase. In accordance with 49 U.S.C. § 47108(b)(3), as amended, the
maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer:
a. May not be increased for a planning project;
b. May be increased by not more than 15 percent for development projects if funds are available;
3-05-0020-050-2021
c. May be increased by not more than the greater of the following for a, land project, if funds are
available:
1. 15 percent; or
2. 25 percent of the total increase in allowable project costs attributable to acquiring an
interest in the land.
If the sponsor requests an increase, any eligible increase in funding will be subject to the United
States Government share as provided in 49 U.S.C. § 47110, or other superseding legislation if
applicable, for the fiscal year appropriation with which the increase is funded. The FAA is not
responsible for the same Federal share provided herein for any amount increased over the initial
grant amount. The FAA may adjust the Federal share as applicable through an informal letter of
amendment.
18. Audits for Sponsors.
PUBLIC SPONSORS. The Sponsor must provide for a Single Audit or program -specific audit in
accordance with 2 CFR Part 200. The Sponsor must submit the audit reporting package to the
Federal Audit Clearinghouse on the Federal Audit Clearinghouse's Internet Data Entry System at
http://harvester.census.gov/facweb/. Upon request of the FAA, the Sponsor shall provide one copy
of the completed audit to the FAA.
19. Suspension or Debarment. When entering into a "covered transaction" as defined by 2 CFR §
180.200, the Sponsor must:
a. Verify the non -Federal entity is eligible to participate in this Federal program by:
Checking the excluded parties list system (EPLS) as maintained within the System for
Award Management (SAM) to determine if the non -Federal entity is excluded or
disqualified; or
2. Collecting a certification statement from the non -Federal entity attesting they are not
excluded or disqualified from participating; or
3. Adding a clause or condition to covered transactions attesting individual or firm are not
excluded or disqualified from participating.
b. Require prime contractors to comply with 2 CFR § 180.330 when entering into lower -tier
transactions (e.g. Sub -contracts).
c. Immediately disclose to the FAA whenever the Sponsor (1) learns they have entered into a
covered transaction with an ineligible entity or (2) suspends or debars a contractor, person, or
entity.
20. Ban on Texting While Driving.
a. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging
While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving,
December 30, 2009, the Sponsor is encouraged to:
1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted
drivers including policies to ban text messaging while driving when performing any work
for, or on behalf of, the Federal government, including work relating to a grant or subgrant.
2. Conduct workplace safety initiatives in a manner commensurate with the size of the
business, such as:
3-05-0020-050-2021
a. Establishment of new rules and programs or re-evaluation of existing programs to
prohibit text messaging while driving; and
b. Education, awareness, and other outreach to employees about the safety risks
associated with texting while driving.
b. The Sponsor must insert the substance of this clause on banning texting while driving in all
subgrants, contracts, and subcontracts funded with this Grant.
21. Trafficking in Persons.
a. You as the recipient, your employees, subrecipients under this Grant, and subrecipients'
employees may not —
1. Engage in severe forms of trafficking in persons during the period of time that the Grant
and applicable conditions are in effect;
2. Procure a commercial sex act during the period of time that the Grant and applicable
conditions are in effect; or
3. Use forced labor in the performance of the Grant or any subgrants under this Grant.
b. We as the Federal awarding agency, may unilaterally terminate this Grant, without penalty, if
you or a subrecipient that is a private entity —
1. Is determined to have violated a prohibition in paragraph a. of this condition; or
2. Has an employee who is determined by the agency official authorized to terminate the
Grant to have violated a prohibition in paragraph a. of this condition through conduct that
is either —
a. Associated with performance under this Grant; or
b. Imputed to the subrecipient using the standards and due process for imputing the
conduct of an individual to an organization that are provided in 2 CFR Part 180, "OMB
Guidelines to Agencies on Government -wide Debarment and Suspension
(Nonprocurement)," as implemented by our agency at 49 CFR Part 29.
c. You must inform us immediately of any information you receive from any source alleging a
violation of a prohibition in paragraph a. of this condition.
d. Our right to terminate unilaterally that is described in paragraph a. of this condition:
i. Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as
amended (22 U.S.C. 7104(g)), and
ii. Is in addition to all other remedies for noncompliance that are available to us under
this Grant Agreement.
22. All? Funded Work Included in a PFC Application. Within 90 days of acceptance of this Grant
Agreement, the Sponsor must submit to the FAA an amendment to any approved Passenger Facility
Charge (PFC) application that contains an approved PFC project also covered under this Grant
Agreement as described in the project application. The airport sponsor may not make any
expenditure under this Grant Agreement until project work addressed under this Grant Agreement
is removed from an approved PFC application by amendment.
23. Exhibit "A" Property Map. The Exhibit "A" Property Map dated 01/25/2011, is incorporated herein
by reference or is submitted with the project application and made part of this Grant Agreement.
3-05-0020-050-2021
24. Employee Protection from Reprisal.
a. Prohibition of Reprisals —
1. In accordance with 41 U.S.C. § 4712, an employee of a Sponsor, grantee, subgrantee,
contractor, or subcontractor may not be discharged, demoted, or otherwise discriminated
against as a reprisal for disclosing to a person or body described in sub -paragraph a.2.
below, information that the employee reasonably believes is evidence of:
i. Gross mismanagement of a Federal grant;
ii. Gross waste of Federal funds;
iii. An abuse of authority relating to implementation or use of Federal funds;
iv. A substantial and specific danger to public health or safety; or
v. A violation of law, rule, or regulation related to a Federal grant.
2. Persons and bodies covered. The persons and bodies to which a disclosure by an employee
is covered are as follows:
i. A member of Congress or a representative of a committee of Congress;
ii. An Inspector General;
iii. The Government Accountability Office;
iv. A Federal employee responsible for contract or grant oversight or management at the
relevant agency;
v. A court or grand jury;
vi. A management official or other employee of the Sponsor, contractor, or subcontractor
who has the responsibility to investigate, discover, or address misconduct; or
vii. An authorized official of the Department of Justice or other law enforcement agency.
3. Submission of Complaint — A person who believes that they have been subjected to a
reprisal prohibited by paragraph a of this grant term may submit a complaint regarding the
reprisal to the Office of Inspector General (OIG) for the U.S. Department of Transportation.
4. Time Limitation for Submittal of a Complaint —A complaint may not be brought under this
condition more than three years after the date on which the alleged reprisal took place.
5. Required Actions of the Inspector General — Actions, limitations, and exceptions of the
Inspector General's office are established under 41 U.S.C. § 4712(b).
6. Assumption of Rights to Civil Remedy — Upon receipt of an explanation of a decision not to
conduct or continue an investigation by the Office of Inspector General, the person
submitting a complaint assumes the right to a civil remedy under 41 U.S.C. § 4712(c).
SPECIAL CONDITIONS
25. Pavement Maintenance Management Program. The Sponsor agrees that it will implement an
effective airport pavement maintenance management program as required by Airport Sponsor
Grant Assurance 11, Pavement Preventive Management. The Sponsor agrees that it will use the
program for the useful life of any pavement constructed, reconstructed, or repaired with Federal
financial assistance at the airport. The Sponsor further agrees that the program will:
Follow the current version of FAA Advisory Circular 150/5380-6, "Guidelines and Procedures for
Maintenance of Airport Pavements," for specific guidelines and procedures for maintaining
7
3-05-0020-050-2021
airport pavements, establishing an effective maintenance program, specific types of distress
and its probable cause, inspection guidelines, and recommended methods of repair;
b. Detail the procedures to be followed to assure that proper pavement maintenance, both
preventive and repair, is performed;
c. Include a Pavement Inventory, Inspection Schedule, Record Keeping, Information Retrieval, and
Reference, meeting the following requirements:
1. Pavement Inventory. The following must be depicted in an appropriate form and level of
detail:
a. Location of all runways, taxiways, and aprons;
b. Dimensions;
c. Type of pavement; and,
d. Year of construction or most recent major rehabilitation.
2. Inspection Schedule.
a. Detailed Inspection. A detailed inspection must be performed at least once a year. If a
history of recorded pavement deterioration is available, i.e., Pavement Condition
Index (PCI) survey as set forth in the Advisory Circular 150/5380-6, the frequency of
inspections may be extended to three years.
b. Drive -By Inspection. A drive -by inspection must be performed a minimum of once per
month to detect unexpected changes in the pavement condition. For drive -by
inspections, the date of inspection and any maintenance performed must be recorded.
3. Record Keeping. Complete information on the findings of all detailed inspections and on
the maintenance performed must be recorded and kept on file for a minimum of five
years. The type of distress, location, and remedial action, scheduled or performed, must be
documented. The minimum information is:
a. Inspection date;
b. Location;
c. Distress types; and
d. Maintenance scheduled or performed.
4. Information Retrieval System. The Sponsor must be able to retrieve the information and
records produced by the pavement survey to provide a report to the FAA as may be
required.
26. Project Containing Paving Work in Excess of $500,000. The Sponsor agrees to:
a. Furnish a construction management program to the FAA prior to the start of construction
which details the measures and procedures to be used to comply with the quality control
provisions of the construction contract, including, but not limited to, all quality control
provisions and tests required by the Federal specifications. The program must include as a
minimum:
3-05-0020-050-2021
The name of the person representing the Sponsor who has overall responsibility for
contract administration for the project and the authority to take necessary actions to
comply with the contract;
2. Names of testing laboratories and consulting engineer firms with quality control
responsibilities on the project, together with a description of the services to be provided;
Procedures for determining that the testing laboratories meet the requirements of the
American Society of Testing and Materials standards on laboratory evaluation referenced
in the contract specifications (D 3666, C 1077);
4. Qualifications of engineering supervision and construction inspection personnel;
5. A listing of all tests required by the contract specifications, including the type and
frequency of tests to be taken, the method of sampling, the applicable test standard, and
the acceptance criteria or tolerances permitted for each type of test; and
Procedures for ensuring that the tests are taken in accordance with the program, that they
are documented daily, and that the proper corrective actions, where necessary, are
undertaken.
Submit at completion of the project, a final test and quality assurance report
documenting the summary results of all tests performed; highlighting those tests that
indicated failure or that did not meet the applicable test standard. The report must
include the pay reductions applied and the reasons for accepting any out -of -tolerance
material. Submit interim test and quality assurance reports when requested by the
FAA.
Failure to provide a complete report as described in paragraph b., or failure to
perform such tests, will, absent any compelling justification, result in a reduction in
Federal participation for costs incurred in connection with construction of the
applicable pavement. Such reduction will be at the discretion of the FAA and will be
based on the type or types of required tests not performed or not documented and
will be commensurate with the proportion of applicable pavement with respect to the
total pavement constructed under the Grant Agreement.
c. The FAA, at its discretion, reserves the right to conduct independent tests and to
reduce grant payments accordingly if such independent tests determine that sponsor
test results are inaccurate.
27. Buy American Executive Orders. The Sponsor agrees to abide by applicable Executive Orders in
effect at the time this Grant Agreement is executed, including Executive Order 14005, Ensuring the
Future Is Made in All of America by All of America's Workers.
M
3-05-0020-050-2021
The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application
incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter
provided, and this Offer and Acceptance shall comprise a Grant Agreement, constituting the contractual
obligations and rights of the United States and the Sponsor with respect to the accomplishment of the
Project and compliance with the Grant Assurances, terms, and conditions as provided herein. Such Grant
Agreement shall become effective upon the Sponsor's acceptance of this Offer.
Please read the following information: By signing this document, you are agreeing that you have
reviewed the following consumer disclosure information and consent to transact business using
electronic communications, to receive notices and disclosures electronically, and to utilize electronic
signatures in lieu of using paper documents. You are not required to receive notices and disclosures or
sign documents electronically. If you prefer not to do so, you may request to receive paper copies and
withdraw your consent at any time.
I declare under penalty of perjury that the foregoing is true and correct.'
UNITED STATES OF AMERICA
FEDERAL AVIATION ADMINISTRATION
Glean Boles
(Signature)
Glenn Boles
(Typed Name)
Manager, AR/OK Airports District Office
(Title of FAA Official)
1 Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C.
Section 1001 (False Statements) and could subject you to fines, imprisonment, or both.
10
3-05-0020-050-2021
Part II - Acceptance
The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties,
covenants, and agreements contained in the Project Application and incorporated materials referred to
in the foregoing Offer, and does hereby accept this Offer and by such acceptance agrees to comply with
all of the Grant Assurances, terms, and conditions in this Offer and in the Project Application.
Please read the following information: By signing this document, you are agreeing that you have
reviewed the following consumer disclosure information and consent to transact business using
electronic communications, to receive notices and disclosures electronically, and to utilize electronic
signatures in lieu of using paper documents. You are not required to receive notices and disclosures or
sign documents electronically. If you prefer not to do so, you may request to receive paper copies and
withdraw your consent at any time.
I declare under penalty of perjury that the foregoing is true and correct.'
Dated l r —7 2(
City of Fayetteville
lNome of Sponsor)
Authorized Official)
By: / OYI�CCf �GyzY�t.K
(Typed Name of Sponsor's Authorized Official)
Title: r
(Title of 9 onsoi s Authorized Official)
' Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C.
Section 1001 (False Statements) and could subject you to fines, imprisonment, or both.
11
3-05-0020-050-2021
CERTIFICATE OF SPONSOR'S ATTORNEY
, acting as Attorney for the Sponsor do hereby certify:
That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the
laws of the State of Arkansas . Further, I have examined the foregoing Grant Agreement and the
actions taken by said Sponsor and Sponsor's official representative, who has been duly authorized to
execute this Grant Agreement, which is in all respects due and proper and in accordance with the laws
of the said State, the FAA Reauthorization Act of 2018 (Public Law Number 115-254); Title 49 U.S.C.,
Chapters 471 and 475; 49 U.S.C. §§ 40101, et seq., and 48103; and the Department of Transportation
Appropriations Act, 2021 (Public Law 116-260, Division L), as further amended by the American Rescue
Plan Act of 2021 (Public Law 117-2). In addition, for grants involving projects to be carried out on
property not owned by the Sponsor, there are no legal impediments that will prevent full performance
by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding
obligation of the Sponsor in accordance with the terms thereof.
Please read the following information: By signing this document, you are agreeing that you have
reviewed the following consumer disclosure information and consent to transact business using
electronic communications, to receive notices and disclosures electronically, and to utilize electronic
signatures in lieu of using paper documents. You are not required to receive notices and disclosures or
sign documents electronically. If you prefer not to do so, you may request to receive paper copies and
withdraw your consent at any time.
I declare under penalty of perjury that the foregoing is true and correct.'
Dated at i. j i � ' - I
By:
(Signature of Sptsor's Attorney)
12
ASSURANCES
AIRPORT SPONSORS
A. General.
3-05-0020-050-2021
a. These assurances shall be complied with in the performance of grant agreements for airport
development, airport planning, and noise compatibility program grants for airport sponsors.
b. These assurances are required to be submitted as part of the project application by sponsors
requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used
herein, the term "public agency sponsor" means a public agency with control of a public -use
airport; the term "private sponsor" means a private owner of a public -use airport; and the term
"sponsor" includes both public agency sponsors and private sponsors.
c. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and
become part of this grant agreement.
B. Duration and Applicability.
Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency
Sponsor.
The terms, conditions and assurances of this grant agreement shall remain in full force and
effect throughout the useful life of the facilities developed or equipment acquired for an
airport development or noise compatibility program project, or throughout the useful life of
the project items installed within a facility under a noise compatibility program project, but in
any event not to exceed twenty (20) years from the date of acceptance of a grant offer of
Federal funds for the project. However, there shall be no limit on the duration of the
assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an
airport. There shall be no limit on the duration of the terms, conditions, and assurances with
respect to real property acquired with federal funds. Furthermore, the duration of the Civil
Rights assurance shall be specified in the assurances.
2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor.
The preceding paragraph 1 also applies to a private sponsor except that the useful life of
project items installed within a facility or the useful life of the facilities developed or equipment
acquired under an airport development or noise compatibility program project shall be no less
than ten (10) years from the date of acceptance of Federal aid for the project.
3. Airport Planning Undertaken by a Sponsor.
Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 25, 30,
32, 33, and 34 in Section C apply to planning projects. The terms, conditions, and assurances of
this grant agreement shall remain in full force and effect during the life of the project; there
shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport
Revenue so long as the airport is used as an airport.
C. Sponsor Certification.
The sponsor hereby assures and certifies, with respect to this grant that:
Airport Sponsor Assurances 2/2020 Page 1 of 18
3-05-0020-050-2021
1. General Federal Requirements
It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and
requirements as they relate to the application, acceptance and use of Federal funds for this project
including but not limited to the following:
FEDERAL LEGISLATION
a. Title 49, U.S.C., subtitle VII, as amended.
b. Davis -Bacon Act — 40 U.S.C. 276(a), et seg.'
c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq.
d. Hatch Act — 5 U.S.C. 1501, et seg.Z
e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C.
4601, et seg.l Z
f. National Historic Preservation Act of 1966 — Section 106 - 16 U.S.C. 470(f).1
g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469c.1
h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et seq.
i. Clean Air Act, P.L. 90-148, as amended.
j. Coastal Zone Management Act, P.L. 93-205, as amended.
k. Flood Disaster Protection Act of 1973 — Section 102(a) - 42 U.S.C. 4012a.1
I. Title 49, U.S.C., Section 303, (formerly known as Section 4(f))
m. Rehabilitation Act of 1973 - 29 U.S.C. 794.
n. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252) (prohibits
discrimination on the basis of race, color, national origin);
o. Americans with Disabilities Act of 1990, as amended, (42 U.S.C. § 12101 et seg.), prohibits
discrimination on the basis of disability).
p. Age Discrimination Act of 1975 -42 U.S.C. 6101, et seq.
q. American Indian Religious Freedom Act, P.L. 95-341, as amended.
r. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et seg.'
s. Power plant and Industrial Fuel Use Act of 1978 — Section 403- 2 U.S.C. 8373.1
t. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seg.'
u. Copeland Anti -kickback Act - 18 U.S.C. 874.1
v. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seg.'
w. Wild and Scenic Rivers Act, P.L. 90-542, as amended.
x. Single Audit Act of 1984 - 31 U.S.C. 7501, et seg.2
y. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706.
z. The Federal Funding Accountability and Transparency Act of 2006, as amended (Pub. L. 109-282,
as amended by section 6202 of Pub. L. 110-252).
Airport Sponsor Assurances 2/2020 Page 2 of 18
3-05-0020-050-2021
EXECUTIVE ORDERS
a. Executive Order 11246 — Equal Employment Opportunity'
b. Executive Order 11990 — Protection of Wetlands
c. Executive Order 11998 — Flood Plain Management
d. Executive Order 12372 — Intergovernmental Review of Federal Programs
e. Executive Order 12699 — Seismic Safety of Federal and Federally Assisted New Building
Construction'
f. Executive Order 12898 — Environmental Justice
FEDERAL REGULATIONS
a. 2 CFR Part 180 — OMB Guidelines to Agencies on Government -wide Debarment and Suspension
(Non -procurement).
b. 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards. [OMB Circular A-87 Cost Principles Applicable to Grants and Contracts with
State and Local Governments, and OMB Circular A-133 - Audits of States, Local Governments,
and Non -Profit Organizations].', s, '
c. 2 CFR Part 1200 — Non -procurement Suspension and Debarment.
d. 14 CFR Part 13 — Investigative and Enforcement Procedures
e. 14 CFR Part 16 — Rules of Practice For Federally Assisted Airport Enforcement Proceedings.
f. 14 CFR Part 150—Airport noise compatibility planning.
g. 28 CFR Part 35 — Discrimination on the Basis of Disability in State and Local Government
Services.
h. 28 CFR § 50.3 — U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil
Rights Act of 1964.
i. 29 CFR Part 1— Procedures for predetermination of wage rates.'
j. 29 CFR Part 3 — Contractors and subcontractors on public building or public work financed in
whole or part by loans or grants from the United States.'
k. 29 CFR Part 5 — Labor standards provisions applicable to contracts covering federally financed
and assisted construction (also labor standards provisions applicable to non -construction
contracts subject to the Contract Work Hours and Safety Standards Act).'
I. 41 CFR Part 60 — Office of Federal Contract Compliance Programs, Equal Employment
Opportunity, Department of Labor (Federal and federally assisted contracting requirements).'
m. 49 CFR Part 18 — Uniform administrative requirements for grants and cooperative agreements to
state and local governments.3
n. 49 CFR Part 20 — New restrictions on lobbying.
o. 49 CFR Part 21— Nondiscrimination in federally -assisted programs of the Department of
Transportation - effectuation of Title VI of the Civil Rights Act of 1964.
p. 49 CFR Part 23 — Participation by Disadvantage Business Enterprise in Airport Concessions.
Airport Sponsor Assurances 2/2020 Page 3 of 18
3-05-0020-050-2021
q. 49 CFR Part 24 — Uniform Relocation Assistance and Real Property Acquisition for Federal and
Federally Assisted Programs.' 2
r. 49 CFR Part 26 — Participation by Disadvantaged Business Enterprises in Department of
Transportation Programs.
s. 49 CFR Part 27 — Nondiscrimination on the Basis of Handicap in Programs and Activities
Receiving or Benefiting from Federal Financial Assistance.'
t. 49 CFR Part 28 — Enforcement of Nondiscrimination on the Basis of Handicap in Programs or
Activities conducted by the Department of Transportation.
u. 49 CFR Part 30 — Denial of public works contracts to suppliers of goods and services of countries
that deny procurement market access to U.S. contractors.
v. 49 CFR Part 32 — Government -wide Requirements for Drug -Free Workplace (Financial
Assistance).
w. 49 CFR Part 37 —Transportation Services for Individuals with Disabilities (ADA).
x. 49 CFR Part 41—Seismic safety of Federal and federally assisted or regulated new building
construction.
SPECIFIC ASSURANCES
Specific assurances required to be included in grant agreements by any of the above laws, regulations or
circulars are incorporated by reference in this grant agreement.
FOOTNOTES TO ASSURANCE C.1.
' These laws do not apply to airport planning sponsors.
z These laws do not apply to private sponsors.
3 49 CFR Part 18 and 2 CFR Part 200 contain requirements for State and Local Governments
receiving Federal assistance. Any requirement levied upon State and Local Governments by this
regulation and circular shall also be applicable to private sponsors receiving Federal assistance
under Title 49, United States Code.
4 On December 26, 2013 at 78 FR 78590, the Office of Management and Budget (OMB) issued the
Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards in 2 CFR Part 200. 2 CFR Part 200 replaces and combines the former Uniform
Administrative Requirements for Grants (OMB Circular A-102 and Circular A-110 or 2 CFR Part
215 or Circular) as well as the Cost Principles (Circulars A-21 or 2 CFR part 220; Circular A-87 or 2
CFR part 225; and A-122, 2 CFR part 230). Additionally it replaces Circular A-133 guidance on the
Single Annual Audit. In accordance with 2 CFR section 200.110, the standards set forth in Part
200 which affect administration of Federal awards issued by Federal agencies become effective
once implemented by Federal agencies or when any future amendment to this Part becomes
final. Federal agencies, including the Department of Transportation, must implement the
policies and procedures applicable to Federal awards by promulgating a regulation to be
effective by December 26, 2014 unless different provisions are required by statute or approved
by OMB.
5 Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for
determining the eligibility of specific types of expenses.
6 Audit requirements established in 2 CFR part 200 subpart F are the guidelines for audits.
Airport Sponsor Assurances 2/2020 Page 4 of 18
3-05-0020-050-2021
2. Responsibility and Authority of the Sponsor.
a. Public Agency Sponsor:
It has legal authority to apply for this grant, and to finance and carry out the proposed project;
that a resolution, motion or similar action has been duly adopted or passed as an official act of
the applicant's governing body authorizing the filing of the application, including all
understandings and assurances contained therein, and directing and authorizing the person
identified as the official representative of the applicant to act in connection with the
application and to provide such additional information as may be required.
b. Private Sponsor:
It has legal authority to apply for this grant and to finance and carry out the proposed project
and comply with all terms, conditions, and assurances of this grant agreement. It shall
designate an official representative and shall in writing direct and authorize that person to file
this application, including all understandings and assurances contained therein; to act in
connection with this application; and to provide such additional information as may be
required.
3. Sponsor Fund Availability.
It has sufficient funds available for that portion of the project costs which are not to be paid by the
United States. It has sufficient funds available to assure operation and maintenance of items funded
under this grant agreement which it will own or control.
4. Good Title.
a. It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to
the landing area of the airport or site thereof, or will give assurance satisfactory to the
Secretary that good title will be acquired.
b. For noise compatibility program projects to be carried out on the property of the sponsor, it
holds good title satisfactory to the Secretary to that portion of the property upon which Federal
funds will be expended or will give assurance to the Secretary that good title will be obtained.
5. Preserving Rights and Powers.
It will not take or permit any action which would operate to deprive it of any of the rights and
powers necessary to perform any or all of the terms, conditions, and assurances in this grant
agreement without the written approval of the Secretary, and will act promptly to acquire,
extinguish or modify any outstanding rights or claims of right of others which would interfere
with such performance by the sponsor. This shall be done in a manner acceptable to the
Secretary.
Subject to the FAA Act of 2018, Public Law 115-254, Section 163, it will not sell, lease,
encumber, or otherwise transfer or dispose of any part of its title or other interests in the
property shown on Exhibit A to this application or, for a noise compatibility program project,
that portion of the property upon which Federal funds have been expended, for the duration of
the terms, conditions, and assurances in this grant agreement without approval by the
Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States
Code, to assume the obligations of this grant agreement and to have the power, authority, and
financial resources to carry out all such obligations, the sponsor shall insert in the contract or
Airport Sponsor Assurances 2/2020 Page 5 of 18
3-05-0020-050-2021
document transferring or disposing of the sponsor's interest, and make binding upon the
transferee all of the terms, conditions, and assurances contained in this grant agreement.
For all noise compatibility program projects which are to be carried out by another unit of local
government or are on property owned by a unit of local government other than the sponsor, it
will enter into an agreement with that government. Except as otherwise specified by the
Secretary, that agreement shall obligate that government to the same terms, conditions, and
assurances that would be applicable to it if it applied directly to the FAA for a grant to
undertake the noise compatibility program project. That agreement and changes thereto must
be satisfactory to the Secretary. It will take steps to enforce this agreement against the local
government if there is substantial non-compliance with the terms of the agreement.
d. For noise compatibility program projects to be carried out on privately owned property, it will
enter into an agreement with the owner of that property which includes provisions specified by
the Secretary. It will take steps to enforce this agreement against the property owner
whenever there is substantial non-compliance with the terms of the agreement.
e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that
the airport will continue to function as a public -use airport in accordance with these assurances
for the duration of these assurances.
If an arrangement is made for management and operation of the airport by any agency or
person other than the sponsor or an employee of the sponsor, the sponsor will reserve
sufficient rights and authority to insure that the airport will be operated and maintained in
accordance Title 49, United States Code, the regulations and the terms, conditions and
assurances in this grant agreement and shall insure that such arrangement also requires
compliance therewith.
g. Sponsors of commercial service airports will not permit or enter into any arrangement that
results in permission for the owner or tenant of a property used as a residence, or zoned for
residential use, to taxi an aircraft between that property and any location on airport. Sponsors
of general aviation airports entering into any arrangement that results in permission for the
owner of residential real property adjacent to or near the airport must comply with the
requirements of Sec. 136 of Public Law 112-95 and the sponsor assurances.
6. Consistency with Local Plans.
The project is reasonably consistent with plans (existing at the time of submission of this
application) of public agencies that are authorized by the State in which the project is located to
plan for the development of the area surrounding the airport.
7. Consideration of Local Interest.
It has given fair consideration to the interest of communities in or near where the project may be
located.
8. Consultation with Users.
In making a decision to undertake any airport development project under Title 49, United States
Code, it has undertaken reasonable consultations with affected parties using the airport at which
project is proposed.
.,. �.F µ, ,._ . ,.....a.,.,....��..
Airport Sponsor Assurances 2/2020 page 6 of 18
3-05-0020-050-2021
9. Public Hearings.
In projects involving the location of an airport, an airport runway, or a major runway extension, it
has afforded the opportunity for public hearings for the purpose of considering the economic,
social, and environmental effects of the airport or runway location and its consistency with goals
and objectives of such planning as has been carried out by the community and it shall, when
requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary.
Further, for such projects, it has on its management board either voting representation from the
communities where the project is located or has advised the communities that they have the right
to petition the Secretary concerning a proposed project.
10. Metropolitan Planning Organization.
In projects involving the location of an airport, an airport runway, or a major runway extension at a
medium or large hub airport, the sponsor has made available to and has provided upon request to
the metropolitan planning organization in the area in which the airport is located, if any, a copy of
the proposed amendment to the airport layout plan to depict the project and a copy of any airport
master plan in which the project is described or depicted.
11. Pavement Preventive Maintenance.
With respect to a project approved after January 1, 1995, for the replacement or reconstruction of
pavement at the airport, it assures or certifies that it has implemented an effective airport
pavement maintenance -management program and it assures that it will use such program for the
useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance
at the airport. It will provide such reports on pavement condition and pavement management
programs as the Secretary determines may be useful.
12. Terminal Development Prerequisites.
For projects which include terminal development at a public use airport, as defined in Title 49, it
has, on the date of submittal of the project grant application, all the safety equipment required for
certification of such airport under section 44706 of Title 49, United States Code, and all the security
equipment required by rule or regulation, and has provided for access to the passenger enplaning
and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than
air carrier aircraft.
13. Accounting System, Audit, and Record Keeping Requirements.
It shall keep all project accounts and records which fully disclose the amount and disposition by
the recipient of the proceeds of this grant, the total cost of the project in connection with
which this grant is given or used, and the amount or nature of that portion of the cost of the
project supplied by other sources, and such other financial records pertinent to the project. The
accounts and records shall be kept in accordance with an accounting system that will facilitate
an effective audit in accordance with the Single Audit Act of 1984.
It shall make available to the Secretary and the Comptroller General of the United States, or
any of their duly authorized representatives, for the purpose of audit and examination, any
books, documents, papers, and records of the recipient that are pertinent to this grant. The
Secretary may require that an appropriate audit be conducted by a recipient. In any case in
which an independent audit is made of the accounts of a sponsor relating to the disposition of
the proceeds of a grant or relating to the project in connection with which this grant was given
or used, it shall file a certified copy of such audit with the Comptroller General of the United
Airport Sponsor Assurances 2/2020 Page 7 of 18
3-05-0020-050-2021
States not later than six (6) months following the close of the fiscal year for which the audit was
made.
14. Minimum Wage Rates.
It shall include, in all contracts in excess of $2,000 for work on any projects funded under this grant
agreement which involve labor, provisions establishing minimum rates of wages, to be
predetermined by the Secretary of Labor, in accordance with the Davis -Bacon Act, as amended (40
U.S.C. 276a-276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum
rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work.
15. Veteran's Preference.
It shall include in all contracts for work on any project funded under this grant agreement which
involve labor, such provisions as are necessary to insure that, in the employment of labor (except in
executive, administrative, and supervisory positions), preference shall be given to Vietnam era
veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small
business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title
49, United States Code. However, this preference shall apply only where the individuals are
available and qualified to perform the work to which the employment relates.
16. Conformity to Plans and Specifications.
It will execute the project subject to plans, specifications, and schedules approved by the Secretary.
Such plans, specifications, and schedules shall be submitted to the Secretary prior to
commencement of site preparation, construction, or other performance under this grant
agreement, and, upon approval of the Secretary, shall be incorporated into this grant agreement.
Any modification to the approved plans, specifications, and schedules shall also be subject to
approval of the Secretary, and incorporated into this grant agreement.
17. Construction Inspection and Approval.
It will provide and maintain competent technical supervision at the construction site throughout the
project to assure that the work conforms to the plans, specifications, and schedules approved by
the Secretary for the project. It shall subject the construction work on any project contained in an
approved project application to inspection and approval by the Secretary and such work shall be in
accordance with regulations and procedures prescribed by the Secretary. Such regulations and
procedures shall require such cost and progress reporting by the sponsor or sponsors of such
project as the Secretary shall deem necessary.
18. Planning Projects.
In carrying out planning projects:
a. It will execute the project in accordance with the approved program narrative contained in the
project application or with the modifications similarly approved.
b. It will furnish the Secretary with such periodic reports as required pertaining to the planning
project and planning work activities.
c. It will include in all published material prepared in connection with the planning project a
notice that the material was prepared under a grant provided by the United States.
d. It will make such material available for examination by the public, and agrees that no material
prepared with funds under this project shall be subject to copyright in the United States or any
other country.
Airport Sponsor Assurances 2/2020 Page 8 of 18
3-05-0020-050-2021
e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise
use any of the material prepared in connection with this grant.
f. It will grant the Secretary the right to disapprove the sponsor's employment of specific
consultants and their subcontractors to do all or any part of this project as well as the right to
disapprove the proposed scope and cost of professional services.
g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all
or any part of the project.
h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's
approval of any planning material developed as part of this grant does not constitute or imply
any assurance or commitment on the part of the Secretary to approve any pending or future
application for a Federal airport grant.
19. Operation and Maintenance.
The airport and all facilities which are necessary to serve the aeronautical users of the airport,
other than facilities owned or controlled by the United States, shall be operated at all times in a
safe and serviceable condition and in accordance with the minimum standards as may be
required or prescribed by applicable Federal, state and local agencies for maintenance and
operation. It will not cause or permit any activity or action thereon which would interfere with
its use for airport purposes. It will suitably operate and maintain the airport and all facilities
thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal
to temporarily close the airport for non -aeronautical purposes must first be approved by the
Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for-
1. Operating the airport's aeronautical facilities whenever required;
2. Promptly marking and lighting hazards resulting from airport conditions, including
temporary conditions; and
Promptly notifying airmen of any condition affecting aeronautical use of the airport.
Nothing contained herein shall be construed to require that the airport be operated for
aeronautical use during temporary periods when snow, flood or other climatic conditions
interfere with such operation and maintenance. Further, nothing herein shall be construed
as requiring the maintenance, repair, restoration, or replacement of any structure or
facility which is substantially damaged or destroyed due to an act of God or other
condition or circumstance beyond the control of the sponsor.
b. It will suitably operate and maintain noise compatibility program items that it owns or controls
upon which Federal funds have been expended.
20. Hazard Removal and Mitigation.
It will take appropriate action to assure that such terminal airspace as is required to protect
instrument and visual operations to the airport (including established minimum flight altitudes) will
be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or
otherwise mitigating existing airport hazards and by preventing the establishment or creation of
future airport hazards.
21. Compatible Land Use.
It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to
restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and
Airport Sponsor Assurances 2/2020 Page 9 of 18
3-05-0020-050-2021
purposes compatible with normal airport operations, including landing and takeoff of aircraft. In
addition, if the project is for noise compatibility program implementation, it will not cause or permit
any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the
airport, of the noise compatibility program measures upon which Federal funds have been
expended.
22. Economic Nondiscrimination.
It will make the airport available as an airport for public use on reasonable terms and without
unjust discrimination to all types, kinds and classes of aeronautical activities, including
commercial aeronautical activities offering services to the public at the airport.
b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the
airport is granted to any person, firm, or corporation to conduct or to engage in any
aeronautical activity for furnishing services to the public at the airport, the sponsor will insert
and enforce provisions requiring the contractor to-
1) furnish said services on a reasonable, and not unjustly discriminatory, basis to all users
thereof, and
2) charge reasonable, and not unjustly discriminatory, prices for each unit or service,
provided that the contractor may be allowed to make reasonable and nondiscriminatory
discounts, rebates, or other similar types of price reductions to volume purchasers.
c. Each fixed -based operator at the airport shall be subject to the same rates, fees, rentals, and
other charges as are uniformly applicable to all other fixed -based operators making the same or
similar uses of such airport and utilizing the same or similar facilities.
d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based
operator that is authorized or permitted by the airport to serve any air carrier at such airport.
Each air carrier using such airport (whether as a tenant, non -tenant, or subtenant of another air
carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules,
regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly
and substantially related to providing air transportation as are applicable to all such air carriers
which make similar use of such airport and utilize similar facilities, subject to reasonable
classifications such as tenants or non -tenants and signatory carriers and non -signatory carriers.
Classification or status as tenant or signatory shall not be unreasonably withheld by any airport
provided an air carrier assumes obligations substantially similar to those already imposed on air
carriers in such classification or status.
f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or
corporation operating aircraft on the airport from performing any services on its own aircraft
with its own employees [including, but not limited to maintenance, repair, and fueling] that it
may choose to perform.
In the event the sponsor itself exercises any of the rights and privileges referred to in this
assurance, the services involved will be provided on the same conditions as would apply to the
furnishing of such services by commercial aeronautical service providers authorized by the
sponsor under these provisions.
h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be
met by all users of the airport as may be necessary for the safe and efficient operation of the
airport.
Airport Sponsor Assurances 2/2020 Page 10 of 18
3-05-0020-050-2021
The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport
if such action is necessary for the safe operation of the airport or necessary to serve the civil
aviation needs of the public.
23. Exclusive Rights.
It will permit no exclusive right for the use of the airport by any person providing, or intending to
provide, aeronautical services to the public. For purposes of this paragraph, the providing of the
services at an airport by a single fixed -based operator shall not be construed as an exclusive right if
both of the following apply:
It would be unreasonably costly, burdensome, or impractical for more than one fixed -based
operator to provide such services, and
If allowing more than one fixed -based operator to provide such services would require the
reduction of space leased pursuant to an existing agreement between such single fixed -based
operator and such airport. It further agrees that it will not, either directly or indirectly, grant or
permit any person, firm, or corporation, the exclusive right at the airport to conduct any
aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental
and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier
operations, aircraft sales and services, sale of aviation petroleum products whether or not
conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft,
sale of aircraft parts, and any other activities which because of their direct relationship to the
operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any
exclusive right to conduct an aeronautical activity now existing at such an airport before the
grant of any assistance under Title 49, United States Code.
24. Fee and Rental Structure.
It will maintain a fee and rental structure for the facilities and services at the airport which will
make the airport as self-sustaining as possible under the circumstances existing at the particular
airport, taking into account such factors as the volume of traffic and economy of collection. No part
of the Federal share of an airport development, airport planning or noise compatibility project for
which a grant is made under Title 49, United States Code, the Airport and Airway Improvement Act
of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be
included in the rate basis in establishing fees, rates, and charges for users of that airport.
25. Airport Revenues.
All revenues generated by the airport and any local taxes on aviation fuel established after
December 30, 1987, will be expended by it for the capital or operating costs of the airport; the
local airport system; or other local facilities which are owned or operated by the owner or
operator of the airport and which are directly and substantially related to the actual air
transportation of passengers or property; or for noise mitigation purposes on or off the airport.
The following exceptions apply to this paragraph:
If covenants or assurances in debt obligations issued before September 3, 1982, by the
owner or operator of the airport, or provisions enacted before September 3, 1982, in
governing statutes controlling the owner or operator's financing, provide for the use of the
revenues from any of the airport owner or operator's facilities, including the airport, to
support not only the airport but also the airport owner or operator's general debt
obligations or other facilities, then this limitation on the use of all revenues generated by
the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply.
;age 1,.
Airport Sponsor Assurances 2/2020 P1 of 18
3-05-0020-050-2021
If the Secretary approves the sale of a privately owned airport to a public sponsor and
provides funding for any portion of the public sponsor's acquisition of land, this limitation
on the use of all revenues generated by the sale shall not apply to certain proceeds from
the sale. This is conditioned on repayment to the Secretary by the private owner of an
amount equal to the remaining unamortized portion (amortized over a 20-year period) of
any airport improvement grant made to the private owner for any purpose other than land
acquisition on or after October 1, 1996, plus an amount equal to the federal share of the
current fair market value of any land acquired with an airport improvement grant made to
that airport on or after October 1, 1996.
3. Certain revenue derived from or generated by mineral extraction, production, lease, or
other means at a general aviation airport (as defined at Section 47102 of title 49 United
States Code), if the FAA determines the airport sponsor meets the requirements set forth
in Sec. 813 of Public Law 112-95.
As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct
that the audit will review, and the resulting audit report will provide an opinion concerning, the
use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or
transferred to the owner or operator are paid or transferred in a manner consistent with Title
49, United States Code and any other applicable provision of law, including any regulation
promulgated by the Secretary or Administrator.
c. Any civil penalties or other sanctions will be imposed for violation of this assurance in
accordance with the provisions of Section 47107 of Title 49, United States Code.
26. Reports and Inspections.
It will:
a. submit to the Secretary such annual or special financial and operations reports as the Secretary
may reasonably request and make such reports available to the public; make available to the
public at reasonable times and places a report of the airport budget in a format prescribed by
the Secretary;
b. for airport development projects, make the airport and all airport records and documents
affecting the airport, including deeds, leases, operation and use agreements, regulations and
other instruments, available for inspection by any duly authorized agent of the Secretary upon
reasonable request;
c. for noise compatibility program projects, make records and documents relating to the project
and continued compliance with the terms, conditions, and assurances of this grant agreement
including deeds, leases, agreements, regulations, and other instruments, available for
inspection by any duly authorized agent of the Secretary upon reasonable request; and
d. in a format and time prescribed by the Secretary, provide to the Secretary and make available
to the public following each of its fiscal years, an annual report listing in detail:
1. all amounts paid by the airport to any other unit of government and the purposes for
which each such payment was made; and
2. all services and property provided by the airport to other units of government and the
amount of compensation received for provision of each such service and property.
..
Airport Sponsor Assurances 2/2020 Page 12 of 18
3-05-0020-050-2021
27. Use by Government Aircraft.
It will make available all of the facilities of the airport developed with Federal financial assistance
and all those usable for landing and takeoff of aircraft to the United States for use by Government
aircraft in common with other aircraft at all times without charge, except, if the use by Government
aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the
cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary,
or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by
Government aircraft will be considered to exist when operations of such aircraft are in excess of
those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas
by other authorized aircraft, or during any calendar month that —
Five (5) or more Government aircraft are regularly based at the airport or on land adjacent
thereto; or
b. The total number of movements (counting each landing as a movement) of Government
aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the
airport (the total movement of Government aircraft multiplied by gross weights of such
aircraft) is in excess of five million pounds.
28. Land for Federal Facilities.
It will furnish without cost to the Federal Government for use in connection with any air traffic
control or air navigation activities, or weather -reporting and communication activities related to air
traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as
the Secretary considers necessary or desirable for construction, operation, and maintenance at
Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be
made available as provided herein within four months after receipt of a written request from the
Secretary.
29. Airport Layout Plan.
a. Subject to the FAA Reauthorization Act of 2018, Public Law 115-254, Section 163, it will keep up
to date at all times an airport layout plan of the airport showing:
1. boundaries of the airport and all proposed additions thereto, together with the boundaries
of all offsite areas owned or controlled by the sponsor for airport purposes and proposed
additions thereto;
2. the location and nature of all existing and proposed airport facilities and structures (such
as runways, taxiways, aprons, terminal buildings, hangars and roads), including all
proposed extensions and reductions of existing airport facilities;
3. the location of all existing and proposed non -aviation areas and of all existing
improvements thereon; and
4. all proposed and existing access points used to taxi aircraft across the airport's property
boundary. Such airport layout plans and each amendment, revision, or modification
thereof, shall be subject to the approval of the Secretary which approval shall be
evidenced by the signature of a duly authorized representative of the Secretary on the face
of the airport layout plan. The sponsor will not make or permit any changes or alterations
in the airport or any of its facilities which are not in conformity with the airport layout plan
as approved by the Secretary and which might, in the opinion of the Secretary, adversely
affect the safety, utility or efficiency of the airport.
Airport Sponsor Assurances 2/2020 Page 13 of 18
3-05-0020-050-2021
Subject to the FAA Reauthorization Act of 2018, Public Law 115-254, Section 163, if a change or
alteration in the airport or the facilities is made which the Secretary determines adversely
affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or
off the airport and which is not in conformity with the airport layout plan as approved by the
Secretary, the owner or operator will, if requested, by the Secretary (1) eliminate such adverse
effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property
(or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such
property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation
existing before the unapproved change in the airport or its facilities except in the case of a
relocation or replacement of an existing airport facility due to a change in the Secretary's
design standards beyond the control of the airport sponsor.
30. Civil Rights.
It will promptly take any measures necessary to ensure that no person in the United States shall, on
the grounds of race, creed, color, national origin, sex, age, or disability be excluded from
participation in, be denied the benefits of, or be otherwise subjected to discrimination in any
activity conducted with, or benefiting from, funds received from this grant.
Using the definitions of activity, facility and program as found and defined in §§ 21.23 (b) and
21.23 (e) of 49 CFR § 21, the sponsor will facilitate all programs, operate all facilities, or conduct
all programs in compliance with all non-discrimination requirements imposed by, or pursuant
to these assurances.
b. Applicability
Programs and Activities. If the sponsor has received a grant (or other federal assistance)
for any of the sponsor's program or activities, these requirements extend to all of the
sponsor's programs and activities.
Facilities. Where it receives a grant or other federal financial assistance to construct,
expand, renovate, remodel, alter or acquire a facility, or part of a facility, the assurance
extends to the entire facility and facilities operated in connection therewith.
Real Property. Where the sponsor receives a grant or other Federal financial assistance in
the form of, or for the acquisition of real property or an interest in real property, the
assurance will extend to rights to space on, over, or under such property.
c. Duration.
The sponsor agrees that it is obligated to this assurance for the period during which Federal
financial assistance is extended to the program, except where the Federal financial assistance is
to provide, or is in the form of, personal property, or real property, or interest therein, or
structures or improvements thereon, in which case the assurance obligates the sponsor, or any
transferee for the longer of the following periods:
1. So long as the airport is used as an airport, or for another purpose involving the provision
of similar services or benefits; or
2. So long as the sponsor retains ownership or possession of the property.
d. Required Solicitation Language. It will include the following notification in all solicitations for
bids, Requests For Proposals for work, or material under this grant agreement and in all
proposals for agreements, including airport concessions, regardless of funding source:
Airport Sponsor Assurances 2/2020 Page 14 of 18
3-05-0020-050-2021
"The (City of Fayetteville), in accordance with the provisions of Title VI of the Civil Rights Act of
1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all
bidders that it will affirmatively ensure that any contract entered into pursuant to this
advertisement, disadvantaged business enterprises and airport concession disadvantaged
business enterprises will be afforded full and fair opportunity to submit bids in response to this
invitation and will not be discriminated against on the grounds of race, color, or national origin
in consideration for an award."
e. Required Contract Provisions.
1. It will insert the non-discrimination contract clauses requiring compliance with the acts and
regulations relative to non-discrimination in Federally -assisted programs of the DOT, and
incorporating the acts and regulations into the contracts by reference in every contract or
agreement subject to the non-discrimination in Federally -assisted programs of the DOT
acts and regulations.
It will include a list of the pertinent non-discrimination authorities in every contract that is
subject to the non-discrimination acts and regulations.
It will insert non-discrimination contract clauses as a covenant running with the land, in
any deed from the United States effecting or recording a transfer of real property,
structures, use, or improvements thereon or interest therein to a sponsor.
4. It will insert non-discrimination contract clauses prohibiting discrimination on the basis of
race, color, national origin, creed, sex, age, or handicap as a covenant running with the
land, in any future deeds, leases, license, permits, or similar instruments entered into by
the sponsor with other parties:
a. For the subsequent transfer of real property acquired or improved under the
applicable activity, project, or program; and
b. For the construction or use of, or access to, space on, over, or under real property
acquired or improved under the applicable activity, project, or program.
It will provide for such methods of administration for the program as are found by the
Secretary to give reasonable guarantee that it, other recipients, sub -recipients, sub -grantees,
contractors, subcontractors, consultants, transferees, successors in interest, and other
participants of Federal financial assistance under such program will comply with all
requirements imposed or pursuant to the acts, the regulations, and this assurance.
g. It agrees that the United States has a right to seek judicial enforcement with regard to any
matter arising under the acts, the regulations, and this assurance.
31. Disposal of Land.
For land purchased under a grant for airport noise compatibility purposes, including land
serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such
purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of
such disposition which is proportionate to the United States' share of acquisition of such land
will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2)
transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give
preference to the following, in descending order, (1)reinvestment in an approved noise
compatibility project, (2) reinvestment in an approved project that is eligible for grant funding
under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport
Airport Sponsor Assurances 2/2020 Page 15 of 18
3-05-0020-050-2021
development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of
title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be
reinvested in an approved noise compatibility project at that airport, and (5) paid to the
Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for
noise compatibility purposes is leased at fair market value and consistent with noise buffering
purposes, the lease will not be considered a disposal of the land. Revenues derived from such a
lease may be used for an approved airport development project that would otherwise be
eligible for grant funding or any permitted use of airport revenue.
b. For land purchased under a grant for airport development purposes (other than noise
compatibility), it will, when the land is no longer needed for airport purposes, dispose of such
land at fair market value or make available to the Secretary an amount equal to the United
States' proportionate share of the fair market value of the land. That portion of the proceeds of
such disposition which is proportionate to the United States' share of the cost of acquisition of
such land will, (1) upon application to the Secretary, be reinvested or transferred to another
eligible airport as prescribed by the Secretary. The Secretary shall give preference to the
following, in descending order: (1) reinvestment in an approved noise compatibility project, (2)
reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of
title 49 United States Code, (3) reinvestment in an approved airport development project that
is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States
Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an
approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in
the Airport and Airway Trust Fund.
c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be
needed for aeronautical purposes (including runway protection zones) or serve as noise buffer
land, and (2) the revenue from interim uses of such land contributes to the financial self-
sufficiency of the airport. Further, land purchased with a grant received by an airport operator
or owner before December 31, 1987, will be considered to be needed for airport purposes if
the Secretary or Federal agency making such grant before December 31, 1987, was notified by
the operator or owner of the uses of such land, did not object to such use, and the land
continues to be used for that purpose, such use having commenced no later than December 15,
1989.
d. Disposition of such land under (a) (b) or (c) will be subject to the retention or reservation of any
interest or right therein necessary to ensure that such land will only be used for purposes which
are compatible with noise levels associated with operation of the airport.
32. Engineering and Design Services.
Engineering and Design Services. If any phase of such project has received Federal funds under
Chapter 471 subchapter 1 of Title 49 U.S.C., it will award each contract, or sub -contract for program
management, construction management, planning studies, feasibility studies, architectural services,
preliminary engineering, design, engineering, surveying, mapping or related services in the same
manner as a contract for architectural and engineering services is negotiated under Chapter 11 of
Title 40 U. S. C., or an equivalent qualifications -based requirement prescribed for or by the sponsor
of the airport.
33. Foreign Market Restrictions.
It will not allow funds provided under this grant to be used to fund any project which uses any
product or service of a foreign country during the period in which such foreign country is listed by
Airort Sponsor Assurances 2 2020 P P / .,Page 16 of 18
3-05-0020-050-2021
the United States Trade Representative as denying fair and equitable market opportunities for
products and suppliers of the United States in procurement and construction.
34. Policies, Standards, and Specifications.
It will carry out any project funded under an Airport Improvement Program Grant in accordance
with policies, standards, and specifications approved by the Secretary including, but not limited to,
current FAA Advisory Circulars for AIP projects as of July 6, 2021.
35. Relocation and Real Property Acquisition.
It will be guided in acquiring real property, to the greatest extent practicable under State law,
by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse
property owners for necessary expenses as specified in Subpart B.
It will provide a relocation assistance program offering the services described in Subpart C and
fair and reasonable relocation payments and assistance to displaced persons as required in
Subpart D and E of 49 CFR Part 24.
c. It will make available within a reasonable period of time prior to displacement, comparable
replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24.
36. Access By Intercity Buses.
The airport owner or operator will permit, to the maximum extent practicable, intercity buses or
other modes of transportation to have access to the airport; however, it has no obligation to fund
special facilities for intercity buses or for other modes of transportation.
37. Disadvantaged Business Enterprises.
The sponsor shall not discriminate on the basis of race, color, national origin or sex in the award and
performance of any DOT -assisted contract covered by 49 CFR Part 26, or in the award and
performance of any concession activity contract covered by 49 CFR Part 23. In addition, the sponsor
shall not discriminate on the basis of race, color, national origin or sex in the administration of its
Disadvantaged Business Enterprise (DBE) and Airport Concessions Disadvantaged Business
Enterprise (ACDBE) programs or the requirements of 49 CFR Parts 23 and 26. The sponsor shall take
all necessary and reasonable steps under 49 CFR Parts 23 and 26 to ensure nondiscrimination in the
award and administration of DOT -assisted contracts, and/or concession contracts. The sponsor's
DBE and ACDBE programs, as required by 49 CFR Parts 26 and 23, and as approved by DOT, are
incorporated by reference in this agreement. Implementation of these programs is a legal obligation
and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification
to the sponsor of its failure to carry out its approved program, the Department may impose
sanctions as provided for under Parts 26 and 23 and may, in appropriate cases, refer the matter for
enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1936 (31 U.S.C.
3801).
38. Hangar Construction.
If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be
constructed at the airport for the aircraft at the aircraft owner's expense, the airport owner or
operator will grant to the aircraft owner for the hangar a long term lease that is subject to such
terms and conditions on the hangar as the airport owner or operator may impose.
Airport Sponsor Assurances 2/2020 Page 17 of 18
3-05-0020-050-2021
39. Competitive Access.
a. If the airport owner or operator of a medium or large hub airport (as defined in section 47102
of title 49, U.S.C.) has been unable to accommodate one or more requests by an air carrier for
access to gates or other facilities at that airport in order to allow the air carrier to provide
service to the airport or to expand service at the airport, the airport owner or operator shall
transmit a report to the Secretary that-
1. Describes the requests;
2. Provides an explanation as to why the requests could not be accommodated; and
3. Provides a time frame within which, if any, the airport will be able to accommodate the
requests.
b. Such report shall be due on either February 1 or August 1 of each year if the airport has been
unable to accommodate the request(s) in the six month period prior to the applicable due date.
Airport Sponsor Assurances 2/2020 Page 18 of 18
3-05-0020-050-2021
Current FAA Advisory Circulars Required for Use in AIP Funded and PFC
Approved Projects
View the most current versions of FAA's Advisory Circulars (A/Cs) here:
https://www.faa.gov/regulations policies/advisory circulars/
Airports A/Cs are found in the 150 series. In addition Airspace A/Cs, found in the 70 series, also may
apply for certain projects.
Airport Sponsor Assurances 2/2020 Page 19 of 1
CITY OF
FAYETTEVILLE
ARKANSAS
TO: Kit Williams, City Attorney
FROM: Summer Fallen, Airport Manager
DATE: September 1st, 2021
SUBJECT: FAA RUNWAY AND RECONSTRUCT RWY LIGHTING
Please let this memo serve as certification that the airport has completed the FAA grant
accurately and that the said facility is neither out of compliance nor in any federal debt.
All federal grant assurances are followed by the airport and I am aware that any false, fictitious,
or fraudulent statements may be subject to criminal, civil, or administrative penalties
Respectfully Submitted,
r
Summer Fallen
Airport Director
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
r�
U. S. Department
Of Transportation
Federal Aviation
Administration
September 11, 2024
The Honorable Lioneld Jordan
City of Fayetteville
113 W. Mountain St.
Fayetteville, AR 72701
Grant Closeout Letter
AIP Grant Number: 3-05-0020-050-2021
Drake Field
Fayetteville, AR
Grant closeout date: 09/10/2024
Final grant amount: $ 6,468,140.00
Dear Mayor Jordan:
FAA ASW-630
10101 Hillwood Parkway
Fort Worth, TX 76177
Phone:817-222-5630
This notice of grant closeout is based on the following conditions having been met: (1) all work
included in the project description has been satisfactorily completed, (2) there are no
outstanding grant special conditions, (3) all project costs reimbursed by FAA under this grant
have been determined to be reasonable, eligible and allowable, and (4) the sponsor has
complied with all terms and conditions of the grant agreement.
Final payment has been made and all administrative requirements are satisfied. A final cost
review of the grant has been completed and the final costs were determined to be reasonable
and justified. There are no differences in the amount of funds requested by the sponsor and the
amounts paid out. If an audit reveals any issues, this grant will be re -opened until the
outstanding issues have been resolved.
Please be advised that in accordance with Federal Regulation 49 CFR Part 18.42, you are
required to retain all supporting project documentation for a minimum period of 3 years from the
date of the final request for reimbursement. Because most grant obligations extend beyond
three years, we strongly encourage you to retain grant documentation for the life of the grant
obligations.
Sincerely,
Digitally signed by LAUREN
LAUREN TAYLOR TAYLOR KENNEDY
KENNEDY Date: 2024.09.1108:28:51
-05'00'
Program Manager
AR/OK Airports District Office