HomeMy WebLinkAbout76-83 RESOLUTIONRF.SOTJTT.T(1N-NQ, '7b-23
i1
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE A CONTRACT WITH McCLELLAND CONSULTING ENGINEERS,
INC. FOR ENGINEERING SERVICES IN CONNECTION WITH IMPROVE-
MENTS TO THE FAYETTEVILLE MUNICIPAL AIRPORT UNDER FEDERAL
AVIATION ADMINISTRATION GRANT"AGREEMENT FOR PROJECT NO.
AIP3-05-0020-04 CONSISTING OF AIRCRAFT PARKING APRONS,
CONNECTING TAXIWAY, AND AREA LIGHTING.
BE IT..RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS: /-
That the Mayor and City Clerk are hereby authorized and
directed to -execute a contract with McClelland Consulting
Engineers, Inc. for engineering services connection with
improvements to the Fayetteville Municipal Airport under Federal
Aviation Administration Grant Agreement for Project No.
AIP3-05-0020-04 consisting of aircraft parking apronsc;con-
necting taxiway, and area lighting. A copy of the contract
authorized for execution hereby is attached hereto, marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 21st day of
a APPROVED:
By:
June
, 1983.
,
AGREEMENT FOR ENGINEERING SERVICES
THIS AGREEMENT, made this 21st day
by and between CITY OF FAYETTEVILLE, ARKANSAS,
OWNER, and McCLELLAND CONSULTING ENGINEERS,
hereinafter referred to as the ENGINEER.
of June
hereinafter referred
INC., Fayetteville,
, 1983,
to as the
Arkansas,
The OWNER desires to construct aircraft parking apron extensions and
certain related lighting improvements at the Fayetteville Municipal Airport,
known as Drake Field, situated in the City of Fayetteville, Washington County,
State of Arkansas, and the ENGINEER agrees to perform the professional
engineering services, required for same. This work is to be performed in
conjunction with the Federal Aviation Administration Grant Agreement for
Project No. AIP 3-05-0020-04.
WITNESSETH:
That for and in consideration of the mutual covenants and agreements between
the parties hereto, it is hereby agreed:
SECTION A - ENGINEERING SERVICES
That the ENGINEER shall furnish basic engineering services as follows:
1. .Arranging and coordinating meetings with the Federal Aviation
Administration to facilitate execution, review, and approval of
the work.
2. Providing topographic mapping of the immediate planning area,
to include:
A. A map of the vicinity topography, at an appropriate scale,
with 1' contour intervals, corrected for distortion.
B. Cross-sections at approximately 50 -foot stations.
3. Mapping all known existing underground utilities, structures,
etc., in the immediate area.
4. Designing and specifying earthwork, paving, site drainage, and
related work required to construct the following improvements:
A. An aircraft parking apron on the East side, approximately
26,500 square yards in area;
EXHIBIT A
.. i
•
k
B. An aircraft parking apron on the West side, approximately
4,400 square yards in area, plus a connecting taxiway; and
Apron lighting for the East side apron, discussed in
Section A.4.A., immediately hereinbefore.
5. Formulating construction cost estimates for all proposed
developments associated with the work, said estimates being
related to the proposed schedule of development and based upon
forecasted construction costs. The ENGINEER has no control
over prices of labor, equipment and supplies, or of the
Contractor's method of determining prices, and therefore does
not guarantee any cost estimate provided to the OWNER. Said
estimates will be based upon experience, judgment and latest
prices bid for similar work.
6. Prior to the advertisement for bids, the ENGINEER will provide
no more than seven (7) copies of detailed plans,
specifications, and contract documents for approval and use by
the OWNER and the Federal Aviation Administration. The cost
of no more than seven (7) copies of such plans, specifications,
and contract documents shall be included in the. basic
compensation paid to the ENGINEER. Additional sets will be
furnished at the cost of reproduction, in the event they are
requested.
7. The ENGINEER swill ;furnish additional copies of plans,
specifications and contract documents as required by
prospective bidders, material suppliers, and other interested
parties but may charge for the actual cost of such copies.
Original documents tracings, and .the,tlike, except those
previously owned,by 'the ENGINEER; are and shall remain the
property of the OWNER.
8. The plans prepared by the ENGINEER under the provisions of
Section A shall be •in sufficient detail to permit the actual
location of the proposed improvements on the ground, and shall
be sufficient for the bidders to formulate intelligent bids for
construction of every detail of the project.
9. The ENGINEER will commence the work within ten (10) days from
execution of this contract and its approval by the Federal
Aviation Administration, and will have Plans and Specifications
completed, ready for advertising for bids within eighty four
(84) calendar days therefrom. It is mutually understood that
this completion period is based on obtaining OWNER and Federal
Aviation Administration approval of the Plans and
Specifications for proposed improvements within fourteen (14)
days of submittal for review to those entities. It is
therefore agreed that in the event that circumstances beyond
the control of the ENGINEER result in the delay of said
approval, this completion period will be extended by the length
of such delay.
10. The ENGINEER further agrees to obtain and maintain at the
ENGINEER'S expense, such insurance as will protect him and the
OWNER from claims under the Workman's Compensation Act and from
all claims for bodily injury, death, or property damage which
may arise from negligent performance by the ENGINEER or by the
ENGINEER'S employees, of the ENGINEER'S functions and services
required under' this Agreement, such insurance being that
normally covered by General -Liability and .Public
Liability/Property Damage Insurance. 1 `•
11. The ENGINEER will attend the bid opening and tabulate the bid
proposals, make an., analysis. of, the bids, and make
recommendations for awarding, contracts for .'contruction.
12. The ENGINEER will check and approve any necessary shop and
working drawings.furnished.by contractor. �.
1
13. The ENGINEER will interpret the intent of the plans and
specifications to protect the OWNER against defects and
deficiencies in construction on the part of the contractor.
The ENGINEER will not, however, guarantee the performance by
any contractor.
14. The ENGINEER will provide horizontal and vertical control in
the form of bench marks or reference points to be used by the
contractor in performing the construction.
15. The ENGINEER will review and approve estimates for progress and
final payments.
16. The ENGINEER will make final review of all construction and a
written certification of same to the OWNER.
17. The ENGINEER will provide the OWNER and the Federal Aviation
Administration with three (3) sets and two (2) sets
respectively, of "AS -BUILT" prints at no additional cost to the
OWNER.
18. The ENGINEER will be available to furnish engineering service
and consultations necessary to correct all unforeseen project
operating difficulties for a period of one year after the date
of final inspection and acceptance of the facility by the
OWNER, said services being subject to the provisions of Section
C of this Contract as applicable.
19. The ENGINEER will perform construction observation on a
periodic basis as dictated by major construction events or at
•
•
the request of the OWNER or by the Contractor. The performance
hereunder and .the';compensation set forth in Section B,
Paragraph 1.C. is based on the construction period not
exceeding one hundred sixty eight (168) calendar days. In the
event that the construction phase=of the project exceeds this
stated period, the ENGINEER shall 'be` due, extra compensation
from the OWNER based on actual man-hours expended and the
hourly rates set forth in Section C, plus applicable direct
costs, if any.
20. The ENGINEER will perform soils investigations as deemed
necessary for proper detailed design.
21. In order to maintain control during the construction phase, the
ENGINEER will perform such laboratory and/or field tests as
deemed necessary. The extent of such testing will be
determined by conference with the OWNER and/or representatives
of the Federal Aviation Administration.
SECTION B - COMPENSATION FOR ENGINEERING SERVICES
That the OWNER shall compensate the ENGINEER for engineering services
based upon the following schedule:
1. PRELIMINARY AND DETAILED PLANNING, DESIGN AND CONSTRUCTION
OBSERVATION: For the performance of services in Section A,
Paragraphs 1 through 19, the sum of forty thousand dollars
($40,000). Compensation for services performed under Section
A, Paragraphs 1 through 19 shall be according to the following
schedule:
A. The sum of twenty-five thousand, seven hundred fifty
dollars ($25,750) shall be due and payable in two equal
payments; the first, 42 calendar days following execution
of the Contract; and the last, upon completion of the
detailed plans and specifications and approval of same by
the OWNER and the Federal Aviation Administration.
B. The sum of three thousand, one hundred dollars ($3,100)
shall be due and payable upon issuance by the OWNER of the
Notice to Proceed on the construction contract.
C. The sum of eleven thousand, one hundred fifty dollars
($11,150) shall be due and payable in monthly
inssto ments, based upon the monthly estimates prepared to
pay the construction contractor, the final incremental
amount to be payable upon completion and final acceptance
of the construction work.
•
2. SOILS INVESTIGATIONS: For the performance of services in
Section A, Paragraph 20, the following schedule will apply:
Mobilization
Soil Excavations
Atterberg Limits
Unconfined Compression Test
Moisture Content
Unit Weight
Gradation, Dry Sieve
Gradation, Wet Sieve
California Bearing Ratio
Letter Summary of Data
$100.00/lump sum
$ 50.00/pit
$ 35.00/each
$ 35.00/each
$ 5.00/each
$ 5.00/each
$ 5.00/sieve
$ 15.00/sieve
$250.00/each
$300.00/lump sum
The estimated fee for the services in Section A, Paragraph 20
is two thousand, three hundred dollars ($2,300), and it is
agreed that this fee will not be exceeded without the prior
written approval of the OWNER.
Compensation for the services in Section A, Paragraph 20, shall
be due and payable upon completion of the Letter Summary of
Data and approval of same by the OWNER.
CONSTRUCTION MATERIALS TESTING: For the performance of
services in Section A, Paragraph 21, the following schedule
_will apply:
Concrete Compressive Testing,
per cylinder
Air Entrainment Test
Proctor Curve, Modified
Proctor Curve,' Standard
Density Testing, In Place
Gradation, Dry Sieve
Gradation, Wet Sieve;
Asphalt Tests, including:
3 - Marshall Speciman
3 - Unit Weight
3 - Stability
1 - Asphalt Content
1 - Gradation
Concrete Beam Testing
$'10.00/each
$ 5.00/each
$ 90.00/each
$ 70.00/each
$ 13.50/each
$ 5.00/sieve
{
i$ 15.00/sieve
$250.00/sample (total)
$ 17.00/beam
The estimated fee for the construction materials testing is
three thousand, three hundred dollars ($3,300) and it is agreed
that this fee will not be exceeded without the prior written
f
approval of the OWNER. It is also agreed that the costs for
all tests which fail to meet the construction specification
requirements shall be borne by the Contractor, and the
construction specifications will so state.
Compensation for the construction materials testing work shall
be due and payable on a monthly basis, after submission of
reports of testing performed during each month.
SECTION C - ADDITIONAL ENGINEERING SERVICES
The OWNER may wish to increase the engineering services herein to include
those needed for additional construction work, additional surveys, legal
descriptions, time related to, litigation (court appearances, depositions,
transcriptions, investigations, etc.), overtime engineering, work re -done, not
as a result of the ENGINEER'S omissions or commissions, or any services not
specifically included in the scope of this contract. - In such' event, it is
mutually agreed that compensation for such services shall be determined by the
following hourly schedule:
•
ENGINEERING
Principal Engineer • -
Project Coordinator,
Project Engineer
Assistant Project Engineer
Construction Observor
FIELD PERSONNEL
Three-man party (Surveying)
Two-man party
DRAFTSMAN
Senior Draftsman
Junior Draftsman
OFFICE PERSONNEL
Secretarial/Clerical
r-
14.10
.,,
SECTION D - OWNER'S REPRESENTATIVE
$74.00/hour
$53.50/hour
$41.50/hour
$30.00/hour
$37.50/hour
$65.00/hour
$50.00/hour
$28.00/hour
$20.00/hour
$18.00/hour
The OWNER agrees to designate one person to act as his representative
during this project and to be responsible for coordinating the work with the
ENGINEER.
6
ei
1
SECTION - ACCESS TO RECORDS,.
4
•
It is further agreed that the OWNER, the Federal Aviation Administration,
the Comptroller General of the United States, or any of their duly authorized
representatives, shall have access to any books, documents, papers and records
of the ENGINEER which are directly pertinentto the work hereunder, for the
purpose of making audit, examination, excerpts and/or transcriptions. Records
under this Section shall be maintained and made available during performance
on FAA grant work under this Agreement and until three years from date of
final FAA grant-paymentIfor the project. In addition, those records which
relate to any "Dispute" appeal under an FAA grant agreement, or litigation, or
the settlement of claims arising out of such performance, or costs or items to
which an audit exception has been taken, shall be maintained and made
available until three years after the date of resolution of such appeal,
litigation, claim or exception.
SECTION F - EQUAL OPPORTUNITY
In accordance with Executive Order 11246, entitled "Equal Employment
Opportunity", as amended by Executive Order 11375, and as supplemented in
Department of Labor Regulations, the ENGINEER agrees that he will not
discriminate against any employee or applicant for employment because of race,
religion, age, color, sex, or national origin.
SECTION G - TERMINATION
In the event the ENGINEER, due to causes beyond his control, shall become
unable to complete the contract provisions herein, the OWNER, after receipt of
written notification from the ENGINEER, may void the contract and employ
another engineer to complete the work. In such event, all notes,
calculations, drawings, specifications and all other data developed and
accumulated by the ENGINEER pertaining to the work hereunder shall be released
to the OWNER for the OWNER'S disposition. Compensation due the ENGINEER will
be determined by hourly rates established in Section C, hereunder.
In the event the ENGINEER shall breach the contract hereunder, shall fail
to perform the delineated tasks hereunder, or shall not perform the contract
in a manner suitable to the OWNER, the OWNER may terminate this contract by
written notice, effective at the time of receipt of notice by the ENGINEER.
In such event, all notes, calculations, drawings, specifications and all other
data developed and accumulated by the ENGINEER pertaining to the work
hereunder shall be released to the OWNER for the OWNER'S disposition.
Compensation due the ENGINEER under any one of the circumstances stated will
be determined by the unit prices established in Section C, hereunder, with the
added provision that such compensation shall not exceed the arithmetic
difference between the contract price hereunder and the total monies actually
to be paid another engineer who has been employed to complete the work.
It is expressly agreed that the basis for this contract lies in the
mutual confidence existing between the OWNER and the ENGINEER. Therefore, it
is the intent that this contract shall be continued and consummated by the
parties hereto. The termination paragraphs herein -are provided in the
unlikely event such described conditions should occur.
SECTION H - ACKNOWLEDGEMENTS
In executing this contract the ENGINEER acknowledges that he has visited
the site of the work, that he is familiar with the conditions and
characteristics of the site, and that he fully understands the nature, extent
and character of the project and the time limitations placed thereupon. He
further states that he has discussed the proposed work with the representative
of the OWNER.
•
The ENGINEER hereby states that he has and will comply with the
requirements specified in Title IV of the Civil Rights Act of 1964 and in CFR
Part 7.
The ENGINEER hereby states that he has performed planning and design
engineering on previous airport projects, as well as other projects of a
similar nature, that through his laboratory facilities, he has previously
performed pertinent work on other airport projects, as well as other projects
of a similar nature, and that he has the staff and capabilities to perform the
work described herein, in a professional and timely manner.
This Agreement shall inure to the benefits of and be binding upon legal
representatives and successors of the parties respectively and shall become
effective upon execution.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be
executed by their duly`authorized officials, this- AGREEMENT in duplicate on
the date heretofore stated. �.
4
.t -
6y:
(SEAL)
ATTEST: .-
By
Type Name Sherry Rowe
Title City Clerk
Date 6/21/83
(sum7.
ATTEST,
McCLELLAND CONSULTING ENGINEERS, INC.
a
By%i?etatl7t: Q., 7
�. .' ;
, k.
INC
.Name' rMaurice A. McClelland
Title h'' Secy - Treas.
Date ,«u/ 109 /9•,f2
OWNER:
CITY OF YETTTE/VI
By Via/4 / . ed,4/G�19
Type Name Paul R. Noland
Title Mayor
Date 6/21/83
ENGINEER:
e.Name J. E. McClelland, Sr.
Title President
Date1I,e/
yi j kc/973
rt
APPENDIX A
TO AGREEMENT FOR ENGINEERING. SERVICES
.r.
AirporteImprovement Program.Number 3-05-0020-04
State of Arkansas
CERTIFICATION OF ENGINEER
•
4.1
I hereby certify that I am the President and duly authorized representative of
the firm of McClelland Consulting Engineers, Inc., whose address is 1810 North
College Avenue, Fayetteville, Arkansas, and that neither I nor the above firm
I hereby represent has:
a. employed or retained for a commission, percentage, brokerage,
contingent fee, or other consideration, any firm or person
(other than a bona fide employee working solely for me or the
above consultant) to solicit or secure this contract,
b. agreed, as an express or implied condition for obtaining this
contract, to employ or retain the service of any firm or person
in connection with carrying out the contract, or
c. paid or agreed to pay any firm, organization, or person (other
than a. bona fide employee working solely for me or the above
consultant) any fee, contribution, donation, or consideration
of any kind for, or in connection with, procuring or carrying
out the contract.
I acknowledge that this certificate is to be furnished to the Federal Aviation
Administration of the United States Department of Transportation, in
connection with this contract involving participation of Airport Improvement
Program (AIP) funds and is subject to applicable state and federal laws, both
criminal and civil.
Alt 4 /99g3
, 1983
E. McClelland, P.E.
- 10 -
0 .0 ........... ..v
P.O. Box 1229 ,18:10 No College Ave:
FAYETTEVIIIE, ARKANSAS 72702
'Phone (501) 443-4271 443-2377
TO Crry pAyEeircvi .Le
Pme re\ ue,
GENTLEMEN:
WE ARE SENDING YOU /Attached 0
r: Shop drawings II Prints
C Copy of letter ❑ Change order
COPIES DATE
NO
THESE ARE TRANSMITTED as checked
/For For approval
E For your use
G As requested
• For review and comment
E, ]1 CO
•
DATE /w -7,-3 -&-S
R
ATTENTE IIO.ry
()al/ «:L6n1
At sgrAdet CANTrACT VOt
L -j ibia, \)K&s
JOP NO.fp3 -132J
Under separate cover via the following items:
❑ Plan 0 Samples
[ti Got4-11zAciS
DESCRIPTION
below:
Cr Approved as submitted
0 Approved as noted
1= Returned for corrections
1
r FOR BIDS DUE
-baja--e ig/t out
1N1 tGri� ,
cti2f
rbc (-C
177K 3
COPY TO
19
0 Specifications
❑ Resubmit copies for approval
❑ Submit copies for distribution
❑ Return corrected prints
PRINTS RETURNED AFTER LOAN TO US
w F���
—4syki
US Department
of Transportoton
d l
GRANT AGREEMENT
FOR DEVELOPMENT PROJECT
Part 1 -Offer
'd Aisktlion SEP 131993
Administration Date of Offer:
Page 1 of 4 pages
Airport: Drake Field
Project No. 3-05-0020-04
Contract No. DOT FA 83 SW -8871
TO: the City of Fayetteville, Arkansas
(herein referred to as the "Sponsor")
FROM: The United States of America (acting through the Federal Aviation Administration,
herein referred to as the "FAA") .
WHEREAS, the Sponsor has submitted to the FAA a Project Application ( also called
an Application for Federal Assistance) dated August 10, 1983 , for a grant of Federal
funds for a project for development of the Drake Field
Airport (herein called the "Airport"), together with plans and
specifications for such project, which Application for Federal Assistance, as approved by
the FAA is hereby incorporated herein and made a part hereof; and
WHEREAS, the FAA has approved a project for development of the Airport (herein called
the "Project") consisting of the following -described airport development:
Reconstruct and extend west apron (approx. 3800 sy), including stub taxiway
and lighting; extend east side parking apron (approx. 450' x 570') including
lighting; complete access road.
all as more particularly described in the property map and plans and specifications incor-
porated in the said Application for Federal Assistance. Whereas this grant will not
be completed during FY 83 and the total estimated cost of completion will
Page 2 of 4 Pages
NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions
of the Airport and Airway Improvement Act of 1982, herein called the "Act,"
and in consideration of (a) the Sponsor's adoption and ratification of the
representations and assurances contained in said Project Application and its
acceptance of this Offer as hereinafter provided, and (b) the benefits to accrue
to the United. States and the public from the accomplishment of the Project and
compliance with the assurances and conditions as herein provided, THE FEDERAL
AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS
AND AGREES to pay, as the United States share of the allowable costs incurred
in accomplishing the Project, 90% of all allowable costs
This Offer is made on and subject to the following terms and conditions:
Standard Conditions
1. The maximum obligation of the United States payable under this offer
which is comprised of:
shall be $ 375,810.00
$ 375,810.00 for development other than land
$ for land acquisition
2. The allowable costs of the project shall not include any costs determined
by the FAA to be ineligible for consideration as to allowability under the
Act.
3. Payment of the United States share of the allowable project costs will be
made pursuant to and in accordance with the provisions of such regulations
and procedures as the Secretary shall prescribe. 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.
The sponsor shall comply with the Airport and Airway Improvement Act of
1982 and shall carry out and complete the Project without undue delays and
in accordance with the terms hereof, and such regulations and procedures
as the Secretary shall prescribe and agrees to fully comply with the Part
V Assurances of the Application for Federal Assistance which is attached
to and becomes a part of this offer.
5. The FAA reserves the right to amend or withdraw this offer at any time
prior to its acceptance by the sponsor.
6. This offer shall expire and the United States shall 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 30,1983
or such subsequent date as may be prescribed in writing by the FAA.
7. The property map referred to on Page 1 of this Grant Agreement is the
Property Map, Exhibit A dated February 1983 identifies the airport property
to which this grant offer applies and is hereby incorporated herein and
attached.
•
Special Conditions
Page 3 of 4 Pages
8. The sponsor hereby covenants and agrees that it will not advertise or bid,
award any contract, or commence construction for the items as listed in
the project description, Page 1 of this agreement, being accomplished
under this project, until it has submitted final plans and specifications
satisfactory to the Administrator and such plans and specifications have
been approved. It is further understood that the United States will not
make nor be obligated to make any payment for such items of airport
development under this Grant Agreement until the sponsor has submitted such
plans and specifications and they have been approved as herein provided. The
sponsor further covenants and agrees that it will submit said final plans and
specifications to the Administrator on or before 90 days from the date of this
grant agreement.
9. Pursuant to Section 512 of the Airport and Airway Improvement Act, and at
the sponsor's request, the FAA does hereby commit the United States to
obligate an additional amount to this project, for payment of its share of
the cost, in accordance with the terms hereof, not to exceed the apportionment(s)
made to the sponsor for FY(s) 83 and 84 pursuant to Section 507(a)(1) of said act
and subject to the restrictions now or hereafter imposed on the FAA on use of
such apportionment by, but not limited to, appropriations as now or hereafter
enacted. The exact amount of this commitment will be established in an
amendment to this grant that will be duly executed by the parties hereto when
such computation and obligation can be made in FY(s) 84.'It is further
understood by the parties hereto that this co''iitment does not in itself obligate,
preclude nor restrict the FAA in the use of any funds made available for
discretionary use under Section 507 of said Act to further aid the sponsor in
meeting the cost of this project under the terms of this agreement and
limitations of law.
The following special assurance is added to Part V Assurances, of the Application
for Federal Assistance, attached to this offer.
31. Cost Free Land The federal government does not now plan or contemplate the
construction of any structures pursuant to paragraph 27 of Part V Assurances
attached to this offer and therefore it is understood and agreed that the
sponsor is under no obligation to furnish any such areas or rights under this
grant agreement. However, it is agreed and understood that the rights of the
United States to,cost free areas obtained under unexpired grant agreements
with the sponsor are extended for twenty years from the date of this grant
agreement. Furthermore, the responsibility for paying the cost of relocating
any facilities located in such cost free areas should be made in accordance
with Advisory -Circular 150/5300-7, FAA Policy of Facility Relocations Occasioned
by Airport Improvements or Changes.
Page 4 of 4 pages
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 said Offer and
Acceptance shall comprise a Grant Agreement, as provided by the Airport and
Airway Improvement Act of 1982, constituting the obligations and rights of the
United States and the Sponsor with respect to the accomplishment of the Project
and compliance with the assurances and conditions as provided herein. Such
Grant Agreement shall become effective upon the Sponsor's acceptance of this
Offer.
DEPARTMENT OF TRANSPORTATION
UNITED STATES OF AMERICA
FEDERAL AVIATION ADMINISTRATION
By
(Title)
G•
Bob A. Smith,Nanagcr,-Dklalioma City Airports
District (lfficc,FAA,Suul1' :;L Region
Part II - Acceptance
The Sponsor does hereby ratify and adopt all statements, representations,
warranties, covenants, and agreements contained in the Project Application
and incorporated materials referred to in the foregoing Offer and does
hereby accept said, Offer and by such acceptance agrees to all of the terms
and conditions thereof.
Executed, this
r
(.`.:RAL)
Title
Attest: ,V�.
c\ V�/
26th day of September , 1981
City of Paye Ctcvi I Io7Arlcum.a:•
(Name of Spo s r)
By %//
� /'
Tit Le:
City C3erk
CE.?.!FICATE OF SPONSOR'S ATTORNEY
I, James N. McCord
H iyor
, acting as Attorney for the Sponsordo hereby certify:
That I have examined the foregoing Grant Agreement and the proceedings
taken by said Sponsor relating thereto, and find that the Acceptance thereof
by said Sponsor has been duly authorized and that the execution thereof is
in all respects due and proper and in accordance with the laws of the State
of Arkansas And the Act and further that, in my opinion, said Grant
Agreement constitutes a legal and binding obligation of the Sponsor in
accordance with the terms thereof.
Dated at Fayetteville, AK this26 day of Septembere19 81.
tle
City ALtorney
1
FEDERAL ASSISTANCE
❑-?REAPPLICATION
® APPLICATION
O NOTIFICATION OF INTENT (OpL)
❑ REPORT OF FEDERAL ACTION
4. LEGAL APPLICANT/RECIPIENT
City of Fayetteville
sane
P.O. Drawer F
d. CJty Fayetteville e. COES : Washington
1. stat. Arkansas g. ZIP cone: 72701
h. Canted Pam (Name Don Grimes, City Manager
e tdnhon. No.) (501) 521-7700
7. TITLE AND DESCRIPTION OF APPLICANTS PROJECT
1. TYPE
OF
ACTION
2..APPLI•
cANrs
APPLI•
CATION
p(MaarkkaataP- ea
cap ) MGM
a. Appl tint Name
b. Orpnlation Unit
c. Strut/P.O. Bat
•
•
a. NUMBER
b. DATE
19
83-132
Reconstruct and extend west apron including stub
taxiway and lighting; extend east side parking
apron including lighting; complete access road.
kg 10. AREA OF PROJECT IMPACT (Names of cities, comities,
States, etc.)
Washington and Benton Counties
13.
a. FEDERAL
b. APPLICANT
c. STATE
d. LOCAL
PROPOSED
S
FUNDING
622,750
39,194
30,000
.00
.00
.00
.00
e. OTHER .00
I. TOTAL $ 691,944 .00
11. ESTIMATED NUM-
BER OF PERSONS
BENEFITING
200,000
14. CONGRESSIONAL DISTRICTS OF:
s. APPLICANT
3rd
16. PROJECT STA
gRRT clayDAT
1983 10 17
18. ESTIMATED DATE TO
BE SUBMITTED TO
FEDERAL AGENCY M.
b. PROJECT
3rd
17. PROJECT
DURATIQN
Months
3. STATE
APPLICA•
TION
IDENT-
FIER
NUMBER
b. DATE
ASSIGNED 19
Year month day
5. FEDERAL EMPLOYER IDENTIFICATION
71-6018462
6.
PRO.
GRAM
(Prom
Ploral
Catalog)
a. NUMBER
b. TITLE
Airport 7nprovetnt
Program
NO.
12101.1110161
B. TYPE OF APPLICANT/RECIPIENT
A -State
8-InWnba
C-Subaat.
District
Dieunty
E -CII
F -School District
O-Sped.l Purpur.
District
H-C'nmmunity Action Agency
I- Nigher Educational Institution
1- Indium Tribe
K -Other (8p.cifp)i
Eider appropnete grin
9. TYPE OF ASSISTANCE
)-Bale grant D -Insurance
13 -Supplemental Onnt E-Oth.r Enter appro-
C-Laan Price leiter(*)
12. TYPE OF APPLICATION
A -Now C-RevIslon E-Mtgmentellon
Balanawal D-Contieuallau
A
Enter appropriate latter
15. TYPE OF CHANCE (For Its er tie)
A -Increase Dollars F-Othes (Specify):
II -Deane Dollen
C-Incroesa Duration
D-0wraaa Duration
E -C ncellatlon
Enter appro- j
prate letter(*) ( 1 J
Year month day 19. EXISTING FEDERAL IDENTIFICATION NUMBER
1983 . 8 15 3-05-0020-04-83
21. REMARKS ADDED
0 Yes ❑ No
II required by OMB Cimular A-95 this application wee submitted. punuent to ion Nu re-
Ian/alons therein, to appropriate clarIngbouen and all rayonaes ue attached: sponse
20. FEDERAL AGENCY TO RECEIVE REQUEST (Nana, City, State. ZIP code)
22.
THE
APPLICANT
CERTIFIES
THAT ►
23.
CERTIFYING
REPRE-
SENTATIVE
24. AGENCY
e. To tha best of my knowledge and hells, b.
data in this pre.ppliulron/Ippilcelion are
true and correct, the document No been
duly •uthoriaed by the dimming body of
W eppiiant and Na applicant will comply
with the attached swyancee If Na salet-
Inca is approved.
s. TYPED. NAME MO TITLE
Paul Noland, Mayor
NAME
26. ORGANIZATIONAL UNIT
29. ADDRESS
31. ACTION TAKEN
• e. AWARDED
p b. REJECTED
O c. RETURNED FOR
AMENDMENT
• d. DEFERRED
O e. WITHDRAWN
38.
FEDERAL AGENCY
A.-95 ACTION
32.
a. FEDERAL
b. APPLICANT
c. STATE
d. LOCAL
e. OTHER
t.
Previously submitted
27. ADMINISTRATIVE OFFICE
FUNDING
$ .00 33.
p0 36.
. 00
.00
. 00
TOTAL S .00
Year month day
ACTION DATE". 19
CONTACT FOR ADDITIONAL INFORMA•
TION (Nam and telephone wymbn)
e . In taking atm* .orlon, any comments received from darinthousa wan can.
u ide:d. It agency response Is den under provisions ot Part 1. OMB Otsubo A45.
it has been or Is being made.
0
c. DATE SIGNED
Sear
19 83
EMEM
Response
attached
month day
8 10
25. APPLICA. Year month day
TION
RECEIVED 19
28. FEDERAL APPLICATION
IDENTIFICATION
S0. FEDERAL GRANT
IDENTIFICATION
94. Year month day
STARTING
DATE 19
36. Year month day
ENDING
DATE 19
37. REMARKS ADDED
I 0 Yes 0Nn
b. FEDERAL AGENCY 445 OFFICIAL
(Name and telephone coo.)
STANDARD FORM 424 PAGE 1 (10-75)
Pe'4ear*.4 by 08A. Fant JMaalap.nast Ci.. Jar T4-7
DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
PART II
PROJECT APPROVAL INFORMATION
SECTION A
Item 1.
Does this assistance request require State, local,
regional, or other priority rating?
Yes X No
Item 2.
Does this assistance request require State, or local
advisory, educational or health clearances?
Name of Governing Body
Priority Rating
Name of Agency or
Board
Yes X No (Attach Documentation)
Item 3.
Does this assistance request require clearinghouse review
in accordance with OMB Circular A-95?
X Yes
(Attach Comments)
State Clearinghouse
March 28, 1983
OMB NO. B0.R
Rem 4.
Does this assistance request require State, local, Name of Approvina Aaencv Northwest Arkansas _
regional or other planning approval? DoteFebnaxy 25, 1983 Regional Planning CC
X Yes No .
Item 5.
Is the proposed project covered by an approved Check one: State
comprehensive plan? Local
Regional
Yes X No Location of plan
Item 6.
Will the assistance requested serve a Federal - Name of Federal Installation
installation? Yes X No Federal Population benefiting from Project
Item 7.
Will the assistance requested be on Federal land Name of Federal Installation
or installation? Location of Federal Land
Yes X No Percent of Project
Item 8.
Will the assistance requested have an impact or effect See instruction for additional information to be
on the environment? provided.
Yes X No
Item 9.
Will the assistance requested cause the displacement of
individuals families, businesses, or farms?
Yes
Item 10.
Is there other related Federal assistance on this
project previous, pend ing, or antic ipated?
X No
Number of:
Individual s
Families
Businesses
Farms
See instructions for additional information to be
provided.
DEPARTMENT OF TRANSPORTATION — FEDERAL AVIATION ADMINISTRATION
PART 11 - SECTION C (SECTION B OMITTED)
OMB NO. 04 10209
The Sponsor hereby represents and certifies as follows:
I. Compatible land Use. -The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in
the vicinity of the airport:
The sponsor has adopted a Drake Field Zoning Ordinance No. 1278 which regulates
and restricts all land use activities in the vicinity of Drake Field. This ordinance
was adopted November 20, 1961.
2. I ),,faults. -The Sponsor is not in default on any obligation to the United States or any agency of the I roiled States Gnyern-
.ment relative to the development, operation, or maintenance of any airport, except as stated herewith:
None
a. Possible Disabilities. -There are no facts or circumstances (including the existence of effective or proposal leases. ❑,e
agreement: or other legal instruments affecting use of the Airport nr the existence of pending ling litigation or other Irnal proven'iugs)
which in reasonable probability might make It impossible for the Sponsor to carry out and complete the Project nr earn Inst the
provisions of Part V of this Application, either by limiting its legal or financial ability Or otherwise, except as follow::
None
el. land. -fa) The Sponsor holds the following property interest in the following areas of land* which are to be dedelnped
or used as part of or in connection with the Airport, subject to the following exceptions, encumbrances, and adverse interests,
all of which areas arra identified on the aforementioned property map designated as Exhibit "A":
Sponsor owns fee simple title to the land shown as Tract "A" on Exhibit A.
Tract "B" on Exhibit A is land being acquired under Federal Grant No. 3-05-0020-02.
Title approved under previous projects'for Tract A. Status of title has not
changed since approval. Satisfactory title evidence will be furnished FAA for
Tract B when acquisition is complete.
'State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests
of every kind and nature, including liens, easements, leases, etc. 7 h separate. areas of land. need only be identified here by the
area numbers shown on the property map.
FAA Form 5100-100 (4-76) Page 3a
t
DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
PART II - SECTION C (Continued)
•
OMB NO. 04-R0209
The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that
such attorney or title company has determined that the Sponsor holds the above property interest. _
(b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under
the Project, the following property interest in the following areas of land* on which such construction work is to be performed.
all of which areas are identified on the aforementioned property map designated as Exhibit "A":
None
(c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction work under
the Project, the following property interest in the following areas of land* which are to be developed or used as part of or in
connection with the Airport as it will he upon completion of the Project, all of which areas are identified on the aforementioned
property map designated as Exhibit "A":
None
5, Exclusive Rights.—There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned
or controlled by the Sponsor except as follows:
None
*.Ste character of property interest
of rrery kind and nature, including
area numbers .shown on the property
FAA Form 5100-100 (4a6)
in each area and list and identify for each all exceptions, encumbrances, and adverse interest.
liens, easements. leases, ete. The separate areas 01 land need only be identified here by the
nap. -
Page 3b
FAA AC 8106913
DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
a.
•
PART III - BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
1. Federal Domestic Assistance Catalog No
2. Functional or Other Breakout
20.106
SECTION B - CALCULATION OF FEDERAL GRANT
Cost Classification
Use only for revision,
Lotest Approved Adjustment
Amount + or (-)
OMB NO. SO.R0104
Total
Amount
Required
1.. Administration expense S S S • 2,000.00
2. Prel iniinary expense
3. Land,structures, right-of-way
4. Architectural engineering basic tees
5. Other architectural engineering Ices
6.- Project inspection fees
7. Land development
B. Relocation Expenses
9. Selocation payments to Individuals ano Businesses
10. Demolition and removal
45,494.00
• 2,300.00
17,583.00
11. Construction and project improvement 576 ,267.00
12. Equipment
13. Miscellaneous 3,300.00
14. Total (Lines 1 through 13) 646,944.00
15. Estimated Income (it applicable)
16. Net Project Amount (Line 14 minus 15) 646,944.00
17. Less: Ineligible Exclusions
18. Add: Contingencies 45;000.00
19. Total Project Amt. (Excluding Rehabilitation Grants) 691,944.00
20. Federal Share requested of Line 19 622,750.00
21. Add Rehabilitation Grants Requested (100 Percent)
22. Total Federal grant requested (Lines 20 8 21) 622, 750.00
23. Grantee share 39,194 00
24. Other shares 30,000.00
25. Total project (Lines 22, 23 8 24) S S S 691,944.00
FAA Form 5100.100 (6 73) SUPERSEDES FAA FORM 5100 -10 PAGES 1 THRU 7 Page A
DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
26
6
c
SECTION C — EXCLUSIONS
Cla s s if 'cation
Tools
Ineligible for
Participation
(1)
b b
OMB h0 aj•HO i6♦
Excluded from
C onringency Pro.uion
(2)
SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
27., Grantee Share
a. Securities
b. Mortgages
c. Appropriations (By Applicant]
d. Bonds
e. Tax Levies
1. Non Cash
- g. Other (Explain) City Airport Fund
h. TOTAL — Grantee shale
2R. Other Shales
a. State
39,194.00
39,194.00
Arkansas Division of Aeronautics 30,000.00
b. Other
r.. Total Other Shares
29. TOTAL
SECTION E.— REMARKS
30,000.00
S 69,194.00
The following itan attached hereto are incorporated herein by reference:
1. Property Map Exhibit "A".
2. Title VI Assurances
The following item is incorporated herein by reference.
1. Plans and Specifications to be approved by the F.A.A.
PART IV PROGRAM NARRATIVE (Attach — See Instructions)
FAA Form 5100-100 15-731 SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7
Peg! 5
FAA AC 75-0232
PART V
ASSURANCES
(For Development Projects)
These assurances shall remain in full forehand effect throughout the useful life of the facilities developed
under this project, but in any event not to exceed twenty (20) years from the date of said acceptance of an offer
of Federal aid for the project. However, these limitations on the duration of the covenants do not apply to the
covenant against exclusive rights and real property acquired with Federal funds.
The sponsor hereby assures and certifies, with respect to the grant applied for in this Application, that:
1. General Federal Requirements. It Will comply with the following laws, regulations, policies, guidelines,
requirements as they relate to the application, acceptance, and use of Federal funds for this project:
Federal Legislation
a.
b.
c.
d .
e .
f.
g -
h.
i.
j.
k.
1.
m.
n.
o.
P.
Federal Aviation Act of 1958
Hatch Act
Federal Fair Labor Standards Act
Davis -Bacon Act
Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 - Titles II and III
National Historic Preservation Act of 1966 - Section 106
Archeological and Historic Preservation Act of 1966
Flood Disaster Protection Act of 1973 - Section 102(a)
Rehabilitation Act of 1973 - Section 504, Section 503
Civil Rights Act of 1964 - Title VI
Aviation Safety and Noise Abatement Act of 1979
Age Discrimination Act of 1975
Architectural Barriers Act of 1968
Vietnam Era Veterans' Readjustment Assistance Act of 1974 - Section 402
Airport and Airway Improvement Act of 1982
Powerplant and Industrial Fuel Use Act of 1978 - Section 403
Federal Regulation
a. 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
b. 49 CFR Part 23 - Participation by Minority Business Enterprise in Department of Transportation Programs
c. 49 CFR Part 27 - Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or
Benefiting from Federal Financial Assistance
d . 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Departme
of Labor (Federal and Federally Assisted Contracting Requirements, Including those Relating to Disabled
Veterans and Veterans of the Vietnam Era and Handicapped Workers)
e . 14 CFR Part 150 - Airport Noise Compatibility Planning
ar
Office of Management and Budget Circulars
a.
b.
O .
A-95 - Evaluation, Review and Coordination of Federal and Federally Assisted Programs and Projects
A-102 - Uniform Requirements for Assistance to State and Local Governments
FMC -74-4 - Cost Principles Applicable to Grants and Contracts with State and Local Governments
Executive Orders
a.
b.
c.
d.
11246 - Equal Employment Opportunity in Federal and
11593 - Historic Preservation
11288 - Prevention, Control, and Abatement of Water
11926 - Evaluation of Flood Hazards
Federally Assisted Contracting
Pollution
2. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of
approval of the project) of public agencies authorized by the state in which such airport is located to ph
for the development of the area surrounding the airport and will contribute to the accomplishment of the
purposes of the act.
3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs
not to be paid by the United States and sufficient funds to assure operation and maintenance of the
for the purposes constructed.
4.
which
facilii
Authority of Sponsor. It has legal authority to apply for the grant, and to finance and construct the
proposed facilities; 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 th
official repre5entatave of the applicant to acts in connection
additibnai information as may be required.
with the application and to provide such
5. Good Title to Airport. It holds good title, satisfactory to the Secretary, to the landing area of the
airport or site therefor, or will give assurance satisfactory to the Secretary that good title will be
acquired.
6. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near
which the project may. be located.
7. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway
extension, it has afforded the opportunity for public hearings for the purpose of considering the economic,
social, and environmental effects of the airport or runway location and its consistency with the goals and
objectives of such planning as has been carried out by the community and shall, when requested by the
Secretary, submit a copy of the transcript to the Secretary.
Air and Water Quality Standards. • In projects involving airport location, a major runway extension, or runwa
location, it will provide for the Governor of the state in which the project is located to certify in uritis
to the Secretary that the project will be located, designed, constructed,.and operated so as to comply with
applicable air and water quality standards. In any case where such standards have not been approved and
where applicable air and water quality standards have been promulgated by the Administrator of the
Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of
certification or refusal to certify shall be provided within sixty (60) days after the project application
has been received by the Secretary.
9. Economic Nondiscrimination. It will make its airport available as an airport for public use on fair and
reasonable terms and without unjust discrimination to all types, kinds, and classes of aeronautical uses
including the requirement that (A) each air carrier using such airport (whether as a'tenant, nontenant, or
subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially
comparable rates, fees, rentals, and other charges and such nondiscriminatory and substantially comparable
rules, regulations, and conditions as are applicable to all such air carriers which make similar use of suet
airport and which utilize similar facilities, subject to reasonable classifications such as tenants or
nontenants, and combined passenger and cargo flights or all cargo flights, and such classification or status
as tenant shall not be unreasonably withheld by any airport provided an air carrier assumes obligations
substantially similar to those already imposed on tenant air carriers, and (B) each fixed -base operator at
any airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicabl:
to all other fixed -base operators making the same or similar uses of such airport utilizing the same or
similar facilities, and (C) each air carrier using such airport shall have the right to service itself or t:
use any fixed -base operator that is authorized by the airport or permitted by the airport to serve any air
carrier at such airport, and (D) that 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 engage in an:
aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and
enforce provisions requiring the contractor --
(1) to furnish said services on a fair, equal, and not unjustly discriminatory basis to all users thereof,
and
(2) to charge fair, 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 oth
similar types of price reductions to volume purchasers.
(E) that it will not exercise or grant any right or privilege which operates to prevent any person, firm, c
corporation operating aircraft on the airport from performing any services on its own aircraft with its own
employees (including, but not limited to maintenance and repair) that it may choose to perform, and (F) 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 contractors or concessionaires of the sponsor under these provisions.
Provided, that the sponsor may establish such fair, equal, 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; ar
provided further, that the sponsor may prohibit or limit any given type, kind, or class of aeronautical us(
of the airport or necessary to service the civil aviation needs of the public.
10. Exclusive Rights. It will permit no exclusive right for the use of the airport by any persons providing,
intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing e
services at an airport by a single fixed -base operator shall not be construed as an exclusive right if botl
of the following apply: (1) it would be unreasonably costly, burdensome, or impractical for more than one
fixed -base operator to provide such services; and (2) if allowing more than one fixed -base operator to
provide such services would require the reduction of space leased pursuant to an existing agreement betweei
such single fixed -base 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, or at any other airport now owned or controlled by it, to
conduct any aeronautical activities, including but not limited to charter flights, pilot training, aircraf
rental and sightseeing aerial photography, crop dusting, aerial advertising ann surveying, air carrier
operations, aircraft gales and services, sale of aviation petroleum products whether qr, not conducted in
c!njunction with other aeronautical activity, repair and maintenance of aircraft, sale of!aireraft 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 the Airport and Airway
Improvement Act.
11. Airport Operation and Maintenance. It will suitably operate and maintain the airport and all facilities
thereon or connected therewith, with due regard to climatic and flood conditions.
It will operate and maintain in a safe and serviceable condition and in accordance with the minimum stancards
as may be required or prescribed by the applicable Federal, state, and local agencies for the maintenance and
operation, 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, and will not permit any activity thereon
which would interfere with its use for airport purposes; provided, that 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; and provided further, that
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
circumstances beyond the control of the sponsor. In furtherance of this covenant, the sponsor will have in
effect at all times arrangements for --
a. Operating the airport's aeronautical facilities whenever required;
b. Promptly marking. and lighting hazards resulting from airport conditions, including temporary conditions;
and
c. Promptly notifying airmen of any condition affecting aeronautical use of the airport.
12. Hazard Removal and Mitigation. It will adequately clear and protect the aerial approaches to the airport by
removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by
preventing the establishment or creation of future airport hazards.
13. Compatible Land Use. It will take appropriate action, including the adoption of zoning laws, to the extent
reasonable, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities
and purposes compatible with normal airport operations, including landing and takeoff of aircraft.
14. 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 --
a. 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 movements of
Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds.
15. Land for Federal Facilities. It •will furnish without cost to the Federal Government for construction,
operation and maintenance of facilities for, and uses 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 at Federal expense of space or facilities for such purposes. Such
areas or any portion thereof will be made available as provided herein within 4 months after receipt cf
written requests from the Secretary.
16. Standard Accounting Systems. It will keep all project accounts and records in accordance with a standard
system of accounting prescribed by the Secretary.
17. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services being
provided the airport users •which will make the airport as self-sustaining as possible under the circumstance
existing at that particular airport, taking into account such factors as the volume of traffic and economy c
collection, except that no part of the Federal share of an airport development or airport planning project
for •which a grant is made under this title or under the Federal Airport Act or the Airport and Airway
Development Act of 1970 shall be included in the rate base in establishing fees, rates, and charges for user
of that airport.
•
18. Reports and Inspectiods. It will submit to the Secretary such annual or special a irportr,financial and opera-
tions reports as the Secretary may reasonably request and will make the airport and -all airport records and
documents affecting the airport, including deeds, leases operation and use agreements; rgulations and other
instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request.
19. Airport Revenue. It will expend all revenues generated by the airport, if it is a public airport, 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 directly related to the actual transportation
of passengers or property: Provided, however, that if covenants or assurances in debt obligations previously
issued by the owner or operator of the airport, or provisions 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 other revenues generated
by the airport shall not apply.
20. Consultation with Users. In making a decision to undertake any airport development project under this title,
it will undertake reasonable consultations with affected parties using the airport at which the project is
proposed.
21. Terminal Development Prerequisites. For projects which include terminal development, it has, on the date of
submittal of the project grant application, all the safety equipment required for certification of such
airport under Section 612 of the Federal Aviation Act of 1958 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 or deplaning from aircraft other than air carrier aircraft.
22. Construction Inspect -ion and Approval. It will subject the construction work on any project for airport
development contained in an approved project grant application toainspection and approval by the Secretary,
and such work will be in accordance with regulations and procedures prescribed by the Secretary. Such
regulations and procedures will require such cost and progress reporting by the sponsor or sponsors of such
project as the Secretary shall deem necessary.
23. Minimum Wage Rates. It will include, in all contracts in excess of $2,000 for work on projects for airport
development approved under this title 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
will be stated in the invitation for bids and will be included in proposals or bids for the work.
24. Veterans Preference. It will include, in all contracts for work under project -grants for airport development
which involve labor, such provisions as are necessary to ensure that, in the employment of labor (except in
executive, administrative, and supervisory positions), preference will be given to veterans of the Vietnam
era and disabled veterans as defined in Section 515(c)(1) and (2) of the act. However, this preference shall
apply only where the individuals are available and qualified to perform the work to which the employment
relates.
25. Audits and Recordkeeoing Requirements. It will keep such records as the Secretary may prescribe, including
records which fully disclose the amount and the disposition by the recipient of the proceeds of the grant,
the total cost of the plan or program in connection with which the grant is given or used, and the amount and
nature of that portion of the cost of the plan or program supplied by other sources, and such other records
as will facilitate an effective audit and 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 grants received
under this title. The Secretary may require that an appropriate audit be conducted by a recipient.
26. Audit Reports. In any case in which an independent audit is made of its accounts relating to the disposition
of the proceeds of a grant or relating to the plan or program in connection with which the grant vas given or
used, it will file a certified copy of such audit with the Comptroller General of the United States not later
than 6 months following the close of the fiscal year for which the audit was made.
27. Civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the
grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any
activity conducted with or benefiting from funds received from this grant.
28. Airport Layout Plan. 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; and (3) the location of all existing and proposed nonaviation areas and of all
existing improvements thereon. Such airport layout plan 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 in any of its facilities other than in
conformity with the airport layout plan as so approved by the Secretary if such changes or alterations might
adversely affect the safety, utility, or efficiency of the airport.
29. Preserving Af4'cort Fights and Powers. It will not enter into any transaction wh1gbtuoiild. operate to deprive
it of any of 'theights and powers necessary to perform any or all of the assurariceshepein without the
Written approval of the Secretary, and will act to acquire, extinguish or modify any outstanding rights or
claims of right of others which would interfere with such performance by the sponsor. ;his shall be done it
a manner acceptable to the Secretary.
It will not dispose of or encumber its title or other interests in the site and facilities during the perio<
of Federal interest or while the Government holds bonds, whichever is the longer. The obligation to perfon
all such covenants may be assumed by another public agency found by the Secretary to be eligible under the
act to assume such obligations and having the power, authority, and financial resources to carry out all stir
obligations. If an arrangement is made for management or 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 ensure that the airport will be operated and maintained in accordance with the act, the
regulations, and these covenants.
30. Construction Accomplishment. It will execute the project in accordance with plans, specifications, and
schedules as approved by the Secretary, and incorporated herein, or with modifications similarly approved
and will provide and maintain competent technical supervision at the construction site to assure that
completed work conforms with the approved plans and specifications.
., Tt
STANDARD DOT TITLE VI ASSURANCES
City of Fayetteville (hereinafter referred to as the
Sponsor) hereby agrees that as a condition to receiving Federal financial
assistance from the Department of Transportation (DOT), it will comply with
Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.) and all
requirements imposed by 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 (hereinafter referred to as the "Regulations") to the
end that no person in the United States shall, on the ground of race, color, or
national origin, be excluded from participation in, be denied the benefits of,
or be otherwise subjected to discrimination under any program or activity for
which the applicant receives Federal financial assistance and will immediately
take any measures necessary to effectuate this agreement.
Without limiting the above general assurance, the Sponsor agrees concerning
Project No. 3-05-0020-04-83 (hereinafter referred to as the Project) that:
1. Each "program" and "facility" (as defined in Sections 21.23(e) and
21.23(b) will be conducted or operated in compliance with all requirements of
the Regulations.
2. It will insert the following notification in all solicitations for bids
issued in connection with the Project and in adapted form in all proposals for
negotiated agreements.
The City of Fayetteville , in accordance with
Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.) and
49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the
Department of Transportation, hereby notifies all bidders that it will
affirmatively assure that minority business enterprises are afforded
full 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.
3. It will insert the clauses of Attachment 1 of this assurance in every
contract subject to the Act and the Regulations.
4. Where Federal financial assistance is received to construct a facility,
or part of a facility, the assurance shall extend to the entire facility and
facilities operated in connection therewith.
5. Where Federal financial assistance is in the form or for the acquisition
of real property or an interest in real property, the assurance shall extend to
rights to space on, over, or under such property.
6. It will include the appropriate clauses set forth in Attachment 2
of this assurance, as a covenant running with the land, in any future deeds,
Page 1
t
leases, permits, licenses, and similar agreements entered into by the Sponsor
with other parties: (a) for the subsequent transfer of real property acquired
or improved with Federal financial assistance under this Project and (b) for
the construction or use of or access to space on, over, or under real property
acquired or improved with Federal financial assistance under this Project.
7. This assurance obligates the Sponsor 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 structuresor improvements
thereon, in which case the assurance obligates the sponsor or any transferee
for the longer of the following periods: (a) the period during which the
property is used for a purpose for which Federal financiai assistance is
extended, or for another purpose involving the provision of similar services
or benefits or (b) the period during which the Sponsor retains ownership or
possession of the property.
8. It will provide for such methods of administration for the program
as are found by the Secretary of Transportation or the official to whom he
delegates specific authority to give reasonable guarantee that it, other
sponsors, subgrantees, contractors, subcontractors, transferees, successors
in interest, and other participants of Federal financial assistance under
such program will comply with all requirements imposed or pursuant to the
Act, the Regulations, and this assurance.
9. It agrees that the United States has a right to seek judicial
enforcement with regard to any matter arising under the Act, the Regulations,
and this assurance.
THIS ASSURANCE is given in consideration of and for the purpose of obtaining
Federal financial assistance for this Project and is binding on its contractors,
the sponsor, subcontractors, transferees, successors in interest and other
participants in the Project. The person or persons whose signatures appear
below are authorized to sign this assurance on behalf of the Sponsor.
DATED Auaust 10, 1983
By
Attachments 1 and 2
City of Fayetteville
(Sp(Sponsor)��
jtji
'! iu< , Mayor
(Signature of(Authorized Official)
CONTRACTOR CONTRACTUAL REQUIREMENTS
ATTACHMENT 1 TO STANDARD DOT TITLE VI ASSURANCE
During the performance of this contract, the contractor, for itself, its assignees and successors in interest
(hereinafter referred to as the "contractor") agrees as follows;
1. Compliance witn Regulations. The contractor shall comply with the Regulations relative to nondiscrimina-
tion in federally assisted programs of the Department of Transportation (hereinafter "DOT") Title 49, Code of •
Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a part of this contract.
2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall
not discriminate on the grounds of race, color, or national origin in the selection and retention of sub-
contractors, including procurements of materials and leases of equipment. The contractor shall not participate
either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including
employment practices when the contract covers a program set forth in Appendix R of the Regulations.
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations
either by competitive bidding or negotation made by the contractor for work to be performed under a subcontract,
including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be
notified by the contractor of the contractor's obligations under this contract and the Regulations relative to
nondiscrimination on the grounds of race, color, or national origin.
4. Information and Reports. The contractor shall provide all information and reports required by the
Regulations or directives issued pursuant thereto and shall permit access to•its books, records, accounts, other
sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation
Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions.
Where any information required of a contractor is in the exclusive possession of another who fails or refuses to
furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set
forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination
provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be
appropriate, including, but not limited to --
a. Withholding of payments to the contractor under the contract until the contractor complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in
every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations
or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or
procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for
noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with,
litigation with a subcontractor or supplier as a result of such direction, the contractor may request the sponsor
to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request
the United States to enter into such litigation to protect the interests of the United States.