Loading...
HomeMy WebLinkAbout182-08 RESOLUTIONRESOLUTION NO. 182-08 A RESOLUTION APPROVING TASK ORDER #15 WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $177,600.00 FOR FINAL PLANS & SPECS AND BIDDING ASSOCIATED WITH THE RUNWAY 16 SAFETY AREA IMPROVEMENTS AT DRAKE FIELD; AUTHORIZING THE AIRPORT STAFF TO APPLY FOR AND ACCEPT A GRANT FROM THE FAA WITH A MATCHING GRANT FROM THE ARKANSAS DEPARTMENT OF AERONAUTICS; AND APPROVING 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 approves Task Order #15 with McClelland Consulting Engineers, Inc. in the amount of $177,600.00 for final plans & specs, and bidding associated with the Runway 16 Safety Area Improvements at Drake Field, said approval being expressly contingent upon the receipt of grant funding. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby authorizes the Airport Staff to apply for and accept a grant from the Federal Aviation Administration with a matching grant from the Arkansas Department of Aeronautics to cover the cost of said improvements. Section 3. That the City Council of the City of Fayetteville, Arkansas, hereby approves a budget adjustment in the amount of $177,600.00 to recognize the grant revenue. ,�pitrnnr4rgq �.` ERK/TR�'..,. ��°kGe 'QTY SG :h G OF FAYETTEVILLE; _'a � : City of Fayetteville, Arkansas Budget Adjustment Form Budget Year 2008 Department: General Government Division: Aviation & Economic Development Program: Airport Capital Expenditures Date Requested 10/7/2008 Adjustment Number Project or Item Added/Increased: $177,600 in the Professional Services account Project or Item Deleted/Reduced: Increase Use of Fund Balance revenue account $177,600 • Justification of this Increase: Will provide for final plans & specifications, bidding services, and grant coordination with the FAA for a project to correct the Runway 16 Safety Area deficiency. Justification of this Decrease: Use of the airport's fund balance will be offset by future grant revenues from the DOT/FAA and Arkansas Department of Aeronautics. The project is 100% reimbursable under current grant programs. Account Name Increase Expense Budget (Decrease Revenue Budget) Account Number Amount Project Number Professional services 5550 3960 Account Name 5314 00 177,600 07039 Decrease Expense Budget (Increase Revenue Budget) Account Number Amount Q �P ca_34nTherree 5550 (8,%0 3-) 0955 + 00 8Y Project Number 177,600 07039 2 Approval Signatures Req Department Director 11 08 Date , atee a Da 7-23-0e Services Director Mayor D 7A21/46 Budget Office Use Only Type: A B Posted to General Ledger Posted to Project Accounting Entered in Category Log C D E Initial Date Initial Date Initial Date TASK ORDER NO. 15 DESIGN ENGINEERING SERVICES RUNWAY 16 SAFETY AREA & IMPROVEMENTS STATE OF ARKANSAS COUNTY OF WASHINGTON This Task Order is written pursuant to the basic agreement entitled CITY OF FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, executed on June 6, 2006, as amended. The referenced basic agreement pertains to proposed improvements to Drake Field, Fayetteville's Municipal Airport. This Task Order entered into and executed on the date indicated below the signature block, by and between the City of Fayetteville and McClelland Consulting Engineers (MCE) sets forth the project description, project schedule, and engineering fees related to the Runway 16 Safety Area Improvements, Drake Field. SECTION I - PROJECT DESCRIPTION The project is to consist of the Runway 16 Safety Area Improvements, including relocation of US Hwy 71 from within the safety area, relocation of the northern portion of Ernest Lancaster Drive from within the safety area, the removal of the existing roadways and regrading of the Runway 16 Safety Area. The services to be performed include: Preparation of Right of Way Plans; Geotechnical Investigation; Wetland Permits & Relocation Plans as required; FEMA Permits and Flood Plain Revisions as required; Preliminary Design; Preliminary Cost Estimates; Detailed Design; Bidding Services; and review with State or Federal Agencies. W:\DRAKE FIELD \CONTRACTS\2006-2008\Task Order 5.doc 1 SECTION II - PROJECT SCHEDULE From the time the City of Fayetteville issues the Notice To Proceed (NTP), McClelland Consulting Engineers, Inc. will endeavor to execute the project within the following time periods: Task Completion After NTP A. Geotechnical Investigation: B. Wetland Permits & Plans. C. FEMA Permits & Flood Plain Plans: D. Preliminary Design & Cost Estimates: E Right -of -Way Plans F. Final Design & Cost Estimates: G. Advertise for Bids: 70 calendar days 100 calendar days 110 calendar days 110 calendar days 150 calendar days 190 calendar days 220 calendar days SECTION III - SCOPE OF SERVICES McClelland Consulting Engineers, Inc. shall, generally, provide those services listed in the basic agreement which are applicable to this specific Task Order. Specifically, the project is likely to include: A. Right of Way Plans. B. Geotechnical Investigation. C. Prepare Wetland relocation plans, as required, and Permits. D. Prepare revised flood plain, floodway and channel relocation plans and submit plans and permits to FEMA and Corps of Engineers. E Performing preliminary engineering design services for the Runway 16 Safety Area Improvements, formulating preliminary construction cost estimates, and meeting with the City to discuss the project. F. Performing the detailed design of the Runway 16 Safety Area Improvements, formulating final preliminary construction cost estimates, and meeting with the W:\DRAKE FIELD \CONTRACTS\2006-2008\Task Order 5.doc 2 City to discuss the project. G. Assist the City of Fayetteville advertising for competitive bids and recommending the award of a construction contract. SECTION IV - FEES AND PAYMENTS The following fees are to be paid to McClelland Consulting Engineers, Inc. as compensation for his services: A. Geotechnical Investigation: Estimated to be $ 7.500. B. Wetland Permit and Relocation Plans: Estimated to be $ 11,800. C FEMA Permits & Flood Plain Plans Estimated to be $ 18,500. D. Preliminary Engineering Design &Cost Estimates: a lump sum of $ 68.500. E Right of Way Plans: Estimated to be $ 6,850. F. Detailed Plans & Specs: a lump sum of $ 56.500. G. Bidding Service: Estimated to be $ 5.800. H. Reimbursement Expenses: Estimated to be $ 2,150. Total Not to Exceed $177,600. Appendix A presents the basis of payments to the ENGINEER. Appendix B presents hourly rates for personnel anticipated to be assigned to this project by McClelland Consulting Engineers, Inc. W:\DRAKE FIELD \CONTRACTS\2006-2008\Task Order 5.doc 3 SECTON V - BASIC AGREEMENT IN EFFECT: Except as amended specifically herein, the basic AGREEMENT FOR ENGINEERING SERVICES shall remain in full force as originally approved and executed. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly executed as of the date and year first herein written. FOR THE CITY OF FAYETTEVILLE: By: Date: Mayor /0/31D It 'cYCY•Oc SGp% :FAYETTEVILLE• iz•, E:-3 P/Y • ,+i4 'GTO N11�``` Attest: Q v � FOR McCLELLAND CONSULTING ENGINEERS, INC.: By: President Date: 9_'P _ eel W:\DRAKE FIELD\CONTRACTS\2006-2008\Task Order 5.doc Attest: 4 APPENDIX B Hourly Rates for Personnel Drake Field, Fayetteville Municipal Airport CATEGORY BILLABLE HOURLY RATE RANGE Principal Engineer Sr Project Manager Project Manager Project Engineer!! Project Engineer I Design Engineer Landscape Architect Engineering Technician 111 Engineering Technician 11 Engineering Technician 1 Construction Observer III Construction Observer 11 Construction Observer 1 Chief Draftsman Draftsman 11 Draftsman 1 Computer Technician Survey Technician Registered Land Surveyor 2 -Man or Robotic Survey Party Chief Soils Lab Supervisor Soils Lab Technician II Soils Lab Technician 1 Clerk/Typist $ 155.00 $ 143.00 $ 132.00 $ 105.00 $ 84.00 $ 109.00 $ 84.00 $ 65.00 $ 53.00 $ 80.00 $ 61.00 $ 44.00 $ 70.00 $ 55.00 $ 50.00 $ 75.00 $ 77.00 $ 94.00 $ 143.00 $ 66.00 $ 60.00 $ 45.00 $ 40.00 $ 48.00 Mileage $ 0.50 * Subject to Annual Adjustment Mid -Year. W:SDRAKE FIELD\CONTRACTS\2006-2008\APPENDIX B TO 5.DOC EItTENDEO TOTAL m .. 8,88 20a ts» 88=8 8: 8888888888888 sa882says 8m 8 R8:. as 88880 »a`a: R68 _ 888888888888888888880 8882288.788g2^-28 » .R_m »aa » 88'm"R§ »xas s aan „ 8 8 _ 88888 .2... S 8 DIRECT EXPENSE 8 8880 818 88s ga 0 .4 s 8 a 8 a 46 8 2" 8 6 88888 s a„ m sta _ W 0o 2^ :RS 0 0 0 12 1 - INSPECTOR 100.00 CLERK TYPIST $88.00 • &fig 4Na m m 0 m- m m _ LICENSED SURVEYO 098.00 CARD OPER.O 500.00 CARD OPER 2 583.00 _V R IN R:V R- _ eR 10 e1 __ Va r- - owa.. qt_ m mm C ..N.n ON .. a 0 ENOINEERIN TECHNICIAN 590.00 284 1 rmo? ry .rmmmr moe". RR' m.3 .. _...... 2 -mm... RR .m...R g . «.nm ___n«__.«.N_.Nr.eit - __„r__r„_„_.r„__ .elle _le* m a renr n TASK DESCRIPTION 1 n cnirtHNICAI INVESTIGATION t D yWQ OO �a ¢w <a Oo N Z S o8 > O m £ W n m QUI £ -w 6 p ULll O a y n CC C PERFORM HYDROLOGICAL CALCULATIONS PPFCARF REVISED MAPPING I 2 O NN oW rciro ONT �'2~Z6Y §6Ui OO— we V' a DETAILS NO SHEETS I ERASIOCNTROL PLAN SHEETS W ly < LwC C :4 z j �c IC lu rnucrcurTlnN OHA Nn PLAN SHEETS 1 i N Na 2_ p iw° SNC ,Oi )U[ WATER ANO REWER PIAN A PROFILE SHEETS WATFO Akin CFNIFR nFTAII SHEETS • 12 i w ,~Z6uY i �O F Li Y¢ uoneTF MST FSTIMATF 1 �n 5 5 la .a�G ;a �U ; 1 Ray M. Boudreaux Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 10/7/2006 City Council Meeting Date It te /on is6 McG4,cltk /�d fv#��5 un u,yyL(gf�-('YUYtI Aviation & Economic Development General Government Division Action Required: • Department Action Required: Approve Task Order #15 from McClelland Consulting Engineers, Inc. Contact: Wayne Jones, P.E., PO Box 1229, Fayetteville AR 72702-1229, 479-443-2377, Fax 479-443-9241, in the amount of $177,600 for final plans & specs, bidding associated with the Runway 16 Safety Area Improvements project. Authorize Airport staff to apply for and accept a grant from the FAA with a matching grant from the Arkansas Department of Aeronautics. Approve a Budget Adjustment. 5,600.00 Cost of this request 5550.3960.5314.00 Account Number Budget NEW PROJECT $ Project Number Correct RW16 RSA Program Category / Project Name Avi/ED Imp Funds Used to Date Program / Project Category Name Airport Remaining Balance Fund Name Budgeted Item � _� Budget Adjustment Attached X Department Direct City Attorney `Pot.3 Q.. Finance and Internal Service Director Mayor . L Date Date 9 -50-of Date Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Comments: The project will be ded with DOT/FAA Airport Improvement Program and Arkansas Department of Aeronautics grant funding. City Council Meeting of: October 7, 2008 Agenda Item Number: CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor and Members of the City Council THRU: StaWContract Review Committee FROM: Ray M. Boudreaux, Director, Aviation and Economic Development DATE: September 19, 2008 SUBJECT: Approval of Task Order #15 with McClelland Consulting Engineers for final plans and specifications associated with the Runway 16 Runway Safety Area (RSA) Improvement Project and application and receipt of grant funding from the FAA and State of Arkansas (9515). RECOMMENDATION: Approve Task Order #15 with McClelland Consulting Engineers for $177,600.00 for final plans and specifications, and bidding services associated with the Runway 16 RSA Improvement Project at Fayetteville Executive Airport, Drake Field. And, approve the application and receipt of FAA and State Aeronautics Grant Funding for the project. BACKGROUND: The Runway RSA Improvement Project is well underway. We have completed a new Obstruction Survey of all conical surfaces and will present that information to revise the City Ordinance protecting the approaches to the airport. The Highway 71 Realignment Survey is complete and the Environmental Study is under FAA and AHTD review and should be complete in the very near future. The next phase to be funded by the FAA will include $2.17 Million for earth work and property acquisition, final plans and specifications, bidding services, and project management In order to ready to accept the grant in full, we must complete the final plans and specifications and have acceptable bids for the work prior to May 1, 2009. FAA has agreed to fund the initial plans and specifications and bidding services in order for the airport to meet the FAA schedule. We may have a slight delay in receiving the invitation to apply for funding as Congress has not yet passed a Bill nor have they passed a Continuing Resolution. The purpose of this action is to insure that we are ready to proceed when the grant funds become available. The Continuing Resolution is expected soon. We will not do any work until we receive the FAA Grant. BUDGET IMPACT: The Runway 16 RSA Improvement Project is fully funded 95% FAA and 5% Arkansas Aeronautics. Attachments: Staff Review Form Contract Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville Arkansas 72701 Ray M. Boudreaux, Director RESOLUTION NO. A RESOLUTION APPROVING TASK ORDER #15 WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $177,600.00 FOR FINAL PLANS & SPECS AND BIDDING ASSOCIATED WITH THE RUNWAY 16 SAFETY AREA IMPROVEMENTS AT DRAKE FIELD; AUTHORIZING THE AIRPORT STAFF TO APPLY FOR AND ACCEPT A GRANT FROM THE FAA WITH A MATCHING GRANT FROM THE ARKANSAS DEPARTMENT OF AERONAUTICS; AND APPROVING 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 approves Task Order #15 with McClelland Consulting Engineers, Inc. in the amount of $177,600.00 for final plans & specs, and bidding associated with the Runway 16 Safety Area Improvements at Drake Field, said approval being expressly contingent upon the receipt of grant funding. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby authorizes the Airport Staff to apply for and accept a grant from the Federal Aviation Administration with a matching grant from the Arkansas Department of Aeronautics to cover the cost, of said improvements. Section 3. That the City Council of the City of Fayetteville, Arkansas, hereby approves a budget adjustment in the amount of $177,600.00 to recognize the grant revenue. PASSED and APPROVED this 7th day of October, 2008. APPROVED: ATTEST: By: By: DAN COODY, Mayor SONDRA E. SMITH, City Qerk/Treasurer MLEMcCLELLAND CONSULTING =FaVE-ENGINEERS, INC. IOESI O NF O1TOI 1810 N. College Avenue PO. fax 1229 Fayetteville, Arkansas 72703 / 72702-1229 PHONE: 479-443-2377 FAX: 479-443-9241 September 18, 2008 Mr. Ray Boudreaux Airport Manager, Fayetteville Municipal Airport 4500 S. School Suite F Fayetteville, AR 72701 Re: Task Order Not lea Runway 16 Safety Area Improvements Fayetteville Municipal Airport Dear Mr. Boudreaux: REGE VED SEP 1 8 2008 MRPORT T In response to your request, please find three (3) copies of Task Order Nc4'for the Design services for the Runway 16 Safety Area Improvements Please advise if you need further information regarding this Task Order. Sincerely, M L F ND CON Wayne on ` P E ice Pre den NG ENGINEERS, INC. Enclosure: Task Order No 5 (3 copies) W:\DRAKE FIELD\CONTRACTS\2006-200818OUDREAUX-0918-TO 5.DOC: Page 1 of 1 Lisa Branson - Fwd: Attached Image From: Peggy Bell To: Nicholson, James Date: 9/25/2008 3:48 PM Subject: Fwd: Attached Image CC: Branson, Lisa Attachments: Attached Image James, I have circled all the places where Task order #5 is mentioned. On the Staff Review Form and the Memo, you will have to key the changes to Task order #15. On the blank Resolution, the City Attorney's office will need to make the change (at your request). On the McClelland letter and documents, strike out the #5, write in #15, and initial. The City Clerk's office would like to have all corrected by tomorrow, but ask Lisa if you have any problems with that. Please let me know if you need anything else. I will Bieck on the progress tomorrow here at City Hall. Thanks, Peggy file://C:\Documents and Settinas\ssmith\Local Settings\TemnaPerowise\48DBB2C9FAYETTEVILLEC... 9/26/2008 It (10.14.08 Clarice Pearman - 182-08 Page 1 From: Clarice Pearman To: Boudreaux, Ray Date: 10.14.08 3:59 PM Subject: 182-08 Attachments: 182-08 McClelland Consulting Engineers TO15.pdf CC: Audit; Fell, Barbara Ray: Attached is a copy of the above resolution passed by the City Council regarding McClelland Task Order 15. I will forward to Budget & Research the budget adjustment. I am also forwarding to you two of three signed agreements Please let me know if there is anything else needed for this item. If you have any questions please call don't hesitate to call me Have a good day. Thanks. Clarice Clarice Buffalohead-Pearman, C.A.M.C., C.M.C. City Clerk/Treasurer Division 113 West Mountain Fayetteville, AR 72701 479-575-8309 cpearman@ci.fayetteville.ar.us Ray M. Boudreaux Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements NA City Council Meeting Date Agenda Items Only Aviation & Economic Development General Government Division Action Required: Awe .02/(91 09 6frANI 7 or/f, A atf iiJ Department Action Required: Review and signature of the Mayor and City Attorney of a Grant Agreement with the DOT/FAA. Contact: Don Harris, FAA Program Manager, FAA ASW 631, 2601 Meacham Blvd, Ft Worth TX 76137-4298; Phone: 817-222-5634; E-mail: don.harris@faa.gov $ REVENUE 69,993.00 Cost of this request 5550.0955.6820.37 (Not set up yet) Account Number 07039 2 Project Number Budgeted Item Category / Project Budget Correct Runway 16 RSA Phase II Program Category / Project Name Airport Capital Funds Used to Date Program / Project Category Name Remaining Balance Budget Adjustment Attached Airport Fund Fund Name Departmen City Attorney Fi .nce and Internal Services Director Z/q/oy Date -16-6. Date ay',r Date Previous Ordinance or Resolution # 227-08 Original Contract Date: Original Contract Number: Received in City Clerk's Office Comments: IMPORTANT - This Grant Agreement must be returned to the FAA by February 13th, 2008. PLEASE EXPEDITE Revised January 15, 2009 City Council Meeting of: NA Agenda Item Number: AVIATION & ECONOMIC DEVELOPMENT ARKANSASFAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Lioneld Jordan, Mayor THRU: Don Marr, Chief of Staff THRU: Staff/Contract Review Committee FROM: Ray M. Boudreaux, Director, Aviation and Economic] Development DATE: February 6 2009 • SUBJECT: DOT / FAA Grant AIP 37 RECOMMENDATION: Signature of the Mayor and City Attorney required. BACKGROUND: The Fayetteville City Council passed Resolution No. 182-08 on October 7, 2008 which authorized Task Order #15, in the amount of $177,600 with McClelland Consulting Engineers Inc. to begin work on the design phase of the Runway Safety Area Improvement project. Council Resolution No.227-08 passed on December 2, 2008 authorized a Notice to Proceed to McClelland to begin work on the Task Order. The original approval of the Task Order was contingent upon receiving a grant from the FAA for the project. Additionally, Resolution No. 182-08 authorizes the airport staff to apply for and accept the grant. An offer of the grant was received from the FAA in December 2008 and the grant application was submitted to the FAA on December 8th. Our FAA project manager has informed us that the US congress has only authorized a partial funding allocation through its budget Continuing Resolution (CR), but that complete funding is anticipated at a later date. The current partial grant funding allocation at this time is $69,993. This amount will allow the airport to draw down reimbursement of project expenses for the time being and progress on the project can proceed until additional funding is released. DISCUSSION: This project is approved for 95% funding from the FAA, however, the Grant Agreement being submitted provides 39% at this time. Airport management anticipates that the FAA will issue the balance of the grant after a new federal budget continuance is issued in March The timing of the completion of the•plans and specifications is a critical issue. The project needs to be ready to proceed to the construction phase in order to be in a priority position for FAA discretionary funding of the $3.1 M construction phase which is likely to become available in 2009. BUDGET IMPACT: The grant revenue will offset airport project expenses. Potentially, expenses beyond 39% of the project budget may necessarily be carried by the airport fund until the balance of the grant funding from the FAA is issued. Attachments: AIP 37 Grant Agreement (2) Resolution 182-08 Resolution 227-08 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701 479.718.7642 • 479.718.7646 FAX • www.accessfayetteville.org/government/aviation airportficonomic_development@cilayetteville.ar.us c0 U.S. Department of Tronsportotlon Federal Aviation Administration February 2, 2009 The Honorable Dan Coody Mayor of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 Dear Mayor Coody: Federal Aviation Administration Southwest Region, Airports Division Arkansas/Oklahoma Airports Development Office Fort Worth, Texas 76193-0630 RECEIVER. FEB 0 5 2009 AIRPORT Your community has successfully completed all requirements and we are enclosing the original and one copy of the Grant Offer for Airport Improvement Program (AIP) Project No. 3-05-0020-037-2009 at Fayetteville Municipal Airport (Drake Field). This letter outlines expectations for success. Please read the conditions and assurances carefully. To properly enter into this agreement, you must do the following: • Your governing body must pass a resolution to accept, your attorney must certify, and lastly, you must execute the Grant Offer by February 13, 2009, to be valid. • After executing, you must (immediately) return the Grant Offer marked "Original" to us via regular mail. • You keep the second copy for your files. You are authorized to use the Letter of Credit (LOC) method for securing reimbursements directly from the Federal Treasury for completed work. Please note Grant Condition No. 4 requires you to complete the project without undue delay. We will be paying close attention to your progress to assure proper stewardship of these federal funds. You are required to make an LOC draw for allowable incurred project expenses every 30 days. When you draw funds, you must pay those bills within 72 hours. If you fail to make draws on a regular basis. your grant will be placed in "inactive" status which may impact future offers. Until the grant is completed and closed, you are responsible for submitting formal reports as follows: • A progress report is due January 15, April 15, July 15, and October 15 detailing activity from the preceding quarter; • Construction Progress Reports (FAA Fonn 5370-1) are due every two weeks while onsite construction is in progress; • A signed/dated "Statement and Distribution of AIP Grant Costs" or "SF Form 272" for the preceding quarter's financial activity is due on January 15, April 15, July 15, and October 15. When completed and all costs determined, you need to promptly close the project by submitting: • Pre- and post -construction photographs; • Sponsor Certification for Project Final Acceptance; • Summary of all change orders and summary of all testing; • Final Statement and Distribution of AIP Costs; • A final signed and dated "Statement and Distribution of AIP Grant Costs" or "SF Form 272". Mr. Donald Harris,(817) 222-5634, Don.Harrisna,faa.gov 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, ate,atal /en. Edward N. Agnew (/ Manager, Arkansas/Oklahoma Airport Development Office Enclosure (2) cc: Mr. John Knight, Director Arkansas Department of Aeronautics Adams Field, One Airport Drive, 3rd Floor Little Rock, AR 72202 • RESOLUTION NO. 182-08 A RESOLUTION APPROVING TASK ORDER #15 WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $177,600.00 FOR FINAL PLANS & SPECS AND BIDDING ASSOCIATED WITH THE RUNWAY 16 SAFETY AREA IMPROVEMENTS AT DRAKE FIELD; AUTHORIZING THE AIRPORT STAFF TO APPLY FOR AND ACCEPT A GRANT FROM THE FAA WITH A MATCHING GRANT FROM THE ARKANSAS DEPARTMENT OF AERONAUTICS; AND. APPROVING 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 approves Task Order #15 with McClelland Consulting Engineers, Inc. in the amount of $177,600.00 for final plans & specs, and bidding associated with the Runway 16 Safety Area Improvements at Drake Field, said approval being expressly contingent upon the receipt of grant funding. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby authorizes the Airport Staff to apply for and accept a grant from the Federal Aviation Administration with a matching grant from the Arkansas Department of Aeronautics to cover the cost of said improvements. Section 3. That the City Council of the City of Fayetteville, Arkansas, hereby approves a budget adjustment in the amount of $177,600.00 to recognize the grant revenue. ................... . FVS6 a c :FAYETTEVILLE: o, a 9 RXANSPy J.```` SONDRA E. SMITH, CityCleerrjyl{yykl/;Tr�eaassurer PASSED and APPROVED this 7th day of October, 2008. APPROVED: By /(/.4.41.• 4111 DAN COODY, Mayor ATTEST: By: RESOLUTION NO. 182-08 A RESOLUTION APPROVING TASK ORDER #15 WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $177,600.00 FOR FINAL PLANS & SPECS AND BIDDING ASSOCIATED WITH THE RUNWAY 16 SAFETY AREA IMPROVEMENTS AT DRAKE FIELD; AUTHORIZING THE AIRPORT STAFF TO APPLY FOR AND ACCEPT A GRANT FROM THE FAA WITH A MATCHING GRANT FROM THE ARKANSAS DEPARTMENT OF AERONAUTICS; AND APPROVING 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 approves Task Order #15 with McClelland Consulting Engineers, Inc. in the amount of $177,600.00 for fmal plans & specs, and bidding associated with the Runway 16 Safety Area Improvements at Drake Field, said approval being expressly contingent upon the receipt of grant funding. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby authorizes the Airport Staff to apply for and accept a grant from the Federal Aviation Administration with a matching grant from the Arkansas Department of Aeronautics to cover the cost of said improvements. Section 3. That the City Council of the City of Fayetteville, Arkansas, hereby approves a budget adjustment in the amount of $177,600.00 to recognize :the grant reV2nUe. 0`�R `qi atzo,„ �,............... lezz\ .6 OlY Oft •n? F. :FAYE7TEVILLE: 6�1 ' 11431A Nr SP °2.a %y J.� By: !r By: 004400 y,•,;-,�j . ,��' .... ���`�� SRA E. SMITH, City Clerk/Treasurerr`"` PASSED and APPROVED this 7th day of October, 2008. APPROVED: ATTEST: DAN COODY, Mayo4 r 4 - Rqua aa3,�o9 443 �jr- QcJ RESOLUTION NO. 227-08 A RESOLUTION APPROVING A NOTICE TO PROCEED ON TASK ORDER #15 WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $177,600.00 FOR FINAL PLANS & SPECS AND BIDDING ASSOCIATED WITH THE RUNWAY 16 SAFETY AREA IMPROVEMENTS AT DRAKE FIELD. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETPEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas, hereby approves a Notice To Proceed on Task Order #15 with McClelland Consulting Engineers, Inc. in the amount of $177,600.00 for final plans & specs, and bidding associated with the Runway 16 Safety Area Improvements at Drake ,,, Field. • .� PASSED and APPROVED this 2nd day of December, 2008. _ v; :FAYETTEVILLE: APPROVED: By: ATTEST: RECEEVE' F E B 0 5 2009 AIRPORT U.S. Departmentt*3 r � Federal Aviation Administration GRANT AGREEMENT PART I - OFFER February 2, 2009 -- _--------- -- Date of Offer Fayetteville Municipal Airport (Drake Field) Airport 3-05-0020-037-2009 Grant No. 134398903 DUNS No. 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 December 8, 2009, for a grant of Federal funds for a project at or associated with the Fayetteville Municipal Airport (Drake Field), which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport (herein called the "Project") consisting of the following: Improve Runway 16 Safety Area, Phase II all as more particularly described in the Project Application. FAA Form 5100-37 (10-89)-5100-38C 1 of 5 NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49, United States Code, as amended, 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, ninety-five (95) per centum thereof. This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: CONDITIONS 1. The maximum obligation of the United States payable under this Offer shall be $69,993.00. For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 47108(b) of the Act, the following amounts are being specified for this purpose: $69,993.00 for airport development. 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. 4. The Sponsor 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 comply with the assurances which were made part of the project application. 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 February 13, 2009, or such subsequent date as may be prescribed in writing by the FAA. 7. The Sponsor shall 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 in 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. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order, or judgment, to the Secretary. It shall 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 shall be approved in advance by the Secretary. 8. The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 9. LETTER OF CREDIT: The Sponsor agrees to request cash drawdowns on the letter of credit only when actually needed for its disbursements and to timely reporting of such disbursements as required. It is understood that failure to adhere to this provision may cause the letter of credit to be revoked. 10. INFORMAL LETTER AMENDMENT OF AIP PROJECTS: It is mutually understood and agreed that 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 $25,000.00 or five percent (5%), whichever is greater, the maximum obligation of the United States can be unilaterally reduced by letter from the FAA advising of the budget change. Conversely, if there is an overrun in the total actual eligible and allowable project costs, FAA may increase the maximum grant obligation of the United States to cover the amount of the overrun not to exceed the statutory percent limitation and will advise the Sponsor by letter of the increase. It is further understood and agreed that if, during the life of the project, the FAA determines that a change in the grant description is advantageous and in the best interests of the United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance FAA Form 5100-37(10-89)-5100-38C 2 of 5 of the aforementioned letter, either the grant obligation of the United States is adjusted to the amount specified or the grant description is amended to the description specified. 11. TRAFFICKING IN PERSONS: a. Provisions applicable to a recipient that is a private entity. 1. You as the recipient, your employees, subrecipients under this award, and subrecipientsemployees may not— i. Engage in severe forms of trafficking in persons during the period of time that the award is in effect; ii. Procure a commercial sex act during the period of time that the award is in effect; or iii. Use forced labor in the performance of the award or subawards under the award. 2. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subrecipient that is a private entity - i. Is determined to have violated a prohibition in paragraph a.1 of this award term; or ii. Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either — A. Associated with performance under this award; or B. Imputed to you or 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 Governmentwide Debarment and Suspension (Non procurement)," as implemented by our agency at 49 CFR Part 29. b. Provision applicable to a recipient other than a private entity. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity -- 1. Is determined to have violated an applicable prohibition in paragraph a.1 of this award term; or 2. Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either-- i. Associated with performance under this award; or ii. 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 Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. c. Provisions applicable to any recipient. 1. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. 2. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: 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 award. 3. You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. d. Definitions. For purposes of this award term: 1. "Employee" means either: i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or ii. Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in -kind contribution toward cost sharing or matching requirements. 2. "Forced labor" means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. 3. "Private entity": i. Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. ii. Includes: FAA Form 5100-37 (10-89)-5100-38C 3 of 5 A. A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). B. A for-profit organization. 4. "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102). 12. MAXIMUM OBLIGATION INCREASE FOR NONPRIMARY AIRPORTS: In accordance with Section 47108(b) of the Act, 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; c. may be increased by not more than 15 percent or by an amount not to exceed 25 percent of the total increase in allowable costs attributable to the acquisition of land or interests in land, whichever is greater, based on current credible appraisals or a court award in a condemnation proceeding. 13. RUNWAY PROTECTION ZONES: The Sponsor agrees to take the following actions to maintain and/or acquire a property interest, satisfactory to the FAA, in the Runway Protection Zones: a. Existing Fee Title Interest in the Runway Protection Zone: The Sponsor agrees to prevent the erection or creation of any structure or place of public assembly in the Runway Protection Zone, except for NAVAIDS that are fixed by their functional purposes or any other structure approved by the FAA. Any existing structures or uses within the Runway Protection Zone will be cleared or discontinued unless approved by the FAA. b. Existing Easement Interest in the Runway Protection Zone: The Sponsor agrees to take any and all steps necessary to ensure that the owner of the land within the designated Runway Protection Zone will not build any structure in the Runway Protection Zone that is a hazard to air navigation or which might create glare or misleading lights or lead to the construction of residences, fuel handling and storage facilities, smoke generating activities, or places of public assembly, such as churches, schools, office buildings, shopping centers, and stadiums. c. Future Interest in the Runway Protection Zone: The Sponsor agrees that it will acquire fee title or less -than -fee interest in the Runway Protection Zones for runways that presently are not under its control within three years of this Grant Agreement. Said interest shall provide the protection noted in above Subparagraphs a and b. 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, as provided by the Act, 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 assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION (Signature) ot Edward N. Agnew Q (Typed Name) Manager, Arkansas/Oklahoma Airports Development Office (Title) FAA Form 5100-37 (10-89)-5100-38C 4 of 5 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 terms and conditions in this Offer and in the Project Application. Executed this IC_day of February, 2009. City of Fayetteville i�,rrrnnmrrpr (Name of Sponsor) Aa,.•CY ' oF°UGC. ci ° (SEAL) • : (Sig re of Sponsor's Designated Official c � ;FAYETfEVILLE; = Representative) : By: Lior.eld Jordan %9d °gs'kANSP5 Jam'. (Typed Name of Sponsor's Designated Official Representative) G Title: Mayor Attest: `.� �"'�" (Typed Title of Sponsor's Designated Official onc1ra bmitti Representative) City Clerk/Treasurer t, CERTIFICATE OF SPONSOR'S ATTORNEY I, T. d:JW1y44tw, 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 has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. 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. Dated at t Ike / this day of February, 2009. 6yDD t Jzi (5 nature of Sponsor's Attorney) FAA Form 5100-37 (10-89)-5100-38C 5 of 5 Version 7/03 APPLICATION FOR FEDERAL ASSISTANCE 2. DATE SUBMITTED December 2008 Applicant Identifier FY082153 1. TYPE OF SUBMISSION: Application ❑ Construction 0 Non -Construction Preapplication ❑ Construction O Non -Construction 3. DATE RECEIVED BY STATE State Application Identer 4. DATE RECEIVED BY FEDERAL AGENCY Federal Identifier 3-05-0020-037.2009 5. APPLICANT INFORMATION Legal Name: City of Fayetteville Organizational Unit Department: Airport Department Organizational DUNS: 134398903 Division: Address: Name and telephone number of person to be contacted on matters involving this application (give area code) Street: 4500 S. School, Suite F Prefix: Mr. First Name: Ray City: Fayetteville Middle Name: County: Washington Last Name: Boudreaux State: Arkansas Zip Code: 72701 Suffix: Director of Aviation Country: United States Email: rboudreaux@ci.fayetteville.ar.us 6. EMPLOYER IDENTIFICATION NUMBER FIN): 7 1_ 6 0 1 6 4 6 2 I Phone number (give area code): FAX number (give area code): 476-718-7642 479-718-7646 B. TYPE OF APPLICATION: ® New ❑ Continuallon ❑ Revision If Revision, enter appropriate letter(s) in box(es): (See back of form for description of letters) ❑ ❑ Other (specify) 10. CATALOG OF FEDERAL DOMESTIC ASSISTANCE NUMBER 2 0 1 0 6 TITLE: AIP 7. TYPE OF APPLICANT: (See back of form for Application Types) Other (specify) 9. NAME OF FEDERAL AGENCY FAA SW Region 11. DESCRIPTIVE TITLE OF APPLICANT'S PROJECT: Preliminary engineering Services for the Runway 16 Safety Area to including the relocation of US HWY 71 and Lancaster Drive, Wetland Delineations, and FEMA submissions. 12. AREAS AFFECTED BY PROJECT (cities, counties, states, etc.): Washington County,Arkansas 13. PROPOSED PROJECT 14. CONGRESSIONAL DISTRICTS OF Start Date December 2008 Endmg Date July 2009 a. Applicant b. Project Third Third 15. ESTIMATED FUNDING 16. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS a. Yes. O THIS PREAPPLICATIONIAPPLICATION WAS MADE AVAILABLE TO THE STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEW ON DATE: b. No. 0 PROGRAM IS NOT COVERED BY E. 0. 12372 O OR PROGRAM HAS NOT BEEN SELECTED BY STATE FOR REVIEW a. Federal $ 69933. b. Applicant $ c. Stale $ 3,681. d. Local $ e. Other $ I. Program income $ 17. IS THE APPLICANT DELINQUENT ON ANY FEDERAL DEBT? Dyes If 'Yes- attach an explanation ® No g. TOTAL $ 73,614. 18. TO THE BEST MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATIONIPREAPPLICATION ARE TRUE AND CORRECT, THE DOCUMENT HA.tEN DULY AUT ORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED AS CES IF TH SISTANCE IS AWARDED. a. Authorized Re se live Prefix Mr. F st Name Dan Last Namy'&eody Suffix b. Title r C. Telephone number (give area code) 479-575-8330 d. Signal of orized R r e. Date Signed Prewou E - Standard Fann424 (Rev. -2003) Authorized for Local Reproduction Prescribed by OMB Circular A-102 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 80-R0184 PART II PROJECT APPROVAL INFORMATION SECTION A Item 1. Name of Governing Body Does this assistance request require State, local, Primary Rating regional, or other priority rating? Yes X No Item 2. Name of Agency or Does this assistance request require State, or local Board advisory, educational or health clearances? Yes X (Attach Documentation) No Item 3. (Attach Comments) Does this assistance request require clearinghouse review in accordance with OMB Circular A-95? X Yes No Item 4. Name of Approving Agency Does this assistance request require State, local, regional or other planning approval? Date Yes X No Item 5. Check one: State o Is the proposal project covered by an approved Local o comprehensive plan? Regional o Yes X No Location of Plan Item 6. Name of Federal Installation Will the assistance requested serve a Federal Federal Population benefiting from Project installation? Yes X No Item 7. Name of Federal Installation Will the assistance requested be on Federal land Location of Federal Land or installation? Yes X No Percent of Project Item 8. See instruction for additional information to be Will the assistance requested have an impact or effect provided on the environment? _Yes X No Number of: Item 9. IndWill the assistance requested cause the displacement of Families. Baronies. individuals families, businesses, or farms? Businesses. Yes X No Farms. Item 10. See instructions for additional information to be Is there other related Federal assistance on this provided. project previous, pending, or anticipated? Yes X No FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU 7 Page 2 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 04-80209 PART 11- SECTION C The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use. - The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: The Sponsor has adopted Drake Field Ordinance 2607, which regulates and restricts all land use activities in the vicinity of Fayetteville Municipal Airport, Drake Field. This ordinance was adopted January 20, 1980 and as amended. 2. Defaults. - The Sponsor is not in default on any obligation to the United States or any agency of the United States Government relative to the development, operation, or maintenance of any airport, except as stated herewith: 3. Possible Disabilities. - There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: 4. Land. - (a) The Sponsor holds the following property interest in the following areas of land* which are to be developed or used as part of or in connection with the Airport, subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A": The Sponsor holds fee simple title to Tract A and easements shown in Tract B of the attached property map, Exhibit "A". Title for Tracts A and B were approved under previous projects. Status has not changed since approval. Land and easements acquired under ALP 3-0020-05-I 1 & 15 include easements, Tracts C, D, F, J, G, and K; Fee Simple Tract D, E, and I-1. .State character ofproperty interest in each area and list and identh' for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. FAA Form 51 00-1 00 (4-76) Page 3a U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 04-80209 PART II - SECTION C (Continued) 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 interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land* on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A": 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 be 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. State character ofproperty interest in each area and list and ident f for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. FAA Form 5100-100 (4-76) Page 3b FAA AC 81-06913 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 80-R0184 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. Federal Domestic Assistance Catalog No ................................. 20.106 2. Functional or Other Breakout ......................._____________________________ SECTION SECTION B -CALCULATION OF FEDERAL GRANT Cost Classification Use only for revisions Total Amount Required Latest Approved Amount Adjustment + or (-) 1. Administration expense $ $ $ 500.00 2. Preliminary expense 3. Land, structures, right-of-way 4. Architectural engineering basic fees Preliminary 66,264.00 5. Other Architectural engineering fees Surveys 6,850.00 6. Project inspection fees 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal 11. Construction and project improvement 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) 73,614.00 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 17. Less: Ineligible Exclusions 18. Add: Contingencies 19. Total Project Amt. (Excluding Rehabilitation Grants) 73,614.00 20. Federal Share requested of Line 19 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (lines 20 & 21) 69,933.00 23. Grantee share 0.00 24. Other shares (Ark Dept of Aeronautics) 3,681.00 25. Total Project (Lines 22, 23 & 24) $ $ $ 73,614.00 FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU 7 Page 4 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION ,. - . . 1 : 1 :_. SECTION C - EXCLUSIONS Classification Ineligible for Participation (1) Excluded From Contingency Provision (2) a. $ $ b. C. d. e. f. g. Totals $ $ SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 27. Grantee Share $ 0.00 a. Securities b. Mortgages c. Appropriations (By Applicant) $ 0.00 d. Bonds e. Tax Levies f. Non Cash g. Other (Explain) h. TOTAL - Grantee share $ 0.00 28. Other Shares a. State (Ark Dept of Aeronautics) b. Other $ 3,681.00 c. Total Other Shares 29. TOTAL $ 3,681.00 SECTION E - REMARKS Standard DOT Part V Assurances: Title IV Assurances, Dated: July 2005 Exhibit A, Dated: June 1991 PART IV PROGRAM NARRATIVE (Attach - See Instructions) FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU 7 Page 5 K:4IRARE IIRD !X\D"RE➢RR.DWG, 4/16/200811:24:11 AM, Wayne PART IV PROGRAM NARRATIVE STATEMENT PHASE II, RUNWAY 16 SAFETY AREA FAYETTEVILLE EXECUTIVE AIRPORT FAYETTEVILLE, ARKANSAS The proposed project is located at Fayetteville Executive Airport, Drake Field, Fayetteville, Arkansas. The objective of the project is to provide a clear extended Runway Safety Area for Runway 16, in accordance with the recently completed Master Plan Update (2008). This Phase of the project includes the Preliminary Engineering Services for the preparation of the Plans and Specifications for Bidding the relocation of US HWY 71 and Lancaster Drive from within the Runway 16 Safety Area, including Property Survey Plats for property acquisition. W:\2007\072164 DRAKE FIELD ROAD\FAA FROMS\DESIGN GRANT\PHASE I NARRATIVE-12-05.DOC 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 sea.) 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 this grant that: 1. Each "program" and "facility" (as defined in Section 21.23(a) and 21.23(b)) will be conducted or operated in compliance with all requirements of the Regulations. 2. It will insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 3. 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. 4. 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. 5. 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, 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. 6. 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 structures or 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 financial 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. 7. It will provide for such methods of administration for the program as are found by the Secretary of transportation of the official to whom he delegates specific authority to give reasonable guarantees 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. 1 of 2 STANDARD DOT TITLE VI ASSURANCES (Continued) 8. 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 December $, 2008 CITY OF FAYETTEVILLE (Sponsor) Dan Coody Ma or (Title) Page 2 of 2 ASSURANCES Airport Sponsors._ A. General. 1. These assurances shall be complied with in the performance of graht a@reements fdr airport development. airport planning, and noise compatibility program grants for airport sponsors. ' • k — • - • - - . 2. These assurances are required to be submitted as part of the, project application�by sponsors requesting funds under the provisions of Tide 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 publi6use airport; and the'teml "sponsor" includes both public agency sponsors:and private sponsors. 3. Upon acceptance of the grant offer by the sponsor, these assurances are incorporated in and become part of the grant agreement. B. Duration and Applicability 1. Airport development or Noise Compatibility Program ProJects,Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of the grant agreement shall remain in full force and effect throubhourthe useful life 'of:the facilities developed or equipment acquired for an airport development ar noise compatibility program project, nor RvouohoUUhWuseful 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 tile date -of acceptance of a grant offer of Fede'al'funds for the project. Hdivever. 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 fife 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 Federalaid for the project. 3. Airport Planning -Undertaken by a Sponsor -Unless otherwise specified in the grant agreement. Drily Assuraoces.1, 2, 3, 5. 6. 13. 18.30. 32. 33, and 34 in section C apply to planning projects. The terms, conditions, and assurances of the grant agreement shall remain in full force and effect during the life of the project. . • C. Sponsor Certification.. The sponsor hereby assures and certifies, with respect to this grant that. 1. General Federal Requirements. It will comply with -all applicable Federal laws. regulations, executive orderspolicies,.guidelines, and requirements as they relate to the application, acceptance and use of Federal funds for this'projectincluding 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 sea.1 c. Federal Fair Labor Standards Act, 29 U.S.G. 201, et sec... d. Hatch�Act 5 U.S.C.150i. et seg.2 e. Uniform Relocation Assistance and Real Property Acquisition Potides Act of 1970 Title 42 U.S.C. 4601. et seo.1 2 f. National Historic Preservation AU of 1966 - Section 106 16 U.S.C. 470(x).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 sea. i. Clean Air Act. P.L. 90-148, as amended. j. Coastal 2oee Management Ad P'.L 93-205, as amended: . k. Flood Disaster Protection Act of 1973.- Section 102(a) - 42 U.S.C. 4012a.1 L Title 49-.U.S.C:, Section 303. (formerly known as Section 4(f)) . m. Rehabilitation Act of 1973 - 29 U.S.C. 794. . n. Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d through d-4. o. Age Discrimination Act of 1975 -.42 U.S,C.,6101, et sec.... . - _.. p. American Indian Religious Freedom Act. P.L.95-341..as amended. q Architectural Bariers Actof 1968 -42 U.S.C: 4151. et se .1 . ,.,. r. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373.1 s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et sea.1 t. Copeland Antikickback Act - 18 U.S.C. 874.1 u. National Environmental Policy Act of 1969-42 U.S.C. 4321. et sea.1 v. Wild and Scenic Rivers Act, P.L. 90-542, as amended. w. Single Audit Act of 1984-31 U.S.C. 7501, et seq.2 x. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Airport Assurances (3/2005) V- i .5. Preserving Rights and Powers. a. 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 the grant agreement without the written approval of the Secretary, and will,at 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 donein a manner acceptable to the Secretary. - b. 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 the grant agreement without approval by the Secretary. If the transferee is found bythe Secretary to be eligible under Title 49..United States Code, to assume the obligations of the grant agreement and to have the power, authority. and financial resources to carry out -all such obligations, the sponsor shall insert in the contractor document transferring or disposing of the sponsors interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement. " - c. For all noise compatibility program projects that 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 gone nment to the sameterms, 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 -1t will take -steps to enforce this agreement against the local government ifthere 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 properly 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 terns 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. f. 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 the grant agreement and shall insure that such arrangement also requires compliance therewith. 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 developmenlpf 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 maybe located. 8. Consultation with Users. In making a decision to undertake airy airport development project under Title 49, United States Code, it has undertaken.reasonable-cbnsultatidns with affected parties using the airport at which project is proposed. - 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 carved out by the community and it shall, when requested by theSecretary, 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 i:have'the right to petition the Secretary concerning a proposed project„ . 10." Alnand Water Quality Standards. In projects involving airport location,' a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in s riting tote -Secretary that the project will be located, designed. constructed, and operated'so as to comply with applicable air and ivaterquality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 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, onthe date of submittal of the project grant application; all the safety equipment required for certification ofsuch airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and hasprovided 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. - a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of the grant. the totalcost of the project in connection with which the 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. b. 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 the grant. The Secretary may require that an appropriate audit to conducted by a rednient. In. anycase in which an independent audit is made of the accounts of a sponsor relating to the dispositon of the proceeds of a grant or relating to the project in connection with which the grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six (6) months following the close of the fiscal year for which the audit was made. Airport Assurances (312005)- V-3 22. rEdonomic Nondiscrimination. - " - " a. (twill 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, tease. 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, thesponsor 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'r'easonable, and not unjustly"discriminatory, prices for each unit or sernce.'provitletl that the contractor may be allowed to make reasonable and.nohdiscriminato discounts, rebates, or other similar ry types of price redudionsto volume purchasers: c`. Each fixed -based operator at trite airport shall be subject 16 tthe.samefates 'fee, rentalsand other charges as are uniformly applicable to all diner fuzed-based'ogerators m'aking the sarne'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 sernce itself or to use anyfixed-based operator that is authorized or permitted -by the airport. to serve any air carrier at such:airport. - •' e. Each air carrier using such airport (whether as a tenant, nantenant, 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 nontenants and- signatory carriers and nonsignatory carriers. Classification or status as tenant or signatory shall hot be unreasonably withheld by anyairport provided an air carrier assumes obligations substantially similar to those, already Imposed on air carriers in suchdassification or status. T fieling]'that,ii htay choose to perform: "' - -t:- , . .ir n.,, ,. , l 4 '- g In'the event the sponsor itself exercises'any rights and privileges referred to in this assurancethe services involved will be provided on the same conditions as would apply to the furnishing of such services by.cornmercial aeronautical service providers authorized by the sponsor under these provisions. p'The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be met by all users of the airport as may be necessary forthesafe`and efficient operation of the avpolt: I. The sponsor may prohibitor limit any given type, kind orclass ofaeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary. to serve the .cunt aviation needs of the public'- - 23.: Exclusive-Rights:.It will permit nonexclusive right for the use of the airport iby any person providing, or intending to provide, -aeronautical 'servicesito-the public. For purposes of this paragraph:.the providing of the "servicesat-an airport bya single fixed -based operator,shall not be Construed as an exclusive right if both of the following apply:. H _ - - - ' a. It would be unreasonably costly, burdensome, or impractical for more than one fined -based operator to provide such service.s.and If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an cih existing agreement between such single.fixed-based:operator and such, airport / , zx '; It further agrees, that it will not, either directly or indirectty grant or permit anyperson firm, or corporationthe exclusive right at the 'airport to conduct any aeronautical actlwties, mclutling'but'not limited to charter Nghts 'pilpt.training,'aircraft rental and sightseeing, ,aerialphotogr'aphy, 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 partsand any other .activities which because of lheir,direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive rigfit to conduct an aeronautical activity now existing at;sudh 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 atthe particular airport, taking Into account such factors as the volume of ttrafficand economy of,coiledion No part, of the Federal share of an airport development. airport planning dr noise compatibility project for which a grant is made under Title 49, united States Code the Airport and Airway Improvement Act of 1982, theFederal • Airport Act or the Airport and Airway.; Development Act of 1970 shall be includedin the rate basis in establishing fees rates, and charges'for users of that airport.: _ .. • 25. Airport Revenues. - . . " a. All revenues generatedby the airport and'any local taxes on aviation fuel established afterOecember30..1987, will be expended by it for the capital or operating costs of the airport; the local airport sytem; dr other local fadlities 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 prapedyf ar for noise mitigation purposes on or off Me aikport: Providedr hotvever, that if covenants or assurances in debtaDligations issued before September 3, 1982, by the owner or operator of the airport. dr provisions enacted before September 3. 1982, in governing statutes controlling the owner or'operators finanoing, provide for the use at the revenues from any of the airport owner or operators facilities, includinglhe airport, to support ndf only the airport but also the airport owner cr operators general debt obligations of other facilities, then this limitation on the use of all revenues generated by the airport (and. in the case of apublic airport. local taxes on aviation fuel) shall not apply. b. As part of the annual audit required under the Single Audit Ad 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, inducing any regulation promulgated by the Secretary or Administrator. Airport Assurances (3!2005) V-5 Secretary, including r. :. . r . : ry, including the purchase di nonrestdential•buildmgs or property in the vidnityof residential buildings Cr property previously purchased by the airport as part ofa:noise iompatibility'program. b. Fpf land purchased under a grant for, airycrtdevelopment purpo. longer needed for airport'purposes: dispose of such"land al fair r to the United Statesproportionate share of the lair market value - Which is prop"onfonate to the United States' share of thecost of .. be reinvested in another eligible airport improvement project or national airport system, or (b) be paid to the Secetary for depos -,.. r d C. .Land.shall be considered to be needed for airport.purposes.undf purposes (including runway protection zones) or serveas noise confnbutes to the financial self suffidendybf the aupoft,:Funher; owner before December.31, 1987, will be considered to-be•need such grant before December 31, 1987, was notified by opera and the land continues to be used for that purpose; -such use ha' d. Disposition of such land under (a), (b), or (c) will be subject-to'IN - necessary to ensure that such land will only be used forpurpose th t' f th !s (other than noise compatibility), itwill, when the land is no arket value or make available to the'Secretdry an amount equal f the land- That portion of the proceeds of such disposition quisition of suc` land wi6..(a) Upon application lathe Secretary. hjects approvedby the Secretary"at that airport or within the in the Trust Fund if no eligible project exists. this assurance if;(a), It may be needed for aeronautical offer land, hid(b)the revenue from interim uses of such land and. purchased. with a:grant received by an airpbrt operator i (or :airport purposes if the Secretary or Federal agency making vor owner of the uses:of such land, did not object to such use.. ig�commenced no later than December : 15.1969. ietenGdn or reservation of any interest or right therein:. which are compatible with noise levels and safety associated wi. opera,ion o. a arport. ..: • - .a.. 72. Engineering and Design Services; it Willaward each contractr'or sub contract for program management, construction management, planning studies. feasibility studies, architectural services. preliminary engineering, design( engineering, surveying, mapping or related -services with respect to the project in the samemanner as a contract forarbhitectural-and engineering services is negotiated under TitleJX. -..of the Federal Property and Administrative Services Act of 1949 or an equivalent 2tu21ifications-based requirement prey- abed for orby ,tire; sponsor of the airport. - - - - - 33. Foreign Market. Restrictions, It will not allow funds provided, under this grant tobe used tofund any project which uses any product or service of a foreign country during -the period in which such foreign country is1isted by the United. States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the Unite& States in procurement and construc.ion. 34. policies, Standards, and Specifications. It will carry out the projectin accordance with policies, standards, and specifications approval - . by the Secretary inducing but not limited to the advisory circulars listed In the Current FAA. Advisory Circulars far AIP projects. dated -7/1(05 •and included in this arant. and in accordance.wilh-applicable state policies, standards and specificaticns approved by the Secretary. 35 Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property. 16 the greatest extent practicable understate law.: by the land acquisition polities in Subpart B_of;49 CFR Part 24 and will. pay or reimburse property owners for necessary expenses as. specified in`Subpart' :B. (2) It will provide a relocation assistance prpgram offering' the services described in Subpart C and fair and.. Yeasonable relocation payments and •assistance to displaced persons as required in Subpart D and E of 49 CFR,Part 24. (3) It will make -°available wittiln a reasonable period of time prior to displacement, comparable replacement dweilings to displaced persons in accordance WittSubpart.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 othenniodes 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 recipient shall not discriminate on the basis of race, color. national origin or sex in the -award wand performance of any DOT -assisted contract or in the administration. of its DBE program or the requirements of 49 CFR Part 26. The' &'Recipient shall take all necessary and reasonable steps under49:CFR Part 26 to ensure non discrimination in the award and administration of DOT -assisted contracts. The recipient's DBE program, as tequiied by 49:CFR Part 26and as approved by DOT. is incoreorated;by. 'reference in this agreement. Implementation of this program is.a legal obiigatibn and failure to carry out. its terms shall be treated as a violation of this agreement: Upon notification to the recipient of its failure to carry -out its approved program, the Department may impose. sanctions as provided for under Part.26 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 1986 (31 U.S.C. 3801). . 38. Hangar Construction. If the airport. owner or,operator and a person who owns anaircraft 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 caner or operator may impose 39.- -Competitive Access. If the airport owner oroperator 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 carder 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 aircon. 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 airportwill 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 Assurances (3/2005) V-7 CURRENT FAA ADVISORY CIRCULARS FOR AIP/PFC PROJECTS Updated on: 7/1/05 150/5345-50 and Change I SoeG5ration for Portable RurrwayUgh,s 15 015 3 4 5- 5l and Change 1 SoeCicatpn for Oiscnar�e-Type Flasher Eau!ement 150/5345.52 Genenc Visual Gl1deslcoe Indicators IGVGIi 1509346538 Airmen Liahtlno Ectnoment Cenihratton Program - 1015345.54A and Change 1 Soec1caUon for L-1884 Power and Conwl Unitlor Land and Hob Shan 150!534655 Ughted Vleual Aid l0 Indicate Temporary Rurrway Casure 150!53569 - Planning and Design of Airport Terminal Faof:aes at NonHub Locations 154536611 Energy Consernoon for Alncn Buildings 15 015 3 5 61 2 0 Almon Signing 6 Gnohim 150/536613 and Change 1 Planning and Ceswn Guidance for Airuon Terminal Faclbes 15015370-2E Omni Seel on Aimors Otmng Const4coe 1509376t0B Standards for Soeofinq Ccnsrneion of AlnM.a 150/537613 OSaeak Constncucn of Abort Pavements Using Hot -Mix Asphalt I50153SUA Guidelines and Praceauns for Maintenanm of Airmen Pavements 1501580. i Pavement Management System - 15015360.8 Handbook for Identifim;wn of Afeali-Silica Reao. sty in Airfield Pavements 150.'5350.29 He'Jon Design 150/53904 Venigert Design 150/5395-1 !Seaplane Bases 1501520630 Ainaort Winter Safety and OoeraOons 15015200.33 Hazardous Wddlie ACrarants On Cr Near Anon 15015300.i5 Use of Value Engineering for EnSlneemtg Oestgn cf Ainar, Grant Projects 15033P0.1I U� otNondestruawe Testing Devices in me E:aivaton of Airmen Pavements 150/5370.12 Dually Commt of Cans:rucdcn forA4eor, Gram PmieCts I 150/5370.6 Cons WNon Progress and Insoecdon Recch.Ainort Grant Program THE FOLLOWING ADDITIONAL APPLY to AIP PROJECTS ONLY 'v/i NOMER . .rp + , .�k e�id�k-��STxyr'.. M1- l. .. TTLE i ir... i i v�. :,x.n... �._ .. .k 1501510/-110. ArrhitMura!,Engineering. and Planning Consuttar.l Serrices for AinortGrant Pmjecs ISO 5l%1 CviI Rights Reculmmenta For the Amon Inc :yemern Program 1501$10-1Zand Cares l Vuougn'4 Land AGuisiben anc Reanrwn AssistanceforAIcon Improvement Program Assisted Pmjecs 1545190.5 and Change t Exclusive Plants and Slininun Standards for _:mmercal Aeronauaml Activities 154520030A and Changes I ,rough d Airport Winer Safety and Oeenams 1509200.33A. . Hazardous W lelie Adiactants on or Near Atnons 150/530615 Use of Value Engineering Jar Eng:neenng Oesi;n of ?imors Grant P:aiecs 15015320.17 Airfield P3wmen: Surtam Evaluation and Raano (PASSRI Manuals 15015360-1 I Energy Conservation far Amon Buildings 150I537C-69 66 9 Censwwan Progress and InsoeCJcn Reogr,—>inort Grand Program 150/5370-I IA Use an Nondes'vueive Testing Devices in me Evaluation of Ainort Pavements 1545370-12 Oua§ry Controi o! Concoction for Airport Grant Prlecs - 154537613 lomoeak Conswcacn of Aipert Pavements Usrg Hot -Mix Ascnait 15033867 Pavement Management System 1545380.6 IH8r100k for identficatwn C Aikah.$itica Pea,:a^y M Aifield Pavements THE FOLLOWING ADDITIONAL APPLY to PFC PROJECTS ONLY 1j MBER y $' TITLE. av ./z. _ o-•� . e.,..... .. �.... ......... .r .a fan _'Jm<.nnar h-•i•, rhn, lF='1 Ancik,:nn FAA Form 5G0 -I Airport Assurances (3/2005) V-9 C U.S. Department of Transportation Federal Aviation Administration Copy GRANT AGREEMENT PARTI— OFFER February 2, 2009 Date of Offer 3-05-0020-0.37-2009 --------- Grant No. ------ 134398903 DUNS No. Fayetteville Municipal Airport (Drake Field) Airport 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 December 8, 2009, for a grant of Federal funds for a project at or associated with the Fayetteville Municipal Airport (Drake Field), which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport (herein called the "Project") consisting of the following: Improve Runway 16 Safety Area, Phase II all as more particularly described in the Project Application. FAA Form 5100-37 (10-89)-5100-38C 1 of 5 NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49, United States Code, as amended, 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, ninety-five (95) per centurn thereof. This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: CONDITIONS 1. The maximum obligation of the United States payable under this Offer shall be $69,993.00. For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 47108(b) of the Act, the following amounts are being specified for this purpose: $69,993.00 for airport development. 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. 4. The Sponsor 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 comply with the assurances which were made part of the project application. 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 February 13, 2009, or such subsequent date as may be prescribed in writing by the FAA. 7. The Sponsor shall 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 in 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. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order, or judgment, to the Secretary. It shall 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 shall be approved in advance by the Secretary. 8. The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 9. LETTER OF CREDIT: The Sponsor agrees to request cash drawdowns on the letter of credit only when actually needed for its disbursements and to timely reporting of such disbursements as required. It is understood that failure to adhere to this provision may cause the letter of credit to be revoked. 10. INFORMAL LETTER AMENDMENT OF AIP PROJECTS: It is mutually understood and agreed that 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 $25,000.00 or five percent (5%), whichever is greater, the maximum obligation of the United States can be unilaterally reduced by letter from the FAA advising of the budget change. Conversely, if there is an overrun in the total actual eligible and allowable project costs, FAA may increase the maximum grant obligation of the United States to cover the amount of the overrun not to exceed the statutory percent limitation and will advise the Sponsor by letter of the increase. It is further understood and agreed that if, during the life of the project, the FAA determines that a change in the grant description is advantageous and in the best interests of the United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance FAA Form 5100-37 (10-89)-5100-38C 2 of 5 of the aforementioned letter, either the grant obligation of the United States is adjusted to the amount specified or the grant description is amended to the description specified. 11. TRAFFICKING IN PERSONS: a. Provisions applicable to a recipient that is a private entity. 1. You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not— i. Engage in severe forms of trafficking in persons during the period of time that the award is in effect; ii. Procure a commercial sex act during the period of time that the award is in effect; or iii. Use forced labor in the performance of the award or subawards under the award. 2. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subrecipient that is a private entity — i. Is determined to have violated a prohibition in paragraph a.1 of this award term; or ii. Has ah employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either — A. Associated with performance under this award; or B. Imputed to you or 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 Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. b. Provision applicable to a recipient other than a private entity. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity -- 1. Is determined to have violated an applicable prohibition in paragraph a.1 of this award term; or 2. Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either-- i. Associated with performance under this award; or ii. 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 Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. c. Provisions applicable to any recipient. 1. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. 2. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: 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 award. 3. You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. d. Definitions. For purposes of this award term: 1. "Employee" means either: i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or ii. Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in -kind contribution toward cost sharing or matching requirements. 2. "Forced labor" means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. 3. "Private entity": i. Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. ii. Includes: FAA Form 5100-37 (10-89)-5100-38C 3 of 5 A. A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). B. A for-profit organization. 4. "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102). 12. MAXIMUM OBLIGATION INCREASE FOR NONPRIMARY AIRPORTS: In accordance with Section 47108(b) of the Act, 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; c. may be increased by not more than 15 percent or by an amount not to exceed 25 percent of the total increase in allowable costs attributable to the acquisition of land or interests in land, whichever is greater, based on current credible appraisals or a court award in a condemnation proceeding. 13. RUNWAY PROTECTION ZONES: The Sponsor agrees to take the following actions to maintain and/or acquire a property interest, satisfactory to the FAA, in the Runway Protection Zones: a. Existing Fee Title Interest in the Runway Protection Zone: The Sponsor agrees to prevent the erection or creation of any structure or place of public assembly in the Runway Protection Zone, except for NAVAIDS that are fixed by their functional purposes or any other structure approved by the FAA. Any existing structures or uses within the Runway Protection Zone will be cleared or discontinued unless approved by the FAA. b. Existing Easement Interest in the Runway Protection Zone: The Sponsor agrees to take any and all steps necessary to ensure that the owner of the land within the designated Runway Protection Zone will not build any structure in the Runway Protection Zone that is a hazard to air navigation or which might create glare or misleading lights or lead to the construction of residences, fuel handling and storage facilities, smoke generating activities, or places of public assembly, such as churches, schools, office buildings, shopping centers, and stadiums. c. Future Interest in the Runway Protection Zone: The Sponsor agrees that it will acquire fee title or less -than -fee interest in the Runway Protection Zones for runways that presently are not under its control within three years of this Grant Agreement. Said interest shall provide the protection noted in above Subparagraphs a and b. 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, as provided by the Act, 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 assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION -- (Signature) Edward N. Agnew .. ...-_ . (Typed Name) Manager, Arkansas/Oklahoma Airports Development Office (Title) FAA Form 5100-37 (10-89)-5100-38C 4 of 5 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 terms and conditions in this Offer and in the Project Application. Executed this JO4day of February, 2009. City of Fayetteville Attest: (Name of Sponsor) (Sig ure of Sponsor's Designated Official Representative) By: Lioneld Jordan _ (Typed Name of Sponsor's Designated Official Representative) Title: Mayor (Typed Title of Sponsor's Designated Official Representative) J ��k CERTIFICATE OF SPONSOR'S ATTORNEY I, T)ay c5acting 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 has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. 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. Dated at this 1 day of February, 2009. �. (Sign Lure of Sponsor's Attorney) FAA Form 5100-37 (10-89)-5100-38C 5 of 5 Version 7103 APPLICATION FOR 2. DATE SUBMITTED AppIi nt Idenlifer FEDERAL ASSISTANCE December 2008 FY082153 1. TYPE OF SUBMISSION: 3. DATE RECEIVED BY STATE Stale Application idenliler Application ❑ Nonstruction Pre application ❑ Nonstructirn 4. DATE RECEIVED BY FEDERAL AGENCY Federal Identifier ® Non-Consvuctlon p Non -Construction 3.OS-0020-037-2009 5. APPLICANT INFORMATION Legal Name: Organizational Unit: City of Fayetteville Department: Airport Department Organizational DUNS: 134398903 Division: Address: Name and telephone number of person to be contacted on matters Involving this application (give area code) Street: 4500 S. School, Suite F Prefix: Mr. First Name: Ray City: Fayetteville Middle Name: County: Washington Last Name: Boudreaux State: Arkansas Zip Code: 72701 - Suffix: Director of Aviation Country: United States Email: rboudreaux@ci.fayetteville.ar.us 6. EMPLOYER IDENTIFICATION NUMBER Ells: Phone number (give area code): FAX number (give area code): 7 1_ 6 0 1 8 4 6 2 476-718-7642 479-718-7646 8, TYPE OF APPLICATION: 7. TYPE OF APPLICANT: (See back of form for Application Types) ® New ❑ Continuation ❑ Revision If Revision, enter appropriate letter(s) in box(es): Other (specify) (See back of form for description of letters) ❑ ❑ 9. NAME OF FEDERAL AGENCY FAA SW Region Other(specify) 11. DESCRIPTIVE TITLE OF APPLICANT'S PROJECT: 10. CATALOG OF FEDERAL DOMESTIC ASSISTANCE NUMBER Preliminary engineering Services for the Runway 2 0 - 1 0 6 16 Safety Area to including the relocation of US AIP HWY 71 and Lancaster Drive, Wetland Delineations, TITLE: and FEMA submissions. 12. AREAS AFFECTED BY PROJECT (cities, counties, states, etc.): Washington County, Arkansas 13. PROPOSED PROJECT 14. CONGRESSIONAL DISTRICTS OF Start Date Ending Date a. Applicant b. Project December 2008 July 2009 Third Third 15. ESTIMATED FUNDING _ 16. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS a. Yes. ❑ THIS PREAPPLICATIOWAPPLICATION WAS MADE a. Federal $ 69933. AVAILABLE TO THE STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEW ON DATE: b. No. O PROGRAM IS NOT COVERED BYE. O. 12372 O OR PROGRAM HAS NOT BEEN SELECTED BY STATE FOR b. Applicant $ c. State $ 3,681. d. Local $ e. Other $ REVIEW I. Program income $ 17. IS THE APPLICANT DELINQUENT ON ANY FEDERAL DEBT? ❑Yes If - Yes' attach an explanation 0 No g. TOTAL S 73,614..90 18. TO THE BEST MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATIONIPREAPPLICATION ARE TRUE AND CORRECT, THE DOCUMENT H E N DULY AUT ORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED AS CES IF TH SISTANCE IS AWARDED. a. Authorized Re . se five Prefix Mr. fi Jf t�F st Name Dan Last wam'tG66y 1 Suffix b. Title r c. Telephone number (give area code) 479-575-8330 d. Signat of orized R r e. Date Signed It Clantlad C,r I1., ID., A_9I, I14\ Authorized for Local Reproduction Proscribed by OMB Circular A-102 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 80-RO184 PART II PROJECT APPROVAL INFORMATION SECTION A Item 1. Name of Governing Body Does this assistance request require State, local, Primary Rating regional, or other priority rating? _ Yes X No Item 2. Name of Agency or Does this assistance request require State, or local Board advisory, educational or health clearances? Yes X (Attach Documentation) No Item 3. (Attach Comments) Does this assistance request require clearinghouse review in accordance with OMB.Circular A-95? X Yes __No Item 4. Does this assistance request require State, local, regional or other planning approval? Yes X No Item 5. Is the proposal project covered by an approved comprehensive plan? Yes X No Item 6. Will the assistance requested serve a Federal installation? Yes Item 7. Will the assistance requested be on Federal land or installation? Yes X No Name of Approving Agency Date Check one: State o Local o Regional o Location of Plan Name of Federal Installation Federal Population benefiting from Project Name of Federal Installation Location of Federal Land X No Percent of Project Item 8. Will the assistance requested have an impact or effect on the environment? Yes X No Item 9. Will the assistance requested cause the displacement of individuals families, businesses, or farms? Yes X No See instruction for additional information to be provided Number of: Individuals. Families. Businesses. Farms. Item 10. See instructions for additional information to be Is there other related Federal assistance on this provided. project previous, pending, or anticipated? Yes X No FAA Fom1 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU 7 Page 2 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 04-R0209 PART 11 - SECTION C The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use. - The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: The Sponsor has adopted Drake Field Ordinance 2607, which regulates and restricts all land use activities in the vicinity of Fayetteville Municipal Airport, Drake Field. This ordinance was adopted January 20, 1980 and as amended. 2. Defaults. - The Sponsor is not in default on any obligation to the United States or any agency of the United States Government relative to the development, operation, or maintenance of any airport, except as stated herewith: 3. Possible Disabilities. - There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airportor the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: 4. Land. - (a) The Sponsor holds the following property interest in the following areas of land* which are to be developed or used as part of or in connection with the Airport, subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A": The Sponsor holds fee simple title to Tract A and easements shown in Tract B of the attached property map, Exhibit "A". Title for Tracts A and B were approved under previous projects. Status has not changed since approval. Land and easements acquired under AIP 3-0020-05-11 & 15 include easements, Tracts C, D, F, J. G, and K; Fee Simple Tract D. E, and H. State character ofproperty interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature. including liens, easements, leases, etc. The separate areas of land need only be ident fed here by the area numbers shown on the property map. FAA Form 5100-100 (4-76) Page 3a U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 04-R0209 PART I!- SECTION C (Continued) 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 interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land* on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit"A": 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 be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit "A": R[.Ti[a 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. State character ofproperty interest in each area and list and identii f for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. FAA Form 51 00-1 00 (4-76) Page 3b FAA AC 81-06913 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB No. 80-R0184 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. Federal Domestic Assistance Catalog No ................................. 20.106 2. Functional or Other Breakout .................................................... SECTION B -CALCULATION OF FEDERAL GRANT Cost Classification Use only for revisions Total Amount Required Latest Approved Amount Adjustment + or (-) 1 Administration expense $ $ $ 500.00 2. Preliminary expense 3. Land, structures, right-of-way 4. Architectural engineering basic fees Preliminary 66,264.00 5. Other Architectural engineering fees Surveys 6,850.00 6. Project inspection fees 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal 11. Construction and project improvement 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) 73,614.00 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 17. Less: Ineligible Exclusions 18. Add: Contingencies 19. Total Project Amt. (Excluding Rehabilitation Grants) 73,614.00 20. Federal Share requested of Line 19 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (lines 20 & 21) 69,933.00 23. Grantee share 0.00 24. Other shares (Ark Dept of Aeronautics) 3,681.00 25. Total Project (Lines 22, 23 & 24) $ $ $ 73,614.00 FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU 7 Page 4 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION •..CTrT7 0F.T£75r:'! SECTION C - EXCLUSIONS Classification - Ineligible for Participation 111 Excluded From Contingency Provision (2) a. $ $ b. C. d. e. f. 9. Totals $ $ SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 27. Grantee Share $ 0.00 a. Securities b. Mortgages c. Appropriations (By Applicant) $ 0.00 d. Bonds e. Tax Levies f. Non Cash g. Other(Explain) h. TOTAL - Grantee share $ 0.00 28. Other Shares a. State (Ark Dept of Aeronautics) b. Other $ 3,681.00 c. Total Other Shares 29. TOTAL $ 3,681.00 SECTION E - REMARKS Standard DOT Part V Assurances: Title IV Assurances, Dated: July 2005 Exhibit A, Dated: June 1991 PART IV PROGRAM NARRATIVE (Attach - See Instructions) FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU 7 Page 5 / i •II O � � r Boa 1 r e 1 1T5. \ \\' x ors 1 S': _ AA w •11111 1{ _ �\ lY / A�� o' I I { I C Ii 8 / / �/ CO I I I ry I d Ii ,Siz ilk /� 1 fl j1L;i. pp / p J zil 8 A6hl N.h.M9pN� J M W �im I F.Y i OS I q o zu 1 U - • 'i'. .?.�. • I • .'t II a_S 4 N +u,y Is = g= •°st w..NF I •' m J bI 9 g / �I f9 ₹ i ;: 8 e R5 /I �WI<W LE.C' Fg I I r=/ z �i!I T. 1 a III z ' C,rt Ln'Fe4 I Ili . /I I I �i II! II 11 ?/ A % 1 kl 3 Y F iLns,N U!1; 1 . • : Y �M1p1 j e I •.a . ( & I 9 D auAeM 'WV TT*Z:TT 8002/9T/b '9MO'dbd9) VN0\n!W\dl3Ij VN0\: PART IV PROGRAM NARRATIVE STATEMENT PHASE 1I, RUNWAY 16 SAFETY AREA FAYETTEVILLE EXECUTIVE AIRPORT FAYETTEVILLE, ARKANSAS The proposed project is located at Fayetteville Executive Airport, Drake Field, Fayetteville, Arkansas. The objective of the project is to provide a clear extended Runway Safety Area for Runway 16, in accordance with the recently completed Master Plan Update (2008). This Phase of the project includes the Preliminary Engineering Services for the preparation of the Plans and Specifications for Bidding the relocation of US HWY 71 and Lancaster Drive from within the Runway 16 Safety Area, including Property Survey Plats for property acquisition. W22007\072164 DRAKE FIELD ROAD\FAA FROMS\DESIGN GRANT\PHASE I NARRATIVE -12-O5. DOC 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 this grant that: 1. Each "program" and "facility" (as defined in Section 21.23(a) and 21.23(b)) will be conducted or operated in compliance with all requirements of the Regulations. 2. It will insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 3. 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. 4. 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. 5. 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, 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. 6. 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 structures or 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 financial 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. 7. It will provide for such methods of administration for the program as are found by the Secretary of transportation of the official to whom he delegates specific authority to give reasonable guarantees 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. 1 of 2 STANDARD DOT TITLE VI ASSURANCES (Continued) 8. 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 December $, 2008 CITY OF FAYETTEVILLE (Sponsor) Dan Coody Mayor (Title) Page 2of2 PART V ASSURANCES Airport Sponsors A. General. t. 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. 2. 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. 3. Upon acceptance of the grant offer by the sponsor, these assurances are incorporated in and become part of the grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of the 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 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 the grant agreement, only Assurances 1, 2, 3. 5. 6. 13. 18, 30, 32. 33, and 34 in section C apply to planning projects. The terms, conditions, and assurances of the grant agreement shall remain in full force and effect during the life of the project. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 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 sea.1 c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et sea. d. Hatch Act -5 U.S.C. 1501. et sea.2 e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601. et sec.' 2 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 sea. 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. 40123.1 I. Title 49 ,U.S.C., Section 303, (formerly known as Section 4(Q) m. Rehabilitation Act of 1973 - 29 V.S.C. 794. n. Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d through d4. a. Age Discrimination Act of 1975-42 U.S.C. 6101, et seg. , p. American Indian Religious Freedom Act, A.L. 95-341, as amended. q Architectural Barriers Act of 1968 -42 U.S.C. 4151. et se .1 r. Power plant and Industrial Fuel Use Act of 1978 - Section 403.2 U.S.C. 8373.1 s. Contract Work Hours and Safety Standards Act -40 U.S.C. 327, et sec,1 I. Copeland Antikickback Act - 18 U.S.C. 874.1 u. National Environmental Policy Act of 1969-42 U.S.C. 4321, et se .1 v. Wild and Scenic Rivers Act, P.L. 90-542, as amended. w. Single Audit Act of 1984-31 U.S.C. 7501, et. seg.2 x. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Airport Assurances (312005) V-1 Executive Orders Executive Order 11246 - Equal Employment Opportunity) Executive Order 11990 - Protection of Wetlands Executive Order 11998 — Flood Plain Management Executive Order 12372 - Intergovernmental Review of Federal Programs. Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Construction) Executive Order 12898 - Environmental Justice Federal Regulations a. 14 CFR Part 13 - Investigative and Enforcement Procedures. b. 14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. C. 14 CFR Part 150 - Airport noise compatibility planning. d. 29 CFR Part 1- Procedures for predetermination of wage rates.1 e. 19 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.1 f. 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):1 g. 41 CFR Part 60- Office of Federal Contract Compliance Programs. Equal Employment Opportunity. Department of Labor _ (Federal and federally assisted contracting requirements)) h. 49 CFR Part 18 -Uniform administrative requirements for grants and cooperative agreements to stale and local govemments.3 i. 49CFR Part 20 - New restrictions on lobbying. j. 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. it. 49 CFR, Part 23 - Participation by Disadvantage Business Enterprise in Airport Concessions. 1, 49 CFR Part 24 - Uniform relocation assistance and real property acquisition for Federal and federally assisted programs.1 2 m. 49 CFR Part 26— Participation By Disadvantaged Business Enterprises in Department of Transportation Programs. n. 49 CFR Part 27 - Nondiscrimination on the basis. of handicap in programs and activities receiving or benefiting from Federal financial assistance.1 0. 49 CFR Part 29 — Government wide debarment and suspension (non -procurement) and government wide requirements for drug - free workplace (grants). p. 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. q. 49 CFR Part 41 - Seismic safety of Federal and federally assisted or regulated new building construction.1 Office of Management and Budget Circulars a. - A -87 -Cost Principles Applicable to Grants and Contracts with State and Local Governments. b A-133 -Audits of States, Local Governments, and Non -Profit Organizations ' These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 1S and OMB Circular A-87 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. Specific assurances required to be included in grant agreements by any of the above laws; regulations or circulars are incorporated by reference in the grant agreement. 2. Responsibility and Authority of the Sponsor. - a. Public Agency Sponsor: It has legal authority to apply for the 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 actin connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for the 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 that are not to be paid by the United States. It as sufficient funds available to assure operation and maintenance of items funded under the 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 rive assurance to the Secretary that good title will be obtained. Airport Assurances (3/2005) V-2 6. Preserving Rights and Powers. a. 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 the 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. b. 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 the 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 the 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 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. c. For all noise compatibility program projects that 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 cut an 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 wilt 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. f. 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 the grant agreement and shall insure that such arrangement also requires compliance :herewith. 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. 9. Public Hearings. In projects involving the location of an airport, an airuort runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, soda!, 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. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed. constructed. and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 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. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of the grant, the total, cost of the project in connection with which the 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. b. It shall make available to the Secretary and the Comptroller General of the United Stales. Cr 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 the 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 the grant was given or used, it shall rile a certified copy of such audit with the Comptroller General of the United States not later then six (6) months following the close of the fiscal year for which the audit was made. Airport Assurances (3/2005) 'V-3 14. Minimum Wage Rates. It shall include, in all contracts in excess 01 52,000 for work on any projects funded under the 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 the 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 Veterans of the Vietnam era and 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'the 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 prog ram 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 materiaLwas prepared under a grant provided bythe 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. e. twill 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 pail of the project. h. It understands and agrees that the Secretarys approval of this project grantor 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. a. 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, slate 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 (3) 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. ILwill 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 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 C. 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. Airport Assurances (3/2005) V-4 r 22. Economic Nondiscrimination. a. It will make the airport available as an airport for public use on reasonable terms and without unjust discrimination to all types, kinds and Basses 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•td 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. . . e. 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 rules, regulations, conditions, rates, tees, 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 nontenants and signatory carriers and nonsignatory 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. g. 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, ccnditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. I. 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: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services, and b.. 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 tee 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. a. 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. Provided, however, that 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 operators financing. provide for the use of the revenues from any of the airport owner or operators facilities. including the airport, to support not only the airport but also the airport owner Cr 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. b. 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 ir, 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. Airport Assurances (3/2005) V-5 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 reoorts.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 the grant agreement including deeds, leases. agreements. regulations, and other instruments, available for inspection by any duly authdrized 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: . (i) - all amounts paid by the airport to any other unit, of government and the purposes for which each such payment was made; and (ii) 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. - . 27. Use by Government Aircraft. It will -make available all ofthe 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, ih 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 Cr an 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 grass 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 Secretaryconsiders 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. 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 ail existing and proposed nonaviation areas and of all existing improvements thereon. 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 representativeof 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 that 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. P. If a change or alteration in the airport or the facilities is made which the Secretarydetermines adversely affects the safety, utility. or efficiency of any federally awned, leased "or funded property an or off the airport and which is not in conformity with the airport layout plan as approved by the Secreetary, 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. 30. 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 Cr bene5ting from, funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal Anancial 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: (a) the period during which the property is used for a purpose for which Federal financial 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. 31. Disposal of Land. . . . - - a. For land purchased under a grant for airport noise compatibility purposes. 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 lard will, at the discretion of the Secretary, (1) Be paid to the Secretary for deposit in the Trust Fund, or (2) be reinvested in an approved noise compatibility project, as prescribed by the Airport Assurances (3/2005) V-6 r Secretary, including the purchase of nonresidential buildings or property in the vicinity of residential buildings or property previously purchased by the airport as part of a noise compatibility program. 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 Statesproportionate 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, (a) Upon application to the Secretary, be reinvested in another eligible airport improvement project or projects approved by the Secretary at that airport or within the national airport system, or (b) be paid to the Secretary for deposit in the Trust Fund if no eligible project exists. c. Land shall be considered to be needed for airport purposes under this assurance if (a) It may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (b) 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 and safety associated with operation of the airport. 32. Engineering and Design Services. 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 with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under Title IX. of the Federal Property, and Administrative Services Act of 1949 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 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 the project In accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed In the Current FAA Advisory Circulars for A.IP projects. dated 711105 and included in this grant, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. 35.1 Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property, to the greatest extent practicable under State law, by the land acquisition polities in Subpart B of 49 CFR Part 24 and will pay or reimburse property owners for necessaryexpenses as specified in SubpartB. (2) It will p)rovlde 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 O and E of 49 CFR. Part 24. (3) 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 othermodes of transportation' to have access tothe airport; however, it has no obligation to fund special facilities for intercity buses or for other mbdes of transportation.. 37,. tDisadvantaged Business Enterprises. The recipient shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT -assisted contract or in the administration of its DBE program or the requirements of 49 CFRPan 26. The Recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensurenon discrimination in the award and administration 'of DOT -assisted contracts. The recipient's DBE program, as required by 49 CFR Part 26, and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 16 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (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 Iona term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose 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 Assurances (3/2005) V-7 CURRENT FAA ADVISORY CIRCULARS FOR AIP/PFC PROJECTS Updated on: 7/1/05 CURRENT FAA ADVISORY CIRCULARS FOR BOTH AIP and PFC PROJECTS NUMBER ."'m •« m l `., „; T1.E t:. ..._. ..... - _ 70,7460- and Cbanae 1 IGbstnioor, Making and Ligiirg I ZWS003I3 krlfldunmmenl of vadabrml-RTC.', Inc, Document RTCA-221. Gu,aanm ar Recommends RecLRments for Accn Surface Movement 5emns 150510315A CM Rlgns Reeuremenu For The Airpcn lmcn:vemem P g:am 150150I36A Air port Master Plane I - 15C15150_5 and Change I Extrusive Rights and MlrjrnuM Standards for Ccmmereal Aercnautm1 AtMties 150/5200.288 INeuces to Arisen N01A1151 A115'r!or Almon Cberatcrs 150/5210-5a Painting. Marking and Lhting of Vehines Lsedcn an Amon 1S0/5210.TC ircaft Fire and Rescue Communlmdons 150/5210-130 Water Resc'e Plans. Faeliaei. and Ecutcmeni 15W521314A Ainjon Fro and Resae Peracnnei Prctecve Ctotttng I 150/5210-15 . . Airport Rescue & F!refghcng Station Buldicg Dengn 150/521018' Systems for I nteraClve Training ct Arden terennel 150/5210-1g IDbcers Enhanced Visrcn System lDEVSI ' 150/5220=fi Water Suorly 5vstems!er Ai «raft'. Fee and Rescue Pr :ec on 150/5220-1CC (Guide Soeufcalibn for Wa:er,Foam Tvtt Aircraft, Rescue and Fire5cntna Ve^.Ices 1'.WS20-135 Rurnvav Surface Condition Sensor 5oecimocn Cure 1'-0/52[0-1'C - IAYlomated Weather Cbseridc Systems ':r.•Ionlecera:Aach ,tons 150/52231]A and Change I Deslon Standardsfor Aircad Rescue Frey:pdre Tramno Facuues 150522048 emid!nm for Stdrace and Mantenance Cf itcr. Snow and I re Control ?comment and Alatenals 15015220-19 (Guide Soec radon for Small. :a( -Arent Pircan Resc:e aril Fire1ic lnc Veiices 150/522320 And Chance 1 IAirton Snow and lm Conn Eculdner l50520 -2'.B Guide Soecr5rauan tar Lies Used to Raard rare Passercers WonMCCA1O trcamnerull 150/522322 and Change I Engineered Materials Arres.vnc Svslems le6ID5f tar A✓ea%Gveruns 150/530313 and Chaises I throughB Airon Design: 150530314 and Changes I and 2 - IDeslcn of nircae Cmena Faclides . 150/53232 - Abort Oranace 1505320-6D and Changes I throe h 3 Alrcgn Pavement Descn and E mluatron 1$0/5338 1'aG and C`anaes I QVpd II 6 Measurement. ConsINcllcn and S1ainutr 3nm oI Si!Id Pesis:anl =ircn Pavement Sur'acee 15v5323:A Aircort Landsmcire for noise Control Pureses 15C/5320-;5 am Chance I - Manacemen: of Atom lr,dast al Waste 15015320 IT Airfield Pavement Surface 2vauallon arc ?goo IPS'_RI Marva!f 1501532`.-4A and Chane 1 IRlrmwaj Lencm Recinremers for Airon C earn S015335-5 and Chance I IStandarired Mevlod of Recannc Pavement Stxrc:,?CH 1`-0/53407 IStanoarod !or Simon Manmos 150/5340-58 and Chance 1 SeP'nenled Clree Plrpon Mareer Svs:em ;50/5340:50 1'_0/5340-: P Standards !or Aimdn Sicn Svseme Tarway Cantenme Ugnt'ng System 15015345.3E IScec5mticn for L821 P3ners fcr Remc:e Control of:=,¢cis Lightn5 15015345-5A Cirad Selector Switch I50/535 -7E 5cecgmdcn !cr L324 Underr:und Ek: -:al Cable's Airer, Llghang Cira,ls 1505'345. WS Soecicatrn for Ccnsbrt Gres! Recula:cis 3ecula::r Monitor. ;505345-12C IScecScatzn for Ardcn and 4efoo0 Beacon 150/5335-1 A Soec5m:icr.for !941 Adxdiar: Relay Carmel Assem:ri for Pilot Con:•tl el Aircn Lmnurc Circuits 150/5345.250 Scecfcalicn tar L823 P!uc sno Recectads Cafe C.: r.econ 150/534_'--21D I5oecicaucn for wind Cone A ssembfes 15053a5 -25'r PracSion Amrcam Pat 1.-.ca:cr IPAPt Svs;ems 1505345.355 and Change t FAA Scecfcadon L8!3, Pur.way one atnay Can!erir.e Re!r refectne Markers 150/5345-420 Soecdcalin1or AlronU4'teases, Trand..-er HcesrnaeJuno:: Boxes and A ca$scnes 1505345.43E IScea5mton for Cbs uctcr• Lraluna :r.•r.1 150/5345-440 IScecdmlbn!or Takwav arc Runway S,cns - 1 50/5345-45A IUendwe!cht Acemacn Llcrn Stricture 15W53a5_45e 5marimsn 'r Runway anc T adway L n.: Fares 15W534 5 -TA Itsclaucn Trardcaers for Lc.n Lrcbvc Systems 15052-°=9A I5m0Cm:icf,r 54. P,ado C wccl?cu::rem _ _.. Airport Assurances (3/2005) V-8 CURRENT FAA ADVISORY CIRCULARS FOR AIP/PFC PROJECTS Updated on: 7/1/05 � IY 'un l t 15015345.50 and Charge I Saed5Catton for Parable Runway Lights 150/5345.51 and Charge I Saecllration for ""ct are -T pe Flasher ECuicmem I 150/534542 /Genet Visual Glidesleoe Indicators IG'JGI1 15015345.533 Aucon Llahuna Ecumment Cenfca!:on Pmcrrm 15015345544 and chargeI SaedfeTJon for L-1564 Prover andCcn:rol Unit for Land and Ho 4 Snor, 15015345.55 lughted Visual Aid to Indrate Temporarl Runway Cc,ure 150/53669 Planning and Design C. Aircn Tennilal Facli.es at NcnHub Lccatnns 1 5 015 3 5 611 Energy Conservaton for Almon Eudcings I501536612D Almon Signing 5 Gmanics 150)5360-130110 Chance I Plarnino and Ceslcn Guidance for A,rocn Ternlnat Fadfities 150/53i0 -2E OaeraUonal Safer, on Airans OYMO CONlNGbn 150,5316105 ISlandards (or S0eOt/In9 Ccnswdicn of Aimccs 15015310-17 Ortceak Constmedcn of Abort Pavements Usina Ho; -Mix Asohalt 150/5380-eA IGuideHnes and Procedures (Cr Maintenance off Airman Pavements 150/5350-i (Pavement Management system 150/5390-1 LHand^_¢k for/ ent lzadon of Akafi-silica Feac:rvtty in Airfield Pavements 150(535629 - He!ipen Design 15015390.3 IVer'cod Design I 150153951 ISeaclane Bases I 1501520630 Almon Winter Safery and Ooeraucns 150/5/0633 Hazardous Wldile Anracants On or Near Aedcns 150152_0615 Use N. Value Engineeing fcr EngMeenng De sga cf Aron Grant Protects I 150'5370.11 /Use of Ncndesmcve lest.; Devices in me 9.auaeon cf Alrcr: Pavements 150/53/612 Cuafity Cenral of CensJucecn for Aircon Grart 'acs 150/53/66 ICorSnatian Progress and Inscec:ion Recan-Avacrt Grant Program THE FOLLOWING ADDITIONAL APPLY to AIP PROJECTS ONLY NUMBER ... .... ... .:. .. .,. .. 150151CQt4C 1,4=1 edam,. Eng.nee,irg. and Planning Cansu::ant Services for Aimee Grant Pmled3 150:510615? civil Rights Requirements For The ?boor. (movement Program 150/510611 and Changes I Ihrougn 4 Land a uisiJen a..^.C Releca n Assistance f:r A:mcrt Irn,rovenent Program Assisted Frofecs 150/5:$65 an C Cage I (Exclusive Rcnls anal Minimum Sandamsfcr Lommemral ?emcaubcal Ao,.ies 150630630A and Chances 1 tnroucha Airport Winter Safety and Goeralons I 150151C0 --33A. Hazardous `NICIeAM1nUdnts on Cr Near Fir-cns 150,530615 Use of Value Engineerng for Engineering Gev;e pf Airocrs Gram P.mteds 150153261 % /Airfield Pavement Sudaca Evauaian and Ptr; (.ASE) Manuals 15015360 i I Eaergy Conservation :or Almon ewldings I501'_370.3 Censvdton Progress and Insoecticn Reoor.—Almgr. Grant P tcmm 150,537611? /Use or. Nondes'ai be Testing Deuces in Pte E,aratwr. of A,rcn Favemenis I 150(537612 Quality Conlral of Conscmclicn for Airport Grao: Profeca I 15015310-13 109 -peak Constmcticn of Aimen Pa'amems L4.ng Hot.Mlx Aspnalt - I5_015380-: Pavement Management System I1501530C-a IH.ancbook for IdenuFcaoon of Atka!i-Sdia ReaasM1 In Aidele-avemenis THE FOLLOWING ADDITIONAL APPLY to PFC PROJECTS ONLY NUMBER r: ITITLE +. - - !! 15nKccr.2' Mnreunctmen of Avnilab,I v—Passe.^tear Fac.. v D..arce, PC' Acct:mn lF?n Farm 5500-1) Airport Assurances (3/2005) V-0 Page 1 of 1 Clarice Pearman - Grant Agreement From: Clarice Pearman To: Boudreaux, Ray Date: 2.11.09 1:30 PM Subject: Grant Agreement CC: Audit Attachments: Audit Ray: Attached is a copy of your staff review item regarding the DOT/FAA Grant Agreement. I am forwarding you one of two signed agreements. Please let me know if there is anything else needed for this item. Have a good day. Clarice file://C:\Documents%20and%2OSettings\cpearman.000\Local%2OSettinns\Temp\XPorpwise\4992D2E0F... .2.11.09