HomeMy WebLinkAbout126-11 RESOLUTIONRESOLUTION NO. 126-11
A RESOLUTION TO APPROVE TASK ORDER NO. 6 FOR ENGINEERING
WORK BY MCCLELLAND ENGINEERING, INC. RELATED TO THE
AIRFIELD PAVEMENT REHABILITATION AND RE -STRIPING PROJECT
IN THE APPROXIMATE AMOUNT OF $22,830.00, 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 No. 6 for engineering work by McClelland Engineering, Inc. related to the Airfield
Pavement Rehabilitation and Re -Striping Project in the approximate amount of $22,830.00, and
authorizes Mayor Jordan to sign Task Order No. 6 (attached).
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached as Exhibit "A".
PASSED and APPROVED this 19th day of July, 2011.
APPROVED:
By:
ATTEST:
0414-sid K,1/114,0aL
SONDRA E. SMITH, CiClerk/Treasurer
1Zrrn
j •
•.G�ZY 0,c•.<./ ,vccv•-:-
: FAYETTEVILLE:
L. r
City of Fayetteville, Arkansas
Budget Adjustment Form
V11.0415
Budget Year
2011
Division: Aviation
Department: Transportation Services
Request Date
7/19/2011
Adjustment Number
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION
To provide funds for a design and engineering Task Order for the Airport Pavement Rehab & Re -marking project.
The project is eligible for 100% funding through grants from the FAA/DOT and the AR Department of Aeronautics,
contingent upon approval of the City Council and the funding agencies. Bid results are required for the submission of
the grant application to the FAA. Upon receipt of the grant, a separate BA will be issued to recognize the grant
revenue and restore the Use of Prior Fund Balance portion.
Division Head
dget Director
Departm - nf�Direc'or
Fin
ce Director
Prepared By: James Nicholson
jnicholson
Reference:
�-s- z1/?,
Date Budget & Research Use Only
Type: A BCD E P
Date
7-5- X.6 1 j General Ledger Date
Date
1- V- t Posted to General Ledger
ff Date
s
yor
Account Name
Initial Date
Checked / Verified
ate Initial Date
TOTAL BUDGET ADJUSTMENT 22,830 22,830
Increase / (Decrease) Project.Sub
Account Number Expense Revenue Number
Professional services 5550.3960.5314.00 22,830 11023 . 1
Use of Fund Balance
R
5550.0955.4999.W'
22,830 . u .�
J:1James120111Budget1BA2011_11023_Airport Pavement_Rehab AIP40 Revised 070511
1 of 1
Ray M. Boudreaux
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda !tams
and
Contracts, Leases or Agreements
7/19/2011
City Council Meeting Date
Agenda Items Only
Aviation
Division
Action Required:
Transportation
Department
Action Required:
a) Approve Task Order #6, McClelland Consulting Engineers Inc., Contact R. Wayne Jones, P.E., 443-2377; 443-
9241 FAX; wjones@mcclelland-engrs_com
22,830.00
Cost of this request
5550.3960.7820.40
Account Number
11023 1
Project Number
$
Category /Project Budget
Funds Used to Date
$
Remaining Balance
ted , 1 1 Budget Adjustment Attached
City Atto
Airport Pavement Rehab & Re -mark
Program Category/ Project Name
Airport Capital Exp
Program / Project Category Name
Airport
Fund Name
7 1 Previous Ordinance or Resolution #
-te
Original Contract Date:
f % /
L t k Original Contract Number:
Date
Finance and Internal Services Director
7- 5-20111
Date
ReceiClerkved
' s Offiin ceCiiy 07-01-1 1 P 0 2 :: 4 5 R C Y I
Received in
Mayor's Office
Comments: Project to be 100% funded with grants from the DOT/FAA and Arkansas Department of Aeronautics.
Revised January 15, 2009
aye
City Council Meeting of: July 19, 2011
Agenda Item Number:
•
ev1 e AVIATION DIVISION
ARKANSAS FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD
CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO
TO: Mayor Jordan
THRU Chief of Staff
TBRU: Staff'Contract Review Committee
THRU: Terry Gulley, Transportation Dir
FROM Ray M. Boudreaux, Aviation
DATE: June 20, 2011
SUBJECT: Approval of Task Order Na 6 with McClelland Consulting Engineers for
the Airfield Pavement Rehab and Re -striping Project. Signature of the
Mayor
• RECOMMENDATION: Approve Task Order No. 6 with McClelland Consulting Engineers for
the Airfield Pavement Rehab and Re -Striping Project. Signature of the Mayor.
$ACKGROUND: This project applies rejuvenation compound to the runway following removal
of rubber and deteriorating paint marling and then re -stripes the surface with approved
markings and adds newly required runway intersection markings to all taxiway and runway
intersections. We submitted application for FAA grant funds, but the FAA has requested an
amended application using bid amounts and not engineering estimates. This Task Order
engages MCE to prepare bid documents and evaluate the bids and provide construction
oversight should the project receive FAA approval.
BUDGET ACT: This project will be funded with Grant proceeds from FAA and State
Aeronautics if the grant is approved.
Attachments: Staff Review
Task Order No. 6
4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701
• 4(4. /18.164V -479:718:7846 -FAX • www.aoceseiayenevil e. m:. ra• *.T
- -. ' .• . airport economic development@ai.fayetteviife.ar.us
RESOLUTION NO.
A RESOLUTION TO APPROVE TASK ORDER NO. 6 FOR ENGINEERING
WORK BY MCCLELLAND ENGINEERING, INC. RELATED TO THE
AIRFIELD PAVEMENT REHABILITATION AND RE -STRIPING PROJECT
IN THE APPROXIMATE AMOUNT OF $22,830.00, 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 No. 6 for engineering work by McClelland Engineering, Inc. related to the Airfield
Pavement Rehabilitation and Re -Striping Project in the approximate amount of $22,830.00, and
authorizes Mayor Jordan to sign Task Order No. 6 (attached).
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached as Exhibit "A".
PASSED and APPROVED this 19th day of July, 2011.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
MCCLE
CONsuLroNGLLAND
ENGINEERS, INC.
June 29, 2011
DESIGNED TO SERVE
Mr. Ray Boudreaux
Airport Director,
Fayetteville Executive Airport
4500 S. School Suite F
Fayetteville, AR 72701
1810 N. College Avenue
P.OBox 1229
Fayetteville, AR 72703/72702-1229
479-443-2377 • FAX 479-443-9241
www.mcclelland-engrs.com
Re: Task Order No 6
Airfield Pavement Rehab & Striping
Fayetteville Executive Airport
Dear Mr. Boudreaux:
RECEIVED
JUN 2 9 2011
AIRPORT
In response to your request, please find three (3) copies of Task Order No 6 for the
Airfield Pavement Rehab & Striping Project.
Please advise if you need further information regarding this Task Order.
Sincerely,
McC LLAND CJNSULTING ENGINEERS, INC.
Vice Pr
Enclosure:
nes, P.E.
ent
Task Order No 6 (3 copies)
J:IDRAKE F I ELDICONTRACTS12009-201 31BOUDREAUX-062911-TO 6. DOC
.4tcelelland '(.onoulti cg Engineexo, .7nc. - "`.deet Engineering
Minnow 2uoineaa 2009 d 2010 (lwa'4 5tecipient
RECEIVED
JUN 2 9 2011
AIRPORT
TASK ORDER NO. 6
AIRFIELD PAVEMENT REHABILITATION & RE -STRIPING
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 May 5,
2009. The referenced basic agreement pertains to proposed improvements to Drake
Field, Fayetteville Executive 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 preparation of an Airfield Runway &
Taxiway Pavement Rehabilitation & Re -Stripping at Drake Field.
SECTION 1- PROJECT DESCRIPTION
The overall project is to consist of the rehabilitation and re -striping of the Airfield
Pavement including, Rubber Removal, Airfield Striping Removal, Asphalt Pavement
Rejuvenation and re -striping of the Runway and Taxiways. The services to be
performed include: Detailed Plans and Specifications, Bidding Services and
Construction Administration/Construction Observation Services.
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:
J:IDRAKE FIELDICONTRACTS12009-20131Task Order 6.doc 1
Task Completion After NTP
A. Prepare Airfield Pavement Striping Plan
and Specifications 20 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. Prepare the Airfield Striping Plan, specifications, and Bid Documents.
B. Prepare Bidding Document and recommendations for award of construction
contract.
C. Construction Administration and Inspection.
D. Providing three sets of "Record Drawings".
SECTION IV - FEES AND PAYMENTS
The following fees are to be paid to McClelland Consulting Engineers, Inc. as
compensation for his services:
A. Detailed Airfield Striping Plans and
Specifications lump sum of $ 9,830.00
B. Bidding Service lump sum of $ 2,500.00
C. Construction, Administration & Inspection hourly rates
estimated to be $10,500.00
Appendix A presents hourly rates for personnel anticipated to be assigned to this
project by McClelland Consulting Engineers, Inc.
J:IDRAKE FIELD\CONTRACTS12009-20131Task Order 6.doc 2
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:
Attest: tai it,v . q9�
FOR McCLELLAND CONSULTING ENGINEERS, INC.:
By:
Date:
President
&%zy/r/
J:IDRAKE FIELDICONTRACTS12009-20131Task Order 6.doc
Attest:
APPENDIX A
TASK ORDER NO, 6
Hourly Rates for Personnel
Fayetteville Executive Airport
CATEGORY BILLABLE
HOURLY RATE RANGE
Principal Engineer $ 155
Sr. Project Manager $ 143
Project Engineer $ 135
Project Engineer IV $ 127
Project Engineer III $ 115
Project Engineer II $105
Project Engineer I $ 85
Registered Land Surveyor $ 104
Survey (2 man or 1 -man Robotic) Crew $ 143
Survey Technician $ 80
Engineering Technician/Observer IV $ 90
Engineering Technician/Observer III $ 84
Engineering Technician/Observer II $ 65
Engineering Technician/Observer I $ 55
Survey (2 man or 1 -man Robotic) Crew $ 143
Chief Draftsman $ 73
Draftsman 11 $ 60
Draftsman I $ 50
Soils Lab Supervisor $ 60
Soils Technician II $ 45
Soils Technician I $ 42
Clerical Support $ 50
Mileage $ 0.50
J:IDRAKE F[ELDICONTRACTS12009-20131Appendix A TO 6.doc
RESOLUTION NO.
A RESOLUTIO 0 APPROVE TASK ORDER NO. 6 FONGINEERING
WORK BY MC ELLAND ENGINEERING, INC. RE ` ATED TO THE
AIRFIELD PAVE T REHABILITATION AND RE -S , RIPING PROJECT
IN THE APPROXIMA . AMOUNT OF $22,830.00
BE IT RESOLVED B THE CITY COU CIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Counci of
approves Task Order No. 6 for engineering wo
Airfield Pavement Rehabilitation and Re -Stn
$22,830.00, and authorizes Mayor Jordan to sign
PASSED and APPROVED this 19th day
APPROVED:
By:
By:
LIONELD JORDAN, Mayor r SONDRA E. SMITH, ity Clerk/Treasurer
the Ci i of Fayetteville, Arkansas hereby
by M lelland Engineering, Inc. related to the
roject in the approximate amount of
Order No. 6 (attached).
f July, 011.
ATTEST:
Ray M. Boudreaux
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
City Council Meeting Date
Agenda Items Only
Aviation
Division
Action Required:
Transportation
Department
Action Required:
a) Approve authority to accept a Grant Offer from DOT/FAA (95% of project cost) & an Arkansas Department of
Aeronautics grant (5% match).
239,497.00
GRANT REVENUE
5550.3960.7820.40
Account Number
11023 1
Project Number
Budgeted Item
REVENUE BUDGET
Category / Project Budget
Airport Pavement Rehab & Re -mark
Program Category I Project Name
Airport Capital Exp
Funds Used to Date Program / Project Category Name
Airport
Remaining Balance Fund Name
Budget Adjustment Attached
9-a- 1 Previous Ordinance or Resolution # 126-11
Date
Original Contract Date: 19 -Jul
51Z"- (/ Original Contract Number:
Date
`Tout k. ' - 12-2c 11
Finance and Internal Services Director
Date
08-12_11P02.42 KL,vu
Received in City
Clerk's Office
Comments: Project to be 100% funded with grants from the DOT/FAA and Arkansas Department of Aeronautics.
The Item is on the 8/16/11 Council Agenda. The Grant dollar amount is revised per FAA request.
Revised January 15, 2009
•
aye evi
ARKANSAS
City Council Meeting of: N/A
Agenda Item Number:
1 e AVIATION DIVISION
FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD
CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO
TO:
THRU:
THRU:
THRU:
Mayor Jordan
Chief of Staff
Staff/Contract Review Committee
Terry Gulley, Transportation Director
FROM: Ray M. Boudreaux, Aviation Dir
DATE: August 10, 2011
SUBJECT: Approve Amended Grant Application for the Runway Rejuvenation
Project at the airport reducing the amount of the grant request to
$239,497 per request of the FAA program manager, Paul Burns.
Signature of the Mayor and City Clerk.
RECOMMENDATION: Signature of the Mayor and City Clerk on amended FAA/AIP grant
application in the amount of $239,497 for the Runway Rejuvenation Project at Drake Field.
BACKGROUND: FAA does not have the funds to approve grant funding for an amount more
than the already approved entitlement funds assigned to Drake Field for the Rejuvenation
Project. McClelland Consulting Engineers has reduced the scope of the project to include the
runway and taxiway "A" only leaving Taxiway "B" for a later date. The new scope falls within
the available funding and has been agreed to by the Contractor, Time Striping. The amended
application is due to the FAA by August 18, 2011 signed.
BUDGET IMPACT: This project is 95% funded through FAA/AIP grant funds and 5% through
State Aeronautics Commission.
Attachments: Staff Review
Amended Grant Application
Original Grant Application
4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701
479.718.7642 • 479.718.7646 FAX • uw w.accessfayetteville.org/governmenUaviation
airport_economic_development@ci.fayetteville.ar.us
a'F'Cve .eville
THE CITY OF FAYETTEVILLE, ARKANSAS
AVIATION DIVISION
4500 S School Ave, Ste F
Fayetteville, AR 72701
P (479) 718-7642
ARKANSAS
www.accessfayetteville.org
TO: Mayor Lioneld Jordan
THRU: Jason Kelly, Assistant City Attorney
FROM: Ray M. Boudreaux, Aviation Director
RE: Grant Certifications and Assurances
DATE: 8/12/11
Regarding the Mayor's personal legal liability as signatory for the City on the DOT/FAA grant application for AIP40,
Pavement Rehab project, 1, Ray M. Boudreaux, Director, Aviation Division, hereby certify to the best of my knowledge
and without exception that:
1. the assurances and certifications required by the Grant Agreement can be made as to the project under
consideration;
2. all certifications and assurances required by the Grant Agreement can be legally made
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
Page 1 of 2
James Nicholson - Drake Field Grant Application - Pavement Rehab Project
From: James Nicholson
Date: 6/23/2011
Due: 7/28/2011
Subject: Drake Field Grant Application - Pavement Rehab Project
Thanks Paul, we will get right on it!
Regards, Ray
Ray M. Boudreaux, Col. USAF (ret)
Director of Aviation
Fayetteville Executive Airport, Drake Field
4500 S. School Ave., Suite F
Fayetteville, AR 72701
ph. 479.718.7642
fax. 479.718.7696
email: rboudreaux@d.fayetteville.ar.us
TDD (Telecommunications Device for the Deaf) 479-521-1316
»> <Paul.Burns@faa.gov> 6/23/2011 10:01 AM »>
Ray - I enjoyed visiting with you today on the phone and hopefully your request (summarized in the attachment below) will result
in an AIP-funded project this fiscal year (FY -2011). I just wanted to review a few of our requirements needed for this project to
successfully come about. First, we need the sponsor's grant application package (paper copies, no pdfs please) by July 29,
2011. As always, the grant application should be "based on bids". The application package should include:
-Bid Tabulation
-Copy of Engineering Services Agreement
- All required Sponsor Certifications
-Evidence that the Construction Safety Plan has been e -filed
- Any required requests for Modifications to Standards (seal -coat projects generally require an MOS)
- Updated Capital Improvement Plan
-Evidence that the sponsor's CCR registration is up to date
Be aware, too, the SF -424 (what used to be the first page of a grant application) has been updated. The new SF -424
(comprised of 3 pages) is dated 3/31/2012 and is available on the intemet. Also, please be aware that FYV can only count on
having about $240,000 in non -primary entitlement funds available for an AIP project this year. Thanks.
Paul Burns ASW -630H (817) 222-5648
From: 'James Nicholson"<inicholson@ci.tayetteville.ar.us>
To: Paul Bums/ASW/FAA@FAA
CC 'Ray Boudreaux"<rboudreaux@ci.rayetteville.ar.us>
Date: 06/21/2011 03:24 PM
about:blank
lel �A .. . 4.
7/27/2011
a�fve .evi�le
THE CITY OF FAYETTEVILLE, ARKANSAS
AVIATION DIVISION
4500 S school Ave, Ste F
Fayetteville, AR 72701
P (4791718-7642
ARKANSAS
www.accessfayetteville.org
August 12, 2011
Paul Bums ASW630H
Project Manager
Federal Aviation Administration
Southwest Region, Airports Division
Arkansas/Oklahoma Airports Development Office
Fort worth, Texas 76193-0630
Dear Mr. Burns,
Please accept this letter as our intent to apply for support under the AIP program for our Runway Rejuvenation
Project at Fayetteville Executive Airport, Drake Field. We have reduced the project scope and request support
within the entitlement funds available. Total project cost for the runway portion of the project is $252,102 with
the Entitlement request of $239,497 under the $240,000 available. Attached please find the new contract signed
by the contractor, the revised five year CIP and the engineers estimate as requested.
Thank you for your support of Drake Field.
Sincerely,
Ray M. Boudreaux, Colonel USAF (ret)
Director of Aviation
Atch: Revised CIP
Bid Tab with Engineering Estimate
Change Order Reflecting new scope
Contract for the work signed by contractor and engineer
Task Order w/ MCE for this project
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
OMS Number. 4040-0004
Expiration Date: 03/31/2012
Application for Federal Assistance SF -424
• 1. Type of Submission:
0 Proapplication
E Application
D Changed/Corrected Application
• 2. Type
M New
7 Continuation
71 Revision
of Application: ' If Revision, select appropriate letter(s):
___]
' Other (Specify)
' 3. Date Received: 4. Applicant Identifier.
5a. Federal Entity Identifier:
• 5b. Federal Award Identifier:
AR/OK ADO, ASW -630
3-05-0020-40-2011
State Use Only:
6. Date Received by State:
7. State Application Identifier.
8. APPLICANT INFORMATION:
' a. Legal Name: City of Fayetteville
" b. Employer/Taxpayer Identification Number (EIN/TIN):
716018462
' c. Organizational DUNS:
[134398903
d. Address:
' Street!:
S treet2:
• City:
County:
' State:
Province:
'Country:
• Zip I Postal Code:
4500 S School Ave , Ste F
Fayetteville
Washington
Arkansas
USA: UNITED STATES
72701
e. Organizational Unit:
Department Name:
Division Name:
Transportation
Aviation
t. Name and contact information of person to be contacted on matters involving this application:
Prefix: COI. (USAF ret.)
• First Name:
Ray
Middle Name: M
' Last Name: Soudreatrx
Suffer
Title: Aviation Director
Organizational Affiliation:
Airport Manager, Drake Field, KFYV
• Telephone Number:
479-718-7642 Fax Number: 479-718-7646
• Email: rboudreaux@ci.fayetteville.ar.us
Application for Federal Assistance SF-424
9. Type of Applicant 1: Select Applicant Type:
(C) City Government
Type of Applicant 2: Select Applicant Type:
Type of Applicant 3: Select Applicant Type:
• Other (specify):
* 10. Name of Federal Agency:
Federal Aviation Administration
11. Catalog of Federal Domestic Assistance Number:
20.106
CFDA Title:
Airport Improvement Program (AIP) .
* 12. Funding Opportunity Number:
• Tdle:
13. Competition Identification Number:
Title:
14. Areas Affected by Project (Cities, Counties, States, etc.):
City of Fayetteville, Washington County, Arkansas
` 15. Descriptive Title of Applicants Project:
Pavement Rehabilitation & Re-marking
Attach supporting documents as specified in agency instructions.
Application for Federal Assistance SF-424
16. Congressional
• a, Applicant
Districts Of:
AR District 3 " b. Program/Project 1AR District 3
Attach an additional list of Program/Proiecl Congressional Districts if needed.
1
17. Proposed
' a. Star! Gale:
Project:
October 2011 ' b. End Date: [November 2011
16. Estimated Funding (t):
• a. Federal 239.497
• b. Applicant
' c. State 12,605
' d. Local
' e. Other
• 1, Program income
• g, TOTAL 252.102
' 19. Is Application
ix: a. This application
f< b. Program
c. Program
Subject to Review By State Linder Executive Order 12372 Process?
was made available to the State under the Executive Order 12372 Process for review on
is subject to E.O. 12372 but has not been selected by the State for review.
is not covered by E.O. 12372.
' 20. Is the Applicant Delinquent On Any Federal Debt? (11 "Yes", provide explanation.) Applicant Federal Debt Delinquency Explanation
rYes r No
21, By signing this application, I certify (1) to the statements contained in the list of certifications" and (2) that the statements
herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances" and agree to
comply with any resulting terms N I accept an award.1 am aware that any false, fictitious, or fraudulent statements or claims may
subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 218. Section 1001)
Jj'•IAGREE
" The list of certifications and assurances. or an internet site where you may obtain this list, is contained in the announcement or agency
specific instructions.
Authorized Representative:
Profs:
Middle Name:
' Last Name:
Suffix:
,The Honorable 1 • First Name: Liotleld
'
Jordan
• Title; 'Mayor, City of Fayetteville
]
' Telephone Number:
F479_575_8330 Fax Number: 479.575-8257
J
' Email: tiordan@ci.fayettetigo.ar.us
• Signature of Authorized
Representative:
, • Date Signed: [ 77:4/,,
Application for Federal Assistance SF -424
Applicant Federal Debt Delinquency Explanation
The following field should contain an explanation if the Applicant organization is delinquent on any Federal Debt. Maximum number of
characters that can be entered is 4,000. Try and avoid extra spaces and carriage retums to maximize the availability of space.
N/A
U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569
11/30/2007
PART II
PROJECT APPROVAL INFORMATION
SECTION A
Item 1.
Does this assistance request require State, local, regional,
Name of Governing Body:
or other priority rating?
Priority:
❑ Yes O No
Item 2.
Does this assistance request require State, or local
Name of Agency or Board:
(Attach Documentation)
advisory, educational or health clearances?
❑ Yes 0 No
Item 3.
Does this assistance request require clearinghouse review
(Attach Comments)
in accordance with OMB Circular A-95?
❑ Yes 0 No
Item 4.
Does this assistance request require State, local,
Name of Approving Agency:
regional or other planning approval?
Date: 1 I
❑ Yes ❑X No
Item 5.
Check one: State
Is the proposal project covered by an approved
Local
comprehensive plan?
Regional
❑ 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.
Will the assistance requested have an impact or effect on
See instruction for additional information to be
the environment?
provided
❑ Yes 0 No
Item 9.
Number of:
Will the assistance requested cause the displacement of
Individuals:
Families:
individuals, families, businesses, or farms?
Businesses:
❑ Yes 0 No
Farms:
Item 10.
Is there other related Federal assistance on this
See instructions for additional information to be
project previous, pending, or antiMted?
provided.
Yes ❑X No
FAA Form 5100-100(6-73) SUPERSEDES FAA FORM 5100-1 (9-03)
Page 2
U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569
PART II - SECTION C
The Sponsor hereby represents and certifies as follows:
1. Compatible Land Use. - The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the
vicinity of the airport:
The Sponsor has adopted Drake Field Ordinance 2607, which regulates and restricts all land use activities
in the vicinity of Fayetteville Executive Airport, Drake Field. Adopted January 20, 1980 and as amended.
2. Defaults. - The Sponsor is not in default on any obligation to the United States or any agency of the United States Government
relative to the development, operation, or maintenance of any airport, except as stated herewith:
None
3. Possible Disabilities. - There are no facts or circumstances (including the existence of effective or proposed leases, use
agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings)
which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the
provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows:
None
4. Consistency with Local Plans. — The project is reasonably consistent with plans existing at the time of submission of this
application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area
surrounding the airport.
Yes
5. Consideration of Local Interest - It has given fair consideration to the interest of communities in or near where the project may be
located.
Not applicable
6. 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 which project is proposed.
Not applicable
7. Public Hearings. — In projects involving the location of an airport, an airport runway or a major runway extension, it has afforded
the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or
runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it
shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects,
it has on its management board either voting representation from the communities where the project is located or has advised the
communities that they have the right to petition the Secretary concerning a proposed project.
Not applicable
8. Air and Water Quality Standards. — In projects involving airport location, a major runway extension, or runway location it will
provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be
located, designed, constructed, and operated so as to comply with applicable and air and water quality standards. In any case where
such standards have not been approved and where applicable air and water quality standards have been promulgated by the
Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification
or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary.
Not applicable
FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 3a
U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569
PART II - SECTION C (Continued)
9. Exclusive Rights — There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or
controlled by the Sponsor except as follows:
None
10. Land. — (a) The sponsor holds the following property interest in the following areas of land* which are to be developed or used as
part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse interests, all of which areas
are identified on the aforementioned property map designated as Exhibit "A":
Not applicable
The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such
attorney or title company has determined that the Sponsor holds the above property interests.
(b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the
Project, the following property interest in the following areas of land* on which such construction work is to be performed, all of
which areas are identified on the aforementioned property map designated as Exhibit "A":
Not applicable
(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"
*State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests
of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the
area numbers shown on the property map.
FAA Form 5100-100(9-03) SUPERSEDES FAA FORM 5100-100(4-76) Page 3b
U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
OMB NO. 2120-0569
PART III - BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
1. Federal Domestic Assistance Catalog No ..............................20-106
20-106
2. Functional or Other Breakout ................................................. Airport Improvement Program
SECTION B -CALCULATION OF FEDERAL GRANT
Cost Classification
Use only for revisions
Total
Amount
Required
Latest Approved
Amount
Adjustment
+ or (-)
1. Administration expense
$
$
$ 1,000
2. Preliminary expense
3. Land, structures, right-of-way
4. Architectural engineering basic fees
$ 9,830
5. Other Architectural engineering fees
$ 2,500
6. Project inspection fees
$ 10,500
7. Land development
8. Relocation Expenses
9. Relocation payments to Individuals and Businesses
10. Demolition and removal - Obstruction removal
11. Construction and project improvement
$ 228,272
12. Equipment
13. Miscellaneous
14. Total (Lines I through 13)
$ 252,102
15. Estimated Income (if applicable)
16. Net Project Amount (Line 14 minus 15)
$ 252,102
17. Less: Ineligible Exclusions
18. Add: Contingencies
19. Total Project Amt, (Excluding Rehabilitation Grants)
$ 252,102
20. Federal Share requested of Line 19
$ 239,497
21. Add Rehabilitation Grants Requested (100 Percent)
22. Total Federal grant requested (lines 20 & 21)
$ 239,497
23. Grantee share
-0-
24. Other shares AR State Dept Aeronautics 5% Match
$ 12,605
25. Total Project (Lines 22, 23 & 24)
$
$
$ 252,102
FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 4
Line 24 - Show the amount from Section D, Line 28c. Line 25 - Self-explanatory.
U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
OMB No. 2120-0569
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
$
a. Securities
b. Mortgages
c. Appropriations (By Applicant)
d. Bonds
e. Tax Levies
f. Non Cash
g. Other (Explain)
h. TOTAL - Grantee share
28.
Other Shares
a. State Arkansas Department
of Aeronautics
$ 12,605
b. Other
c. Total Other Shares
29. TOTAL
$ 12,605
SECTION E - REMARKS
PART IV PROGRAM NARRATIVE (Attach - See Instructions)
FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 5
PART IV
PROGRAM NARRATIVE
(Suggested Format)
DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
omR No. 2120.0569
PROJECT: Pavement Rehabilitation & Re -marking
AIRPORT: Drake Field, FYV
1. Objective:
Rehabilitate the existing Runway and Taxiways. Project comprises rubber removal, crack seal, asphalt
rejuvenation sealer, and re -marking. Re -marking to add the recently required enhanced runway holding
position markings.
2. Benefits Anticipated:
Will extend the usable life of the pavement. Will ensure airfield markings are up to date.
R
3. Approach : (See approved Scope of Work in Final Application)
d. Consulting Airport Engineer to produce plans & specifications for bidding. Suitable specialized pavement
rehab and painting contractors hired to perform the work.
4. Geographic Location:
Runway and taxiways. See attached vicinity map, Exhibit "A"
5. If Applicable, Provide Additional Information:
6. Sponsor's Representative: (include address & telephone number)
Ray M. Boudreaux, Director Aviation Division
4500 S School Ave, Ste F
Fayetteville, AR, 72701
Phone: 479-718-7642, Fax: 479718-7646, e-mail: roudreaux@ci.fayetteville.ar.us
FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 6
'F�d's1NM 3Oda1 O'Wd UUMS 11dl/9dL '�MI'dVW 1.1L3dOi1d 3X O [1GZ5m313 3MM10I�)I
w
U
x
w
m
U -
a
0
7
A
La -
0
to t
r
_ CD
O
O t,
N Q r
rze
-) °m
a
w
o 0
0
0
0
0
0
0
0
0
'ooW0000L�0
00000000i0
00
O
N
N
4N
4/i
w
w
w
p
W
Cfl
w
m
m
0
o
0
4
0
o
0
p
0
o
0
0
0
0
0
0
0
0
0
0
C
v
a
p
pp
W
O
0
0
00
0
0
0
0
0
r
w
N-
N
49
to
C
49
4P}
49
N-
69
4949
0000`0.0.o
n
.
0.0
C7
d
C
O
o
0
0
0
v-
0
v)
0
v
0
o
0
0•
0
+o
CD
O
OOD
0
0)
Sri
o
o
m
ec
cr
C
to
co
in
to
C49
W
4H
4on
494949
N
a
N
d
0
0
0
0
0
0
0
O
0
0
0
0
0
0
0
0
0
0
0
C
Q
0
o
0
O
0
o
0
r`
0
o
v)
0)
O
r-
C
0
CO
0
0
H
0
C
In
"'N-
O
0
C)
04#A
CD
CA
C')
I()
N
CC)
V).
o
49
494CD
494
J
J
J
J
J
J
J
J
J
J
r
r
r
w
*
U-
O
*
o
CJ
U)
to
m
tJ
U
LL
C
it)
LL
W
p
0
0
0
g
0
A
`
m
O
m
ch
C')
o
N
o
x
x
D
x
o
a
o
e
aao
¢
CL
C
a
m
a`>
-e
n(
C
m
U)
C
E
v)
c
.�
.
¢
o
N
y
Q
CO
a
N
C
C
~
C
a
`y
{c
m
G
C
C
CD
C
o
d
c
a
W
J
_
CCE)
N
ro
E
ra
m
�o
m
ro
C
a
O
7
W
J
7
7
Cx9
W
ry
L
�r
N
c`•)
c!
or-coO)c�
w
V
V
08/12/2011 09:30 4794740498 OFFICE #14211 P.013/013
CHANGE ORDER
Order No.
Date:
Agreement Date:
1
At#guat 10, 2011
Sertember2Q, 2011
NAME OF PROJECT: Airfield Pavement Rehabilitation & §thpinq4AlP Pro . No. 3-05-0020-39-2011
OWNER: City f Fayetteville Aiortp5ent)
CONTRACTOR: Time ri in In .
The following changes are hereby made to the CONTRACT DOCUMENTS:
1. Decrease the quantity fur Bid Item No. 6: from 67,300 SY to 24660 SY and change the Lump Sun price to a unit price at 50.85/SY•
Deduct COSt of $ 40.043.00 to the contract..
2. Decrease the quantity for Bid Item N. 9: from 26,400 SF to 8200 SF and change the Lump Sum price to a unit price at $0.90/SF.
Deduct cost of $17,820.00 to the contract.
Justification:
1. The Owner need to reduce the project cost to be within the funding from the FAA and the State Aeronautics Dept..
CONTRACT PRICE prior to this Change Orders: $ 285,935.00
Decrease in Contract Price: ($_57663.00)
Revised CONTRACT PRICE Including this Change Order $228.272.00
Final Completion Time Prior to This Change Order: 60 Calendar Dam
Net Time Change Resulting From This Change Order: 0 Calera ar Da s
Change to CONTRACT TIME:
The CONTRACT TIME will be (increased) 4deeceased) by 0 calendar days.
Approvals Required:
To be effective this Order must be approved by the Owner if it changes the scope or objective or the
PROJECT, or as may otherwise be required by the GENERAL CONDITIONS.
Requested by:
Recommended bl
Approved by:
City of Fayetteville Date
,J 20111112141 - DRAKE FIELD PAVEMENMONSTRUCTIONICHANGE ORDERS%CHANGE ORDER 1.OOC Page 1
08/12/2011 09:27 4794740498 OFFICE #4211 P.002/013
CONTRACT
THIS AGREEMENT, made and entered into on the day of September 2011, by and between
Time Striping, Inc., herein called the Contractor, and the City of Fayetteville:
WITNESSETH:
That Time Striping, Inc., for the consideration hereinafter fully set out, hereby agrees with the City
of Fayetteville as follows:
1. That Time Striping, Inc., shall furnish all the materials, and perform all ofthe work in manner
and form as provided by the following enumerated.Specifications, and Documents, which are
attached hereto and made a pare hereof, as if fully contained herein and are entitled:
Airfield Pavement Rehabilitation and Restriping, FayettevWe Executive Airport, A!?
Project 3-05-0020-039-2011
Advertisement for Bids Payment Bond
Instructions to Bidders General Conditions
Bid and acceptance thereof Supplemental Conditions
Performance Bond Specifications
Drawings — 3 Sheets
2. That the City of Fayetteville hereby agrees to pay to Time Striping, Inc. for the faithful
performance of this Agreement, subject to additions and deductions as provided in the
Specifications or Bid, in lawful money of the United States, the amount of the bid
$285,935.00 less Change Order #1 for ($57,663.00) for a Contract Amount of Two
Hundred Twenty Eight Thousand, Two Hundred Seventy -Two Dollars S22 72.00 .
3. The Work will be completed and ready for final payment in accordance with the General
Conditions within 60 days after the date when the Contract Time commences to run, as provided
in the Notice to Proceed,
4. Liquidated Damages: City of Fayetteville and Time Striping, Inc., recognize that time is ofthe
essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is
not completed within the times specified above, plus any extensions thereof allowed in
accordance with. the General Conditions. They also recognize the delays, expense, and
difficulties involved in proving the actual loss suffered by City of Fayetteville if the Work is not
completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and
Time Striping, Inc., agree that as liquidated damages for delay (but not as a penalty) Time
Striping, Inc., shall pay City of Fayetteville Four Hundred Dollars ($400.00) for each day
that expires after the time specified in Paragraph 3 for completion and readiness for final
payment.
FYI 12141 Airfield Rehab/Restriping Section 00500-1
08/12/2011 09:27 4794740498 OFFICE 94211 P.003/013
5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall
make partial payments to Time Striping, Inc., on the basis of a duly certified and approved
estimate of work performed during the preceding calendar month by Time Striping, Inc., LESS
the retainage provided in the General Conditions, which is to be withheld by the City of
Fayetteville until all work within a particular part has been performed strictly in accordance
with this Agreement and until such work has been accepted by the City of Fayetteville.
6. That upon submission by Time Striping, Inc., of evidence satisfactory to the City of
Fayetteville that all payrolls, material bills, and other costs incurred by Time Striping, Inc., in
connection with the construction of the work have been paid in full, final payment on account
of this Agreement shall be made within 60 days after the completion by Time Striping, Inc., of
all work covered by this Agreement and the acceptance of such work by the City of
Fayetteville.
It is further mutually agreed between the parties hereto that if, at any time after the execution of
this Agreement and the Surety Bond hereto attached for its faithful performance and payment,
the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory
or if, for any reason such bond ceases to be adequate to cover the performance of the work,
Time Striping, Inc. shall, at its expense, within 5 days after the receipt of notice from the City
of Fayetteville, furnish an additional bond or bonds in such form and amount and with such
Surety or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further
payment to Time Striping, Inc„ shall be deemed to be due under this Agreement until such
new or additional security for the faithful performance of the work shall be furnished in manner
and form satisfactory to the City of Fayetteville.
8. Changes, modifications, or amendments in scope, price or fees to this contract shall not be
allowed without a prior formal contract amendment approved by the Mayor and the City
Council in advance of the change in scope, cost or fees.
9. Freedom of Information Act. City contracts and documents prepared while performing city
contractual work are subject to the Arkansas Freedom of Information Act. If a Arkansas
Freedom of Information Act request is presented to the City of Fayetteville, Time Striping,
Inc. will do everything possible to provide the documents in a prompt and timely manner as
prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. Sec{,). Only
legally authorized photocopying cost pursuant to the FOIA may be assessed for this compliance.
FYI 12141 Airfield ltebab/Restriping Section 00500-2
08/12/2011 0920 4794740498 OFFICE #4211 P.004/013
fl'J WITNESS WHEREOF, the patties hereto have executed this Agreement on the day and date first
above written, in three (3) counterparts, each of which shall, without proof or accounting for the
other counterparts be deemed an original Contract.
ATTEST:
City Clerk
Time Stripine. Inc.
B`�~
Y
Title
CITY OF FAYETTEVILLE
By
Lioneld Jordan, Mayor
FY 112141 Airfield Rehab/Restripmg Section 00500-3
RECEIVED
'`d292011
J �rl
TASK ORDER NO.6 AIRPORT
AIRFIELD PAVEMENT REHABILITATION & RE -STRIPING RECEIVE D
STATE OF ARKANSAS JUL 27 2011
COUNTY OF WASHINGTON
AIRPORT
This Task Order is written pursuant to the basic agreement entitled CITY OF
FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, executed on May 5,
2009. The referenced basic agreement pertains to proposed improvements to Drake
Field, Fayetteville Executive 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 preparation of an Airfield Runway &
Taxiway Pavement Rehabilitation & Re -Stripping at Drake Field.
SECTION I - PROJECT DESCRIPTION
The overall project is to consist of the rehabilitation and re -striping of the Airfield
Pavement including, Rubber Removal, Airfield Striping Removal, Asphalt Pavement
Rejuvenation and re -striping of the Runway and Taxiways. The services to be
performed include: Detailed Plans and Specifications, Bidding Services and
Construction Administration/Construction Observation Services.
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:
J:IDRAKE FIELD\CONTRACTS\2009-20I3\Task Order 6,doc
Task Completion After NTP
A. Prepare Airfield Pavement Striping Plan
and Specifications 20 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. Prepare the Airfield Striping Plan, specifications, and Bid Documents.
B. Prepare Bidding Document and recommendations for award of construction
contract.
C. Construction Administration and Inspection.
D. Providing three sets of "Record Drawings".
SECTION IV - FEES AND PAYMENTS
The following fees are to be paid to McClelland Consulting Engineers, Inc. as
compensation for his services:
A. Detailed Airfield Striping Plans and
Specifications lump sum of $ 9,830.00
B. Bidding Service lump sum of $ 2,500.00
C. Construction, Administration & Inspection hourly rates
estimated to be $10,500.00
Appendix A presents hourly rates for personnel anticipated to be assigned to this
project by McClelland Consulting Engineers, Inc.
J:1DRAKE FIELD\CONTRACrS%2009-20131Task Order 6.doc 2
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:
Da
FOR McCLELLAND CONSULTING ENGINEERS, INC.:
By:
President
Date:
Attest:
J:IDRAKE FIELD\CONTRACTS\2009-2013\Task Order 6.doc
APPENDIX A
TASK ORDER NO. 6
Hourly Rates for Personnel
Fayetteville Executive Airport
CATEGORY
HOURLY
Principal Engineer
Sr. Project Manager
Project Engineer
Project Engineer IV
Project Engineer III
Project Engineer II
Project Engineer I
Registered Land Surveyor
Survey (2 man or 1 -man Robotic) Crew
Survey Technician
Engineering Technician/Observer IV
Engineering Technician/Observer III
Engineering Technician/Observer II
Engineering Technician/Observer I
Survey (2 man or 1 -man Robotic) Crew
Chief Draftsman
Draftsman 11
Draftsman I
Soils Lab Supervisor
Soils Technician II
Soils Technician I
Clerical Support
Mileage
BILLABLE
RATE RANGE
$ 155
$143
$ 135
$ 127
$ 115
$105
$ 85
$ 104
$ 143
$ 80
$ 90
$ 84
$ 65
$ 55
$ 143
$ 73
$ 60
$ 50
$ 60
$ 45
$ 42
$ 50
$ 0.50
J:\DRAKE FIELD\CONTRACTS12009-20li\Appendix A TO 6.doc
RESOLUTION NO. 101-09
A RESOLUTION APPROVING AN AGREEMENT WITH
McCLELLAND CONSULTING ENGINEERS, INC. FOR AIRPORT
ENGINEERING SERVICES.
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 an Agreement with McClelland Consulting Engineers, Inc. for
airport engineering services. A copy of the Agreement, marked Exhibit "A," is
attached hereto and made a part hereof. %%R++ n,,,,��
PASSED and APPROVED this aday of May, 2009. =��.• G�SY QF •.�.p�
°
APPROVED: ATTEST: FAYETTEVI! LE;
iQ)
By• By: tv
O ELD JO AN, Mayor SO RAE SMITH, City Cler /Treasurer
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Agreement entered into and executed this 5th day of Mar . 2009, by and between
the City of Fayetteville acting by and through its Mayor hereinafter called the CITY OF
FAYETTEVILLE and McClelland Consulting Engineers, Inc. with offices in Fayetteville,
Arkansas, hereinafter called MCE, is intended to endure for a minimum period of three
years from the time of its formal execution, extendable by contract amendment to not more
than five years.
WITNESSETH:
Whereas, the CITY OF FAYETTEVILLE is planning to effect improvements to Drake Field,
Fayetteville's municipal airport; and Whereas the CITY OF FAYETTEVILLE'S forces are
fully employed on other urgent work that prevents their early assignment to the
aforementioned work; and Whereas MCE'S staff is adequate and well qualified and it has
been determined that its current work load will permit completion of the plans for the
various projects on schedule;
Now therefore, it is considered to be in the best public interest for the CITY OF
FAYETTEVILLE to obtain assistance of MCE'S organization in connection with said
engineering services. In consideration of the faithful performance of each party of the
mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows:
W:IDRAKE FIELDICONTRACTS\2009-2013\2009-ENGAGRdoc 1
SECTION I - EMPLOYMENT OF ENGINEER
The CITY OF FAYETTEVILLE agrees to employ MCE to perform, and MCE agrees to
perform, professional engineering services in connection with the projects set forth in the
Sections to follow; and the CITY OF FAYETTEVILLE agrees to pay and MCE agrees to
accept, as specified in the Sections to follow as full and final compensation for work
accomplished in the specified time.
SECTION II- DESCRIPTION OF THE PROJECTS
The services provided by MCE are anticipated to include but not necessarily be limited to
studies, investigations, reports, funding applications, design services, preparation of
construction drawings and specifications, bidding services, and engineering services during
construction related to:
• Additional T -Hangar Unit Expansion(s).
• 60x60 Small Corporate Hangars.
• East Side Corporate Aprons.
• East Side Parallel Taxiway Extension.
• Runway Extension Projects to South..
• Individual Corporate Hangars and Parking Aprons.
• GA Parking Aprons and Sunscreen Development.
• Airport Security Improvement Projects.
• Runway 16 RSA Project continuation.
• Extension of Lancaster Drive.
• Airport Layout Plan Sheet Updates
• Maintenance and Rehabilitation of Pavements.
• Airfield Marking
• Airfield Lighting.
These services, when requested by the CITY OF FAYETTEVILLE, will be described in
specific Task Orders to this AGREEMENT FOR ENGINEERING SERVICES.
W:IDRAKE FIELD\CONTRACTS12009-201312009-ENGAGRdoc 2
Additional services a may be included as determined by the CITY OF FAYETTEVILLE by
executing Amendments to this BASIC AGREEMENT or by specific Task Orders. Such
additional services may include: other projects identified by the Master Plan update,
completing air spacing forms; topographic surveys; developing city -required drainage
plans; formulating Large Scale Development Plans; performing utility searches, when
applicable; and other airport related tasks which are outside the basic scope of services.
SECTION III - INFORMATION & SERVICES
The CITY OF FAYETTEVILLE will furnish any specifications, standards and other
information that may relate to the project including GPS survey data. Aerial mapping data
will be provided, free of charge, to MCE on magnetic media.
SECTION IV - SERVICES TO BE FURNISHED BY THE ENGINEER
MCE will provide the preliminary study, design, construction administration, and
construction inspection services necessary to complete the following tasks under this
Contract.
A. Develop a schedule for each project upon the receipt of the notice to prepare a
Task Order for each project.
B. Attend preliminary conferences alone or with CITY OF FAYETTEVILLE
representative, local officials, State and Federal agencies, utility companies and
others regarding the proposed project, its general design, functions and impact.
C. Provide surveying, mapping, and related services as required to prepare Right-
of-Way/Easement documents for the "CITY OF FAYETTEVILLE'S" use in
acquisition activities.
W:IDRAKE FIELDICONTRACrS12009-2013\2009-ENGAGK.doc 3
D. Provide all field survey data from field work for designing the project and this
shall be tied to the "CITY OF FAYETTEVILLE'S" GPS control network.
E. Obtain, interpret and evaluate geotechnical data for pavement design and
embankment stability.
F. Conduct preliminary design and prepare preliminary construction limits, required
right of way, ownership map, perform all needed stability analyses, design of
detours where needed, and preparation of maintenance of traffic plans detailing
needed signing and striping during construction, as well as for permanent
application after the completion of street construction.
G. Conduct final designs to prepare construction plans and specifications including
final construction details and quantities, special provisions, cost estimates, make
final field inspection with CITY OF FAYETTEVILLE, make any needed plan
changes as a result of the final field inspection and all other work required to
advertise and receive bids.
H. Furnish plans to all utility companies affected by the project and shall conduct a
coordination meeting among all affected utility companies to enable them to
develop utility agreements regarding any necessary utility relocations.
I. Prepare Contract Documents (Plans, Specifications, and Estimates). These
documents shall be in accordance with sound engineering principles. MCE shall
coordinate closely with the FAA's Airports Development Office to provide copies
of the Plans and Specifications and cost estimates for review as required by the
FAA. When projects are FAA -funded, detailed Specifications shall be developed
using FAA "Standards for Specifying Construction forAirports"AC 150/5370-10,
or other appropriate standards approved for use by the FAA, MCE will obtain a
W:IDRAKE FLELD\CONT RACTS12009-2013\2009-ENGAGR.doc 4
specimen copy of the General Provisions and applicable prevailing wage rates
from the FAA and the Arkansas Department of Labor for incorporation into the
Specifications for the proposed project.
J. Assist the CITY OF FAYETTEVILLE in advertising, answering bid questions,
receiving of bids on the various phases of work, evaluating bids received,
recommending award of bids, and award of construction contracts.
K. Establish benchmarks for elevation control and locate horizontal work to
Fayetteville's GPS Control System and provide construction reference points for
alignment of the project components.
L. Provide construction administration during the construction process including
attending pre -construction conferences, visiting the site at least once per month,
reviewing Shop Drawings and samples, assisting with Change Orders, preparing
monthly Contractor Pay Estimates, and preparing final "Record Drawings".
M. Provide construction inspection on either a full time or an as -needed basis
during construction as required by each Task Order.
The street and parking projects will be designed and constructed to meet local standards in
accordance with the CITY OF FAYETTEVILLE'S adopted criteria. These designs shall be
based on Standard Specifications for Highway Construction 1996 or 2003 Edition of the
AHTD and latest special provisions and City of Fayetteville Specifications except that
metric units will not be used. The design concept with regard to street alignment, pavement
section, geometries, detours, right-of-way, and utility relocation shall be submitted by MCE
and approved by the CITY OF FAYETTEVILLE prior to beginning design work.
W:IDRAKE FTELD\CONTRACTS\2009-2013\2009-ENGAGR.doc 5
SECTION V - COORDINATION WITH OWNER
As each Task Order is developed and approved the scope of engineering services and
fees will be finalized. MCE shall hold conferences throughout the design of the project with
representatives of the CITY OF FAYETTEVILLE to the end that the design, as perfected,
shall have full benefit of the CITY OF FAYETTEVILLE'S knowledge and be consistent with
the current policies and construction practices of the CITY OF FAYETTEVILLE. The CITY
OF FAYETTEVILLE reserves the right to accept or reject any or all plans, but this
stipulation will not relieve MCE of responsibility for the design of the project.
SECTION VI- OFFICE LOCATION FOR REVIEW OF WORK
Review of the work as it progresses under this Agreement shall be made at the CITY OF
FAYETTEVILLE'S office.
SECTION VII - PRELIMINARY SUBMISSION
MCE shall submit three (3) sets of preliminary plans for each submittal at 35%, 65%, and
95%, and meet with the CITY OF FAYETTEVILLE'S staff following each submittal.
SECTION VIII - FINAL SUBMISSION
The final submission for the construction contract shall consist of the following:
A. One (1) copy of all design calculations.
B. The originals of all drawings, specifications and contract documents. All design
drawings on magnetic media shall be submitted on disks compatible with
AutoCAD Release 2007 software.
W:IDRAKE FIELD%CONTRACTS 2009-2013\2009-ENGAGR.doc 6
C. The estimated cost of construction and a detailed estimate of time in calendar
days required for completion of the contract.
D. Three (3) copies of the final plans for CITY OF FAYETTEVILLE'S use.
SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND
"CONSTRUCTION" PHASES
During the "Bidding" phase of the project, MCE shall provide all engineering and
administrative services needed to obtain bids for the construction project, evaluate the
bids, and consult with and advise the CITY OF FAYETTEVILLE as to the acceptability of
the best bidder.
During the "Construction" phase of work, MCE shall provide administrative and engineering
services including resident construction inspection services to determine whether the
Contractor has met the requirements of the design plans and Specifications. MCE shall
review the Contractor's progress payment requests based on the actual quantities of
• contract items completed and accepted, and shall make a recommendation to the CITY OF
FAYETTEVILLE regarding payment.
SECTION X - SUBCONTRACTING
Prior to entering into fee negotiations, the CITY OF FAYETTEVILLE shall approve
selection of all sub -consultants to MCE. The CITY OF FAYETTEVILLE reserves the right to
reject without prejudice at his discretion MCE'S selection of firms for any subcontracted
tasks.
W:IDRAKE FrELD\CONTRACTS12009-2013\2009-ENGAGR.doc 7
SECTION X1- TIME OF BEGINNING AND COMPLETION
MCE shall begin work under each separate Task Order within ten (10) days of notice to
proceed and shall complete the plans for the construction contract within the time
stipulated in each respective Task Order.
The stipulated completion time in each Task Order shall be predicated upon the fact that
the CITY OF FAYETTEVILLE will promptly provide all pertinent requested information in its
possession, and will conduct reviews/approvals of interim work in an expeditious manner
(5 working days per submittal).
SECTION XII - FEES AND PAYMENTS
A. Engineering Planning and Design Services Preceding Construction:
MCE shall provide, as enumerated individually in each respective Task Order,
application for funding, engineering study, surveying, geotechnical investigation,
design, bidding, and easement preparation services for a specifically stated fee
amounts.
Each Task Order shall also list fee amount for the individual tasks forthe Design
Phase Services work scope identified therein. The basis of this fee and
justification for the fee shall be contained in an Appendix attached to each Task
Order. Adjustment of the fee may be made should MCE establish and the CITY
OF FAYETTEVILLE agree that there has been, or is to be, a significant change
in scope, complexity or character of the services to be performed; or if the CITY
OF FAYETTEVILLE decides to shorten the duration of work from the time period
W:IDRAKE FIELD\COMRACTS12009-201312009-ENCAGR.doc 8
specified in the Agreement for completion of work and such modification
warrants such adjustment.
Additionally, each Task Order shall contain an Appendix, which covers the
classification and salary rate for all personnel anticipated to be assigned to this
project by MCE.
Payment to MCE by the CITY OF FAYETTEVILLE for Design Phase Services
shall be made within 30 days after the date of billing. The amount due will be for
services rendered during the previous month. Final payment for Design Phase
Services shall be made upon the CITY OF FAYETTEVILLE'S approval and
acceptance with the satisfactory completion of the "Design" phase of the project.
B. Construction Phase Services:
MCE shall provide, as enumerated individually in each respective Task Order,
construction administration, construction staking, construction inspection, and
construction materials testing for a specifically stated fee amounts.
Each Task Order shall also list fee amount for the individual tasks for the
Construction Phase Services work scope identified therein. The basis of this fee
and justification for the fee shall be contained in an Appendix attached to each
Task Order. Adjustment of the fee may be made should MCE establish and the
CITY OF FAYETTEVILLE agree that there has been, or is to be, a significant
change in scope, complexity or character of the services to be performed; or if
W:\DRAKE FIELD\CONTRACUS\2009-2013\2009-ENGAGR doc 9
the CITY OF FAYETTEVILLE decides to shorten the duration of work from the
time period specified in the Agreement for completion of work and such
modification warrants such adjustment.
Additionally, each Task Order shall contain an Appendix which covers the
classification and salary rate for all personnel anticipated to be assigned to this
project by "MCE".
Payment to MCE by the CITY OF FAYETTEVILLE for Construction Phase
Services shall be made within 30 days after the date of billing. The amount due
will be for services rendered during the previous month. Final payment for
Construction Phase Services shall be made upon the "C€TY OF
FAYETTEVILLE'S" approval and acceptance with the satisfactory completion of
the "Construction" phase of the project.
SECTION XIII - CHANGES
The CITY OF FAYETTEVILLE may at any time, bywritten order, make changes within the
general scope of the contract in the work and services to be performed. If any such
change causes an increase or decrease in the cost of, or the time required for,
performance of this contract, an equitable increase or decrease shall be made in the
upper limit contract amount, including fee or time of required performance, or both, and
the contract shall be modified in writing accordingly.
W:IDRAKE FIELD\CONTRACTS12009-2013\2009-ENGAGR.doc 10
Any claim by MCE for adjustment under this clause must be asserted with thirty (30) days
from the date of receipt by MCE of the notification of change; provided, however, that the
CITY OF FAYETTEVILLE, if it decides that the facts justify such action, may receive and
act upon any such claim asserted at any time prior to the date of final payment under this
contract. Failure to agree to any adjustment shall be cause for a dispute concerning a
question of fact within the meaning of the clause of this contract entitled SECTION XVI -
MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions. However, nothing in this
clause shall excuse MCE from proceeding with the contract as changed.
SECTION XIV - OWNERSHIP OF DOCUMENTS
All documents, including original drawings, disks of CADD drawings and cross sections,
estimates, specifications, field notes, and data are and shall remain the property of the
CITY OF FAYETTEVILLE. MCE may retain reproduced copies of drawings and copies of
other documents. The CITY OF FAYETTEVILLE shall not be restricted in the subsequent
use of the design, design documents or ideas incorporated in the work. However, MCE
shall bear no responsibility for such reuse of the design unless specifically agreed to it
writing.
SECTION XV - POSTPONEMENT OR CANCELLATION OF THE CONTRACT
It is understood that the CITY OF FAYETTEVILLE will have the right to suspend or cancel
the work at any time.
A. Postponement - Should the CITY OF FAYETTEVILLE, for any reason
whatsoever, decide to postpone the work at any time, the CITY OF
FAYETTEVILLE will notify MCE, who will immediately suspend work. Should
W:IDRAKE FIELD\CONTRACCS12009-201312009-ENGAGRdoc
the CITY OF FAYETTEVILLE decide during such suspension not to resume the
work, or should such suspension not be terminated within a year, the work shall
be canceled as hereinafter provided.
B. Cancellation - Should the CITY OF FAYETTEVILLE, for any reason whatsoever,
decide to cancel or to terminate the use of MCE'S service, the CITY OF
FAYETTEVILLE will give written notice thereof to MCE, who will immediately
terminate the work. If the CITY OF FAYETTEVILLE so elects, MCE may be
instructed to bring a reasonable stage of completion to those items whose value
would otherwise be lost. MCE shall turn over all data, charts, survey notes,
figures, drawings and other records or information collected or produced
hereunder whether partial or complete. Upon such termination of MCE'S
services, MCE shall be paid a proportional amount of the total fee, less prior
partial payments, based on the ratio of work done to the total amount of work to
be performed.
SECTION XVI - MISCELLANEOUS PROVISIONS
A. Dispute Resolution - Any dispute concerning a question of fact in connection
with the work and having a financial value of $10,000, or less, shall be referred
for determination to the Mayor of the City of Fayetteville whose decisions in the
matter shall be final and conclusive. Disputes resulting from claims greater than
$10,000 shall be subject to mediation.
W:IDRAKE FIELDICONTRACTS12009-201312009-ENGAGRdoc 12
B. Responsibility for Claims and Liability - MCE shall save harmless the CITY OF
FAYETTEVILLE from all claim and liability due to MCE's activities, or those of
MCE'S sub -consultants, agents, or employees during the time this contract is in
force.
C. General Compliance with Laws - MCE shall comply with all Federal, State and
local laws and ordinances applicable to the work. MCE shall be a Professional
Engineer, licensed in the State of Arkansas.
D. Engineer's Endorsement - MCE shall endorse and recommend all plans,
Specifications, estimates and engineering data furnished by it. All design shall
be checked in accordance with accepted engineering practices. All plan
quantities shall be checked and verified.
E. That, the Airport Director or his designated representative will direct and
coordinate MCE's efforts and will be the source of instructions to MCE and shall
have the authority to interpret the CITY OF FAYETTEVILLE's policy as
necessary to maintain MCE's work schedule and to administer the BASIC
AGREEMENT.
F. That, the CITY OF FAYETTEVILLE shall make available to MCE all technical
data in the CITY OF FAYETTEVILLE's possession, including maps, surveys,
borings, and other information required by MCE and relating to his work.
G. That, the estimates of cost for the Projects provided for herein are to be
prepared by MCE through exercise of his experience and judgment in applying
presently available cost data, but it is recognized that MCE has no control over
cost of labor and materials conditions, so he cannot warrant that the project
construction costs will not vary from his cost estimates.
W:IDRAK.E FEELD\CONTRACTS12009-2013\2009-ENGAGR.doc 13
H. That, MCE's direct expenses are defined as the costs incurred on or directly for
the Project, other than the Salary and General Overhead Costs. Such direct
expenses shall be computed on the basis of actual purchase price for items
obtained from commercial sources plus a 5% mark-up. Direct expenses shall
include, but not be limited to, necessary transportation costs, including mileage
at MCE's current rate per mile when MCE's own automobiles are used, meals
and lodging, laboratory tests, and reproduction charges.
I. That, in Geotechnical investigation work and in determining subsurface
conditions for the Project, the characteristics may vary greatly between
successive test point and sample intervals. MCE will perform this work in
accordance with generally accepted soils engineering practices and makes no
other warranties, expressed or implied, that conditions actually encountered in
the field may not vary from those found during the investigation work.
J. That, the CITY OF FAYETTEVILLE, shall pay for all costs of publishing
advertisements for bids and for obtaining permits and licenses that may be
required by local, State, or Federal authorities and shall secure the necessary
land, easements and rights -of -way as described by MCE.
K. That, in the event of any legal or other controversy requiring the services of MCE
in providing expert testimony in connection with the Project, except suits or
claims by third parties against the CITY OF FAYETTEVILLE arising out of errors
or omissions of MCE, the CITY OF FAYETTEVILLE shall pay MCE for services
rendered in regard to such legal or other controversy, on a basis to be
negotiated.
W:IDRAKE FIELDICONTRACTS12009-201312009-ENOAOR.doc 14
L. That, visits to the construction site and observations made by MCE as part of his
services shall not relieve the construction Contractor(s) of his obligation to
conduct comprehensive inspections of the work sufficient to ensure
conformance with the intent of the Contract Documents, and shall not relieve the
construction contractor(s) of his full responsibility for all construction means,
methods, techniques, sequences, and procedures necessary for coordinating
and completing all portions of the work under the construction contract(s) and for
all safety precautions incidental thereto.
M. That, MCE, when called for in specific Task Orders, shall provide an on -site
Resident Inspector and will make reasonable efforts to guard the CITY OF
FAYETTEVILLE against defects and deficiencies in the work of the contractor(s)
and to help determine if the construction contract has been fulfilled. The
Resident Inspector's day -today observation will not, however, cause MCE to be
responsible for those duties and responsibilities which belong to the construction
contractor(s) and which include, but are not limited to, full responsibility for the
techniques and sequences of construction and the safety precautions incidental
thereto, and for performing the construction work in accordance with the
Contract Documents. The Resident Inspector shall have the authority to reject
both unsatisfactory workmanship and materials. His primary duties are as
follows:
1. Check construction activities to determine compliance with the Plans
and Specifications. Inform the Contractor and CITY OF
FAYETTEVILLE of any work that is in noncompliance.
2. Check that all testing required by the Specifications is performed.
W:1DRAKE FIELDICONTRACTS12009-20I3\2009-ENGAGR.doc I5
3. Visit the testing laboratory to determine if it has the equipment and
qualified personnel necessary to conduct the tests required by the
Specifications.
4. Review test reports and certificates for conformance with the
Specifications.
5. Maintain a file of test reports and certifications.
6. Inform the Contractor of deficiencies in order that corrections can be
made and retesting performed prior to covering any substandard work
with additional material.
7. Document quantities of materials used on the project by actual
measurements and computations in a field notebook or computer
printouts retained in a folder.
8. Maintain a diary, which should contain daily entries made and signed
by the Resident Observer. Each entry should include the following,
plus any additional pertinent data:
(A) Date and weather conditions.
(B) Names of important visitors.
(C) Construction work in progress and location.
(D) Size of Contractor's work force and equipment in use.
(E) The substance of important conversations with the Contractor
concerning conduct, progress, changes, test results,
interpretations of Specifications or other details.
9. Submittal of FAA Form 5370-1, Construction Progress and
Inspection Report, or equivalent form to the appropriate FAA field
office. The frequency of submittal shall be established at the Pre -
Construction Conference.
W:IDRAKE FIELD\CONTRACTS12009-201312009-ENGAGR.doc 16
N. It is further agreed that the CITY OF FAYETTEVILLE, the Federal Aviation
Administration, the Comptroller General of the United States, or any of their
duly authorized representatives, shall have access to any books, documents,
papers, and records of MCE which are directly pertinent to the work
hereunder, for the purpose of making audit, examination excerpts and/or
transcriptions. Records under this Section shall be maintained and made
available during performance on FAA grant work under this AGREEMENT
and until three years from date of final FAA grant payment for the project. In
addition, those records which relate to any "dispute" appear under an FAA
grant agreement, or litigation, or the settlement of claims arising out of such
performance, or costs or items to which an audit exception has been taken,
shall be maintained and made available until three years after the date of
resolution of such appeal, litigation, claim or exception.
O. In accordance with Executive Order 11246, entitled "Equal Employment
Opportunity", as amended by Executive Order 11375, and as supplemented
in Department of Labor Regulations, MCE agrees that he will not
discriminate against any employee or applicant for employment because of
race, religion, age, color, sex, or national origin.
P. In executing this AGREEMENT, MCE acknowledges that he has visited the
site of the work, that he is familiar with the conditions and characteristics of
the site, and that he fully understands the nature, extent and character of the
project and the time limitations placed thereupon. He further states that he
has discussed the proposed work with the representatives of the CITY OF
FAYETTEVI LLE.
Q. MCE hereby assures that he has and will comply with the Title VI and DBE
requirements set forth in Exhibit "C", hereinafter.
W:LDRAKE FIELD\CONTRACTS12009-201312009-ENGAGRdoc 17
R. MCE hereby states that he has performed planning and design engineering
on previous through his laboratory facilities, he has previously performed
pertinent work on other airport projects, as well as other projects of a similar
nature, and that he has the staff and capabilities to perform the work
described herein, in a professional and timely manner.
S. Exhibit A, CERTIFICATION OF MCE, is attached to, and made a part of this
AGREEMENT FOR ENGINEERING SERVICES, per requirement of the FAA.
T. MCE will provide the Federal Aviation Administration with three (3) copies of
the updated Airport Layout Drawing at the conclusion of each AIP project.
U. MCE will perform the duties of the "consultant" set forth in the CONSTRUCTION
MATERIALS QUALITY CONTROL PROGRAM, attached hereafter as Exhibit B.
SECTION XVII - SUCCESSORS AND ASSIGNS
The CITY OF FAYETTEVILLE and MCE each binds itself and its partners, successors,
executors, administrators, and assigns to the other party of this Agreement, except as
above, neither the CITY OF FAYETTEVILLE nor MCE shall assign, sublet or transfer its
interest in this Agreement without written consent of the other. Nothing herein shall be
construed as creating any possible personal liability on the part of any officer or agent of
any public body which may be party hereto.
SECTION XVIII - COVENANT AGAINST CONTINGENT FEES
MCE warrants that it has not employed or retained by company or person, other than a
bonafide employee working solely for MCE, to solicit or secure this contract, and that it has
W:IDRAKE FIELD\CONTRACrS12009-2013\2009-ENGAGR.doc 18
not paid or agreed to pay any company or person, other than a bonafide employee working
solely for MCE, any fee, commission, percentage, brokerage fee, gifts, or any other
consideration, contingent upon or resulting from the award or making of this contract.
For breach or violation of this warranty, the CITY OF FAYETTEVILLE shall have the right
to annul this contract without liability.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed as of the date and year first herein written. .`�,'. .; iY O,�•.G�
S.
FAYETTEVILLE:
FOR THE CITY OF FAYETTEVILLE=,9s•9RkANS.V
By: ATTEST:
or
s. - Iii._ •���
FOR McCLELLAND CONSULTING ENGINEERS, INC.
By: ATTES1
President
Date: -7'- (O- a
W:IDRAKE FIELDICONTRACTS12009-2013\2009-ENGAGR.doc - 19
EXHIBIT A TO BASIC AGREEMENT
BETWEEN OWNER AND ENGINEER
FOR PROFESSIONAL SERVICES
DATED May 5, 2009
CERTIFICATION OF ENGINEER
I hereby certify that I am President and a duly authorized representative of the firm of
McClelland Consulting Engineers, Inc. whose street address is 1810 North College
Avenue, Fayetteville, Arkansas, and that neither I nor the above firm hereby
represented has:
a. employed or retained for a commission, percentage, brokerage, contingent fee,
or other consideration, any firm or person (other than a bona fide employee
working solely for me or the above consultant) to solicit or secure this contract.
b. agreed, as an express or implied condition for obtaining this contract, to employ
or retain the service of any firm or person in connection with carrying out the
contract, or
c_ paid or agreed to pay any firm, organization, or person (other than a bona fide
employee working solely for me or the above consultant) any fee, contribution,
donation, or consideration of any kind for, or in connection with, procuring or
carrying out the contract.
I acknowledge that this certificate is to be furnished to the Federal Aviation
Administration of the United States Department of Transportation, in connection with
this contract involving participation of Airport Improvement Program (AIP) funds and is
subject to applicable state and federal laws, both criminal and civil.
(Date)
A
President
WIDRAKE FlELD%CONTRACTS12009-20131EX•A-2009.DOC:jm
EXHIBIT B TO BASIC AGREEMENT
BETWEEN OWNER AND ENGINEER
FOR PROFESSIONAL SERVICES
DATED May 5, 2009
CONSTRUCTION MATERIALS QUALITY CONTROL PROGRAM
1. The Consultant shall prepare a "Construction Materials Quality Control Plan" to be
submitted to the Federal Aviation Administration (FAA) for approval at the time of
final Plans and Specifications submittal. At a minimum, the Plan shall list all
materials to be tested during construction, the appropriate time for testing, the
ASTM test designation, name by which the test is commonly referred, the frequency
of testing required, the method of sampling, and the acceptance criteria or
tolerances permitted for each type of test. The Plan will be reviewed by the FAA
project manager and must be approved along with the final Plans and Specifications
for construction.
2. The Consultant shall prepare a "Construction Materials Quality Control, Summary" to
be submitted monthly to the FAA. At a minimum., the Summary shall include a list of
all tests performed showing the date, location, pass or fail, results of retests, and
whether or not the test is eligible or ineligible under the A.I.P. program. The
Summary will include a certification that all testing was completed in accordance
with the Construction Materials Quality Control Plan".
3. The Consultant shall prepare a summary of materials not passing and the penalty
called for by the Specifications. This summary shall be submitted to the FAA
monthly and will indicate when and to what extent penalties are imposed. The
penalties assessed will be itemized in the following pay request to the FAA.
W:1DRAKE FIELDICONTRAc1S12009-2013%EX-8-2009.DOC jn
EXHIBIT "C"
To Basic Agreement
DISADVANTAGED BUSINESS ENTERPRISE (DBE) ASSURANCES
1. The requirements of Federal Regulations at Title 49 CFR Part 26, apply to
this agreement as follows:
(a) To ensure nondiscrimination in the award and administration of DOT -assisted
contracts in the Department's highway, transit, and airport financial assistance
programs;
(b) To create a level playing field on which DBEs can compete fairly for DOT -
assisted contracts;
(c) To ensure that the Department's DBE program is narrowly tailored in
accordance with applicable law;
(d) To ensure that only firms that fully meet this part's eligibility standards are
permitted to participate as DBEs;
(e) To help remove barriers to the participation of DBEs in DOT -assisted
contracts;
(f) To assist the development of firms that can compete successfully in the
marketplace outside the DBE program; and
(g) To provide appropriate flexibility to recipients of Federal financial assistance
in establishing and providing opportunities for DBEs.
2. The contractor, sub recipient or subcontractor shall not discriminate on the
basis of race, color, national origin, or sex in the performance of this contract.
The contractor shall carry out applicable requirements of 49 CFR part 26 in the
award and administration of DOT -assisted contracts. Failure by the contractor to
carry out these requirements is a material breach of this contract, which may
result in the termination of this contract or such other remedy as the recipient
deems appropriate.
U.S. DEPARTM ENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM
SPONSOR CERTIFICATION
DRUG -FREE WORKPLACE
City of Fayetteville, Arkansas Drake Field - FYV 3-05-0020-0040-11
(Sponsor) (Airport) (Project Number)
Description of Work:
Pavement rehabilitation of runway and taxiways comprising: rubber removal, joint seal, crack repair,
rejuvenation sealer application, re -marking.
Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the
sponsor that it will comply with the statutory and administrative requirements in carrying out a project under
the Airport Improvement Program (AIP). General requirements on the drug -free workplace within Federal
grant programs are described in Title 49, Code of Federal Regulations, Part 29. Sponsors are required to
certify they will be, or will continue to provide, a drug -free workplace in accordance with the regulation. The
AlP project grant agreement contains specific assurances on the Drug -Free Workplace Act of 1988.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this
aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully
complying with all applicable statutory and administrative standards.
Yes No N/A
1. A statement has been or will be published notifying employees that
the unlawful manufacture, distribution, dispensing, possession, or
use of a controlled substance is prohibited in the sponsor's
workplace, and specifying the actions to be taken against
employees for violation of such prohibition.
2. An ongoing drug -free awareness program has been or will be
established to inform employees about:
a. The dangers of drug abuse in the workplace;
b. The sponsor's policy of maintaining a drug -free workplace;
c. Any available drug counseling, rehabilitation, and employee
assistance programs; and
d. The penalties that may be imposed upon employees for drug
abuse violations occurring in the workplace.
3. Each employee to be engaged in the performance of the work has
been or will be given a copy of the statement required within item 1
above.
4. Employees have been or will be notified in the statement required
by item 1 above that, as a condition employment under the grant,
the employee will:
a. Abide by the terms of the statement; and
b. Notify the employer in writing of his or her conviction for a
violation of a criminal drug statute occurring in the workplace
no later than five calendar days after such conviction.
® El
® ❑
C
LI
LI
El
LI
Yes No N/A
5. The FAA will be notified in writing within ten calendar days after
receiving notice under item 4b above from an employee or
otherwise receiving actual notice of such conviction. Employers of
convicted employees must provide notice, including position title of ® ❑ ❑
the employee, to the FAA. Notices shall include the project number
of each affected grant.
6. One of the following actions will be taken within 30 calendar days
of receiving a notice under item 4b above with respect to any
employee who is so convicted:
a. Take appropriate personnel action against such an employee,
up to and including termination, consistent with the
requirements of the Rehabilitation Act of 1973, as amended; ® ❑ ❑
or
b. Require such employee to participate satisfactorily in a drug
abuse assistance or rehabilitation program approved for such
purposes by Federal, State, or local health, law enforcement,
or other appropriate agency.
7. A good faith effort will be made to continue to maintain a drug -free ® ❑ ❑
workplace through implementation of items 1 through 6 above.
I have prepared documentation shown below or attached hereto with site(s) for performance of work (street
address, city, county, state, zip code). There are no such workplaces that are not identified below or in the
attachment. I have prepared additional documentation for any above items marked "no" and attached it
hereto. I certify that, for the project identified herein, responses to the forgoing items are accurate as
marked and attachments are correct and complete.
Location Location
Street Address: 4500 S School Ave
CiiY•' Fayetteville
State: AR
Zip code: 72701
Location
eville, Arkansas
(CAI,
USG
Signature of Sponsors Designated O al Representative
Ray M. Boudreaux
Type Name of Sponsor's Designated Official Representative
Director, Aviation Division
Typed Title of Sponsor's Designated Official Representative
7126111
Date of Signature
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM
SPONSOR CERTIFICATION
SELECTION OF CONSULTANTS
City of Fayetteville, Arkansas
(Sponsor)
Drake Field - FYV
(Ain)
3-05-0020-0040-11
(Project Number)
Description of work:
Pavement rehabilitation of runway and taxiways comprising: rubber removal, joint seal, crack repair,
rejuvenation sealer application, re -marking.
Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from
the sponsor that it will comply with the statutory and administrative requirements in carrying out a
project under the Airport Improvement Program (AIP). General standards for selection of consultant
services within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR),
Part 18.36. Sponsors may use other qualifications -based procedures provided they are equivalent to
specific standards in 49 CFR 18 and FAA Advisory Circular 150/5100-14, Architectural, Engineering,
and Planning Consultant Services for Airport Grant Projects.
Except for the certified items below marked not applicable (N/A), the list includes major requirements
for this aspect of project implementation, although it is not comprehensive, nor does it relieve the
sponsor from fully complying with all applicable statutory and administrative standard.
Yes
No
NIA
1. Solicitations were or will be made to ensure fair and open
®
❑
❑
competition from a wide area of interest.
2. Consultants were or will be selected using competitive
procedures based on qualifications, experience, and
®
❑
❑
disadvantaged enterprise requirements with the fees determined
through negotiations.
3. A record of negotiations has been or will be prepared reflecting
considerations involved in the establishment of fees, which are
®
❑
❑
not significantly above the sponsor's independent cost estimate.
4. If engineering or other services are to be performed by sponsor
force account personnel, prior approval was or will be obtained
❑
❑
from the FAA.
5. The consultant services contract clearly establish or will clearly
establish the scope of work and delineate the division of
®
❑
❑
responsibilities between all parties engaged in carrying out
elements of the project.
6. Costs associated with work ineligible for AIP funding are or will
be clearly identified and separated from eligible items in
®
❑
❑
solicitations, contracts, and related project documents.
7. Mandatory contact provisions for grant -assisted contracts have
®
❑
❑
been or will be included in consultant services contracts.
8. The cost -plus -percentage -of -cost methods of contracting
®
❑
❑
prohibited under Federal standards were not or will not be used.
Pape 1 of 2
9. If the services being procured cover more than the single grant
project referenced in this certification, the scope of work was or ® ❑ ❑
will be specifically described in the advertisement, and future
work will not be initiated beyond five years.
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and
have prepared documentation attached hereto for any item marked "no° that is correct and complete.
City of Fayetteville, Arkansas
(Name of Sponsor)
(signature of Sponsor's Designated Official R resentative)
Ray M Boudreaux
(Typed Name of Sponsor's Designated Official Representative)
Director, Aviation Division
(Typed Title of Sponsors Designated Official Representative)
7126111
(Date)
Page 2 of 2
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM
SPONSOR CERTIFICATION
PROJECT PLANS AND SPECIFICATIONS
City of Fayetteville, Arkansas Drake Field - FYV 3-05-0020-0040-11
(Sponsor) (Airport) (Project Number)
scri tro of Work:
Pavement rehabilitation of runway and taxiways comprising: rubber removal, joint seal, crack repair,
rejuvenation sealer application, re -marking.
Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the
sponsor that it will comply with the statutory and administrative requirements in carrying out a project under
the Airport Improvement Program (AIP). AIP standards are generally described in FAA Advisory Circular
(AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights
Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program
Grant Assurance One —General Federal Requirements. A list of current advisory circulars with specific
standards for design or construction of airports as well as procurement/installation of equipment and
facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this
aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully
complying with all applicable statutory and administrative standards.
Yes No N/A
1. The plans and specifications were or will be prepared in
accordance with applicable Federal standards and
requirements, so no deviation or modification to standards set
® ❑ ❑
forth in the advisory circulars, or State standard, is necessary
other than those previously approved by the FAA.
2. Specifications for the procurement of equipment are not or will
not be proprietary or written so as to restrict competition. At
❑ ❑
least two manufacturers can meet the specification.
3. The development included or to be included in the plans is
® ❑ ❑
depicted on the airport layout plan approved by the FAA.
4. Development that is ineligible for AIP funding has been or will
❑
be omitted from the plans and specifications.
5. The process control and acceptance tests required for the
project by standards contained in Advisory Circular 15015370-10
® ❑ ❑
are or will be included in the project specifications.
6. If a value -engineering clause is incorporated into the contract,
LI
concurrence was or will be obtained from the FAA.
7. The plans and specifications incorporate or will incorporate
applicable requirements and recommendations set forth in the
® ❑ ❑
Federally approved environmental finding.
Yes No NIA
8. For construction activities within or near aircraft operational
areas, the requirements contained in Advisory Circular
150/5370-2 have been or will be discussed with the FAA as well ® ❑ ❑
as incorporated into the specifications, and a safety/phasing
plan has FAA's concurrence, if required.
9. The project was or will be physically completed without Federal
participation in costs due to errors and omissions in the plans ® ❑ ❑
and specifications that were foreseeable at the time of project
design.
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have
prepared documentation attached hereto for any item marked 'non that is correct and complete.
City of Fayetteville, Arkansas
(Name of Sir)
(Signature of Sponsor's Designated Offciat p►esentatrve)
Ray M. Boudreaux
(Typed Name of Sponsor's De ' Hated Official Representative)
Director, Aviation Division
(Typed Title of Sponsor's Designated Official Representative)
7/26/11
(Date)
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM
SPONSOR CERTIFICATION
EQUIPMENT/CONSTRUCTION CONTRACTS
City of Fayetteville, Arkansas Drake Field KFYV 3-05-0020-40-11
(Sponsor) (Airport) (Project Number)
Description of Work
Pavement rehabilitation of runway and taxiways comprising: rubber removal, joint seal, crack repair,
rejuvenation sealer application, re -marking.
Title 49, United States Code (USC), section 47105(d), authorizes the Secretary to require certification from
the sponsor that it will comply with the statutory and administrative requirements in carrying out a project
under the Airport Improvement Program (AIP). General standards for equipment and construction contracts
within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36.
AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for
the Airport Improvement Program, AC 150/5100-15. Civil Rights Requirements for the Airport Improvement
Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One —General Federal
Requirements. Sponsors may use State and local procedures provided procurements conform to these
Federal standards.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this
aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully
complying with all applicable statutory and administrative standards.
Yes No N/A
1. A code or standard of conduct is or will be in effect governing
the performance of the sponsors officers, employees, or agents
® ❑ ❑
in soliciting and awarding procurement contracts.
2. Qualified personnel are or will be engaged to perform contract
administration, engineering supervision, construction inspection,
® ❑ ❑
and testing.
3. The procurement was or will be publicly advertised using the
❑ ❑
competitive sealed bid method of procurement.
4. The bid solicitation clearly and accurately describes or will
describe:
a. The current Federal wage rate determination for all
® ❑ ❑
construction projects, and
b. All other requirements of the equipment and/or services to
be provided.
5. Concurrence was or will be obtained from FAA prior to contract
award under any of the following circumstances:
a. Only one qualified person/firm submits a responsive bid,
b. The contract is to be awarded to other than the lowest
responsible bidder,
® ❑ ❑
c. Life cycle costing is a factor in selecting the lowest
responsive bidder, or
d. Proposed contract prices are more than 10 percent over
the sponsor's cost estimate.
Yes No N/A
6. All contracts exceeding $100,000 require or will require the
following provisions:
a. A bid guarantee of 5 percent, a performance bond of 100
percent, and a payment bond of 100 percent;
b. Conditions specifying administrative, contractual, and legal
remedies, including contract termination, for those
® ❑ ❑
instances in which contractors violate or breach contact
terms; and
c. Compliance with applicable standards and requirements
issued under Section 306 of the Clean Air Act (42 USC
1857(h)), Section 508 of the Clean Water Act (33 USC
1368), and Executive Order 11738.
7. All construction contracts contain or will contain provisions for:
a. Compliance with the Copeland "Anti -Kick Back" Act, and
b. Preference given in the employment of labor (except in
❑ ❑
executive, administrative, and supervisory positions) to
honorably discharged Vietnam era veterans and disabled
veterans.
S. All construction contracts exceeding $2,000 contain or will
contain the following provisions:
a. Compliance with the Davis -Bacon Act based on the current
® ❑ ❑
Federal wage rate determination; and
b. Compliance with the Contract Work Hours and Safety
Standards Act (40 USC 327-330), Sections 103 and 107.
9. All construction contracts exceeding $10,000 contain or will
contain appropriate clauses from 41 CFR Part 60 for
® ❑ ❑
compliance with Executive Orders 11246 and 11375 on Equal
Employment Opportunity.
10. All contracts and subcontracts contain or will contain clauses
required from Title VI of the Civil Rights Act and 49 CFR 23 and
® ❑ .❑
49 CFR 26 for Disadvantaged Business Enterprises.
11. Appropriate checks have been or will be made to assure that
contracts or subcontracts are not awarded to those individuals
or firms suspended, debarred, or voluntarily excluded from
® ❑ ❑
doing business with any U.S. Department of Transportation
(DOT) element and appearing on the DOT Unified List
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have
prepared documentation attached hereto for any item marked "no" that is correct and complete.
City of Fayetteville, Arkansas
(Signature of Sponsor's Designated Offs ' Representative)
Ray M Boudreaux
(Typed Name of Sponsor's designated Official Representative)
Director, Aviation Division
(Typed Title of Sponsors Designated Official Representative)
7/26/11
(Date)
ASSURANCES
Airport Sponsors
A. General.
1. 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 this grant offer by the sponsor, these assurances are
incorporated in and become part of this 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 the project items
installed within a facility under a noise compatibility program project, but in any
event not to exceed twenty (20) years from the date of acceptance of a grant offer
of Federal funds for the project. However, there shall be no limit on the duration
of the assurances regarding Exclusive Rights and Airport Revenue so long as the
airport is used as an airport. There shall be no limit on the duration of the terms,
conditions, and assurances with respect to real property acquired with Federal
funds. Furthermore, the duration of the Civil Rights assurance shall be specified
in the assurances.
2. Airport Development or Noise Compatibility Projects Undertaken by a
Private Sponsor. The preceding paragraph 1 also applies to a private sponsor
except that the useful life of project items installed within a facility or the useful
life of the facilities developed or equipment acquired under an airport
development or noise compatibility program project shall be no less than ten (10)
years from the date of acceptance of Federal aid for the project.
3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in 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:
Airport Sponsor Assurances (312011) 1 of 16
1. General Federal Requirements. It will comply with all applicable Federal laws,
regulations, executive orders, policies, guidelines, and requirements as they relate
to the application, acceptance and use of Federal funds for this project including
but not limited to the following:
Federal Legislation
a. Title 49, U.S.C., subtitle VII, as amended.
b. Davis -Bacon Act - 40 U.S.C. 276(a), et seg.1
c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seg.
d. Hatch Act - 5 U.S.C. 1501, et seg.2
e. Uniform Relocation Assistance and Real Property Acquisition Policies
Act of 1970 - Title 42 U.S.C. 4601, et se .12
f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C.
470(f).'
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
sec .
i. Clean Air Act, P.L. 90-148, as amended.
j. Coastal Zone Management Act, P.L. 93-205, as amended.
k. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.1
I. Title 49, U.S.C., Section 303, (formerly known as Section 4(f))
m. Rehabilitation Act of 1973 - 29 U.S.C. 794.
n. 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 seq.
p. American Indian Religious Freedom Act, P.L. 95-341, as amended.
q. Architectural Barriers Act of 1968 - 42 U.S.C. 4151, et seq.]
r. Power Plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C.
8373.'
s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq.'
t. Copeland Anti Kickback Act - 18 U.S.C. 874.1
u. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq.]
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.
Executive Orders
Executive Order 11246 - Equal Employment Opportunity'
Executive Order 11990 - Protection of Wetlands
Executive Order 11988 — 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
Airport Sponsor Assurances (3/2011) 2 of 16
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.'
e. 29 CFR Part 3 - Contractors and subcontractors on public building or
public work financed in whole or part by loans or grants from the United
States.'
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).'
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 state and local governments.3
i. 49 CFR 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.
k. 49 CFR Part 23 - Participation by Disadvantaged Business Enterprise in
Airport Concessions.
1. 49 CFR Part 24 - Uniform relocation assistance and real property
acquisition for Federal and federally assisted programs.'
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.'
o. 49 CFR Part 29 — Government wide debarment and suspension
(nonprocurement) 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. '
Office of Management and Budget (OMB) 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.
Airport Sponsor Assurances (3/2011) 3 of 16
These laws do not apply to private sponsors. .
49 CFR Part 18 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 this 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 act in connection with the application
and to provide such additional information as may be required.
b. Private Sponsor: It has legal authority to apply for 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 which are not to be paid by the United States. It has sufficient
funds available to assure operation and maintenance of items funded under this
grant agreement which it will own or control.
4. Good Title.
a. It, a public agency or the Federal government, holds good title,
satisfactory to the Secretary, to the landing area of the airport or site
thereof, or will give assurance satisfactory to the Secretary that good title
will be acquired.
b. For noise compatibility program projects to be carried out on the property
of the sponsor, it holds good title satisfactory to the Secretary to that
portion of the property upon which Federal funds will be expended or will
give assurance to the Secretary that good title will be obtained.
5. Preserving Rights and Powers.
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
Airport Sponsor Assurances (3/2011) 4 of 16
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 this grant agreement
without approval by the Secretary. If the transferee is found by the
Secretary to be eligible under Title 49, United States Code, to assume the
obligations of 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 which are to be carried out by
another unit of local government or are on property owned by a unit of
local government other than the sponsor, it will enter into an agreement
with that government. Except as otherwise specified by the Secretary, that
agreement shall obligate that government to the same terms, conditions,
and assurances that would be applicable to it if it applied directly to the
FAA for a grant to undertake the noise compatibility program project.
That agreement and changes thereto must be satisfactory to the Secretary.
It will take steps to enforce this agreement against the local government if
there is substantial non-compliance with the terms of the agreement.
d. For noise compatibility program projects to be carried out on privately
owned property, it will enter into an agreement with the owner of that
property which includes provisions specified by the Secretary. It will take
steps to enforce this agreement against the property owner whenever there
is substantial non-compliance with the terms of the agreement.
e. If the sponsor is a private sponsor, it will take steps satisfactory to the
Secretary to ensure that the airport will continue to function as a public -
use airport in accordance with these assurances for the duration of these
assurances.
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 ensure
that the airport will be operated and maintained in accordance with Title
49, United States Code, the regulations and the terms, conditions and
assurances in the grant agreement and shall ensure that such arrangement
also requires compliance therewith.
g. It will not permit or enter into any arrangement that results in permission
for the owner or tenant of a property used as a residence, or zoned for
residential use, to taxi an aircraft between that property and any location
on airport.
Airport Sponsor Assurances (312011) 5 of 16
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 the
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 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 (60) days after the project
application has been received by the Secretary.
It. 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
Airport Sponsor Assurances (312011) 6 of 16
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 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 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 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.
14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 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
Airport Sponsor Assurances (312011) 7 of 16
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 program
narrative contained in the project application or with the modifications
similarly approved.
b. It will furnish the Secretary with such periodic reports as required
pertaining to the planning project and planning work activities.
c. It will include in all published material prepared in connection with the
planning project a notice that the material was prepared under a grant
provided by the United States.
d. It will make such material available for examination by the public, and
agrees that no material prepared with funds under this project shall be
subject to copyright in the United States or any other country.
e. It will give the Secretary unrestricted authority to publish, disclose,
distribute, and otherwise use any of the material prepared in connection
with this grant.
f. It will grant the Secretary the right to disapprove the sponsor's
employment of specific consultants and their subcontractors to do all or
any part of this project as well as the right to disapprove the proposed
scope and cost of professional services.
g. It will grant the Secretary the right to disapprove the use of the sponsor's
employees to do all or any part of the project.
h. It understands and agrees that the Secretary's approval of this project grant
or the Secretary's approval of any planning material developed as part of
this grant does not constitute or imply any assurance or commitment on
the part of the Secretary to approve any pending or future application for a
Federal airport grant.
19. Operation and Maintenance.
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, state and local agencies for maintenance
and operation. It will not cause or permit any activity or action thereon
Airport Sponsor Assurances (3/2011) 8 of 16
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. It will take appropriate action, to the extent reasonable,
including the adoption of zoning laws, to restrict the use of land adjacent to or in
the immediate vicinity of the airport to activities and purposes compatible with
normal airport operations, including landing and takeoff of aircraft. In addition, if
the project is for noise compatibility program implementation, it will not cause or
permit any change in land use, within its jurisdiction, that will reduce its
compatibility, with respect to the airport, of the noise compatibility program
measures upon which Federal funds have been expended.
22. Economic Nondiscrimination.
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 classes of
aeronautical activities, including commercial aeronautical activities
offering services to the public at the airport.
b. In any agreement, contract, lease, or other arrangement under which a
right or privilege at the airport is granted to any person, firm, or
corporation to conduct or to engage in any aeronautical activity for
furnishing services to the public at the airport, the sponsor will insert and
enforce provisions requiring the contractor to -
Airport Sponsor Assurances (312011) 9 of 16
(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, non tenant, or
subtenant of another air carrier tenant) shall be subject to such
nondiscriminatory and substantially comparable rules, regulations,
conditions, rates, fees, rentals, and other charges with respect to facilities
directly and substantially related to providing air transportation as are
applicable to all such air carriers which make similar use of such airport
and utilize similar facilities, subject to reasonable classifications such as
tenants or non tenants and signatory carriers and non signatory carriers.
Classification or status as tenant or signatory shall not be unreasonably
withheld by any airport provided an air carrier assumes obligations
substantially similar to those already imposed on air carriers in such
classification or status.
f. It will not exercise or grant any right or privilege which operates to
prevent any person, firm, or corporation operating aircraft on the airport
from performing any services on its own aircraft with its own employees
[including, but not limited to maintenance, repair, and fueling] that it may
choose to perform.
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, conditions 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
Airport Sponsor Assurances (312011) 10 of 16
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 fee and rental structure for the
facilities and services at the airport which will make the airport as self-sustaining
as possible under the circumstances existing at the particular airport, taking into
account such factors as the volume of traffic and economy of collection. No part
of the Federal share of an airport development, airport planning or noise
compatibility project for which a grant is made under Title 49, United States
Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act
or the Airport and Airway Development Act of 1970 shall be included in the rate
basis in establishing fees, rates, and charges for users of that airport.
25. Airport Revenues.
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 operator's financing, provide
for the use of the revenues from any of the airport owner or operator's
facilities, including the airport, to support not only the airport but also the
airport owner or operator's general debt obligations or other facilities, then
this limitation on the use of all revenues generated by the airport (and, in
the case of a public airport, local taxes on aviation fuel) shall not apply.
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
Airport Sponsor Assurances (312011) 11 of 16
report will provide an opinion concerning, the use of airport revenue and
taxes in paragraph (a), and indicating whether funds paid or transferred to
the owner or operator are paid or transferred in a manner consistent with
Title 49, United States Code and any other applicable provision of law,
including any regulation promulgated by the Secretary or Administrator.
Any civil penalties or other sanctions will be imposed for violation of this
assurance in accordance with the provisions of Section 47107 of Title 49,
United States Code.
26. Reports and Inspections. It will:
a. submit to the Secretary such annual or special financial and operations
reports as the Secretary may reasonably request and make such reports
available to the public; make available to the public at reasonable times
and places a report of the airport budget in a format prescribed by the
Secretary;
b. for airport development projects, make the airport and all airport records
and documents affecting the airport, including deeds, leases, operation and
use agreements, regulations and other instruments, available for inspection
by any duly authorized agent of the Secretary upon reasonable request;
c. for noise compatibility program projects, make records and documents
relating to the project and continued compliance with the terms,
conditions, and assurances of the grant agreement including deeds, leases,
agreements, regulations, and other instruments, available for inspection by
any duly authorized agent of the Secretary upon reasonable request; and.
d. in a format and time prescribed by the Secretary, provide to the Secretary
and make available to the public following each of its fiscal years, an
annual report listing in detail:
1) all amounts paid by the airport to any other unit of government and
the purposes for which each such payment was made; and
2) all services and property provided by the airport to other units of
government and the amount of compensation received for
provision of each such service and property.
27. Use by Government Aircraft. It will make available all of the facilities of the
airport developed with Federal financial assistance and all those usable for
landing and takeoff of aircraft to the United States for use by Government aircraft
in common with other aircraft at all times without charge, except, if the use by
Government aircraft is substantial, charge may be made for a reasonable share,
proportional to such use, for the cost of operating and maintaining the facilities
used. Unless otherwise determined by the Secretary, or otherwise agreed to by the
sponsor and the using agency, substantial use of an airport by Government aircraft
will be considered to exist when operations of such aircraft are in excess of those
which, in the opinion of the Secretary, would unduly interfere with use of the
landing areas by other authorized aircraft, or during any calendar month that —
a. Five (5) or more Government aircraft are regularly based at the airport or
on land adjacent thereto; or
Airport Sponsor Assurances (312011) 12 of 16
b. The total number of movements (counting each landing as a movement) of
Government aircraft is 300 or more, or the gross accumulative weight of
Government aircraft using the airport (the total movement of Government
aircraft multiplied by gross weights of such aircraft) is in excess of five
million pounds.
28. Land for Federal Facilities. It will furnish without cost to the Federal
Government for use in connection with any air traffic control or air navigation
activities, or weather -reporting and communication activities related to air traffic
control, any areas of land or water, or estate therein, or rights in buildings of the
sponsor as the Secretary considers necessary or desirable for construction,
operation, and maintenance at Federal expense of space or facilities for such
purposes. Such areas or any portion thereof will be made available as provided
herein within four months after receipt of a written request from the Secretary.
29. Airport Layout Plan.
a. It will keep up to date at all times an airport layout plan of the airport
showing (1) boundaries of the airport and all proposed additions thereto,
together with the boundaries of all offsite areas owned or controlled by the
sponsor for airport purposes and proposed additions thereto; (2) the
location and nature of all existing and proposed airport facilities and
structures (such as runways, taxiways, aprons, terminal buildings, hangars
and roads), including all proposed extensions and reductions of existing
airport facilities; and (3) the location of all existing and proposed
nonaviation areas and of all existing improvements thereon. Such airport
layout plans and each amendment, revision, or modification thereof, shall
be subject to the approval of the Secretary which approval shall be
evidenced by the signature of a duly authorized representative of the
Secretary on the face of the airport layout plan. The sponsor will not make
or permit any changes or alterations in the airport or any of its facilities
which are not in conformity with the airport layout plan as approved by
the Secretary and which might, in the opinion of the Secretary, adversely
affect the safety, utility or efficiency of the airport.
b. If a change or alteration in the airport or the facilities is made which the
Secretary determines adversely affects the safety, utility, or efficiency of
any federally owned, leased, or funded property on or off the airport and
which is not in conformity with the airport layout plan as approved by the
Secretary, the owner or operator will, if requested, by the Secretary (1)
eliminate such adverse effect in a manner approved by the Secretary; or
(2) bear all costs of relocating such property (or replacement thereof) to a
site acceptable to the Secretary and all costs of restoring such property (or
replacement thereof) to the level of safety, utility, efficiency, and cost of
operation existing before the unapproved change in the airport or its
facilities,
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 or
Airport Sponsor Assurances (312011) 13 of 16
benefiting 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 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.
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
Statesshare of acquisition of such land 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 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 lodger needed for
airport purposes, dispose of such land at fair market value or make
available to the Secretary an amount equal to the United States'
proportionate share of the fair market value of the land. That portion of the
proceeds of such disposition which is proportionate to the United States'
share of the cost of acquisition of such land will, (1) upon application to
the Secretary, be reinvested in another eligible airport improvement
project or projects approved by the Secretary at that airport or within the
national airport system, or (2) 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 (1) it may be needed for aeronautical purposes (including
runway protection zones) or serve as noise buffer land, and (2) the revenue
from interim uses of such land contributes to the financial self-sufficiency
of the airport. Further, land purchased with a grant received by an airport
operator or owner before December 31, 1987, will be considered to be
needed for airport purposes if the Secretary or Federal agency making
such grant before December 31, 1987, was notified by the operator or
owner of the uses of such land, did not object to such use, and the land
continues to be used for that purpose, such use having commenced no later
than December 15, 1989.
d. Disposition of such land under (a) (b) or (c) will be subject to the retention
or reservation of any interest or right therein necessary to ensure that such
Airport Sponsor Assurances (312011) 14 of 16
land will only be used for purposes which are compatible with noise levels
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 AIP projects, dated and included in this
grant, and in accordance with applicable state policies, standards, and
specifications approved by the Secretary.
35. 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 policies 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 program offering the services described in Subpart
C and fair and reasonable relocation payments and assistance to displaced persons
as required in Subpart D and E of 49 CFR Part 24. (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 other modes of transportation to
have access to the airport; however, it has no obligation to fund special facilities
for intercity buses or for other modes of transportation.
37. Disadvantaged Business Enterprises. The 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 CFR Part 26. The Recipient shall take all necessary and
reasonable steps under 49 CFR Part 26 to ensure non 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,
Airport Sponsor Assurances (312011) 15 of 16
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 an
aircraft agree that a hangar is to be constructed at the airport for the aircraft at the
aircraft owner's expense, the airport owner or operator will grant to the aircraft
owner for the hangar a long term lease that is subject to such terms and conditions
on the hangar as the airport owner or operator may impose.
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-
(]) 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 (6)
month period prior to the applicable due date.
Airport'Sponsor Assurances (312011) 16 of 16
Notice of Proposed Construction or Alteration - On Airport
https:Hocaaa.faa.govloeaaa/external/eFi l ingtnra/locati onAction.j sp?act...
Federal Aviation
Administration
„ OE/AAA
Notice of Proposed Construction or Alteration - On Airport
Project: Faye -1462D7263-11 Sporssor. Ray M. Boudreaux
Details for Case
Show Project Sunanary
Sponsor (person, company, etc. proposing this action)
Sponsor: Fayetteville Executive Airport/ Drake Field
Construction / Alteration information Case Information
Notice Of: Construction ASN: 2011-ASW-3106-NRA
Duration: Temporary Component Type: CONSTR. SAFETY PLAN
If Temporary: Months: 0 Days:2o Development Type: CONSTR. SAFETY PLAN- Miscellaneous
Work Schedule - Start: Other Desc
Work Schedule - End: Prior Study:
Structure Details
Nearest State: AR
Loc ID: FW
Airport: DRAKE FIELD
City: • FAYETTEVIlIE
Latitude: 36.0.47.99 N
Longitude: 94-10-16.29W
Horl2ontal Datum: NAD83
Site Elevation (SE): 1247 (nearest foot)
Structure Height (AGL): 20 (nearest toot)
Describe/ Remarks
This airspace project if for the Work Area outside the runway
safety area. When construction takes place, RW 16-34 wE be
OPEN. Construction rnckides re)uvenating and re-strlphig the
existing taxiways.The coordinates provided show the area
closest to the runway centersne that men and equipment will
be working. The tallest equipment anticipated Is 20 feet.
NOTAMs will be issued accordingly to show where men and
equipment will be working and which taxiways will be cbsed.
1 oft
Date Determined:
Letters: None
Documents: 07/14/2011 in 7-14-11 Drake Fie...
Common Frequency Bands
Low Freq High Freq Freq Unit CAP ERP Unil
Specific Frequencies
1
7/26/2011 4:47 PM
Summary of Notice of Proposed Construction or Alteration <i>- On AL. https://oeaaa.faa.gov/oeaaa/external/eFiling/nra/locationActiorLjsp?act..
H�+* Federal Aviation OE/AAA
Administration
Summary of Notice of Proposed Construction or Alteration - On Airport
Project Summary: Faye -146207263-11
Structure
City, State
Lat/Long
Map
Document
Actions
Latest Letter
DRAKE FIELD
FAYErrEVILLE, AR
3600'47.99N
►u' Show Map
�
Create Fax Cover
None
2011-ASW-3106-NRA
941016.29W
Upload a PDF
Accepted
DRAKE FIELD
FAYETTEVILLE, AR
3600'15.26N
Show Map
'
Create Fax Cover
None
2011-ASW-3107-NRA
94.1000.36W
Upload a PDF
Accepted
DRAKE FIELD
FAYEITEVIU.E, AR
35.59'48.95N
tv✓ Show Map
Create Fax Cover
None
j 2011-ASW-3108-NSA
94"10'0B.23W
Upload a PDF
Accepted
iDRAKE FIELD
FAYETTEVILLE,AR
36•00'46.58N
OP Show Map
Create Fax Cover
None
2011-ASW-3109-NRA
941021.97'W
Upload a PDF
Accepted
1 of 2 7/26/20114:47 PM
Notice of Proposed Construction or Alteration - On Airport
Federal Aviation
Administration
https://oeaaa.faa.gov/oeaaa/externai/eFiling/nra/locationAction jsp?act..
u OE/AAA
Notice of Proposed Construction or Alteration - On Airport
- -- ... - ---�
Prejed: Fayr146207263-1f _ SponsorRayay M. Boudreaux
Details for Case
Show Project Summary
Sponsor (person, company, etc. proposing this action)
Sponsors FayetteMR ExecuWe A4port/ Drake FIMQ
Construction / Alteration Information
Notk:o Oh
Cortstructbn
Duration.
Temporary
if Temporary:
Months: 0 Days:20
Work Schedule - Start:
Work Sdredule
Structure Details
NearestSlatru AR
Lac ID: FW
Airport/ DRA%E FIELD
city:. FAYETTEVILLE
Latitude: 36-0-47.99 N
Longitude: 94-10-16.29 W
Horizontal Datum: NAD83
Site Eievation (SE): 1247 (nearest foot)
Strudure Height (AGL): 20 (nearest foot)
Describe/Remarks
This auspace project f for the Work Area outside the nmway
Safety area. When construction takes place, RW 16.34 will be
'OPEN Construction hides rejuvenating and re-s4lphig the
existing taxiways. The coordhates provided show the area
Closest to the runway centerline that men and equipment will
be working. The talent equipment antkpated Is 20 feet
NOTAMs wig be hatred accordingly to show where men and
equipment will be working and which taxiways will be closed.
Case Information
ASN;
2011-ASW-3106-NRA
Component Type:
CONSFR. SAFETY PLAN
Development Type:
CONSIR. SAFETY PLAN - Miscelaneous
Other Desc
Prior Study:
Date Determined:
Letters;
None
Documents.
07/14/2011 IM 7 -14 -Li Drake Fie.-.
Common Frequency Bands
Low.Freq•••••• fffgtr Freq Freq Unit IRS ERP Ue
Specific Frequencies
l of 2 7/26/2011 4:47 PM
FAA SOUTHWEST REGION
MODIFICATION OF AIRPORT STANDARDS
3 _ BACKGROUND` ,� s
1. AIRPORT: Drake Field
2. LOCATION (CITY, STATE):
3. LAC ID:
Fayetteville Executive Airport
Fayetteville, Arkansas
FYV
4. EFFECTED RUNWAY/TAXIWAY:
5. APPROACH (EACH RUNWAY):
6. AIRPORT REF. CODE (ARC):
Runway 16-34 & Taxiways A,
® PIR M
C -II
B, C, D, E, & F
® NPI 16
❑ VISUAL
7. DESIGN AIRCRAFT(EACH RUNWAY/TAXIWAY):
8. DATE OF LATEST FAA SIGNED ALP:
Runway 16-34 C-11
Completed April 2008 signed by Ed Agnew 01/25/2011
= ' MODIFICATION OF.STANDARDS
9. TITLE OF STANDARD BEING MODIFIED (CITE REFERENCE DOCUMENT):
EB No. 44B Coal -Tar Sealer/Rejuvenator
10. STANDARDIREQUIREMENT:
AC 15015370-10E
11. DESCRIBE PROPOSED MODIFICATION:
Requesting Approval to use EB No. 44B Coal -Tar Sealer/Rejuvenator.
12. EXPLAIN WHY STANDARD CANNOT BE MET (FAA ORDER 5300.1 F):
The Fayetteville Executive Airport is requesting to use Engineering Brief No. 44B Coal -Tar
Sealer/Rejuvenator for Runway 18-36 Rehabilitation..
The Airport used the EB No. 44 B Coal Tar Sealer/Rejuvenator in 2001 on the Runway and the
product has worked very well and the Runway needs to be recoated. Also the Taxiway Asphalt
pavement needs to be coated.
13. DISCUSS VIABLE ALTERNATIVES (FAA ORDER 5300.IF):
One alternative is AC 15015370-I0E Item P-632, Bituminous Pavement Rejuvenation. EB No.
44B is a coal -tar sealer which provides a fuel resistant surface and rejuvenates the asphalt
binder. Item P-632 does not specify to provide a fuel resistant surface.
14. STATE WHY MODIFICATION WOULD PROVIDE ACCEPTABLE LEVEL OF SAFETY FOR MODIFICATION TO AIRPORT DESIGN
STANDARDS OR ACCEPTABLE FINISHED PRODUCT WILL PERFORM FOR INTENDED DESIGN LIFE FOR MODIFICATIONS TO
MATERIAL, CONSTRUCTION OR EQUIPMENT STANDARDS OR NECESSARY TO CONFORM TO LOCAL LAWS (FAA ORDER 5300.1 F):
The application of the rejuvenator will not decrease the safety at the airport. The existing level
of safety will remain after the rejuvenator has been placed. A friction survey will be conducted
to ensure an acceptable level of safety would still exist.
ATTACH ADDITIONAL SHEETS; AS NECESSARY• INCLUDE SKETCHIPLAN .:
15. SIGNATURE OF ORIGINATOR:
16- ORIGINATOR'S ORGANIZATION:
17. TELEPHONE:
7h"
McClelland Consulting
Engineers, Inc.
479-443-2377
+/�j►��
Ith PONSOR (Authorized Repretao )
19. TELEPHONE:
479-718-7642
Typed Name of Sponsor
Ray Boudreaux Airport Di ctor — Fayetteville Executive Airport, Drake Field
I
I
a)
I-
rn
o
u)
Il-
O
LU1
O
In
0
In
O
U)
0
U)
I
0
to
rn
+.
C a►
CO
1—
In
M
CO)
O
O
0
I
O
0)
7 7
'
CD
r
-
r
r-
1•
f•
'
h
CO
w C
N
M
C I
OF-..
ti
1`
N
00
r
ti
f~
ti
ti
c
In
U)
r
T
In
U)
It)
In
U)
In
M
In
1.-
F -O
O)
O
O
O)
O)
r
N
o
In
U)
O) IC
ao
0
w
0
0
w
N
ti
N
a')
FA
49
49
6R
4A
49
!
4A
I
4A
44
V
m
0
o
�
a
U)
a)
N
C
U-
R
r+
Iti
1—
co
M
O
O
O
0
0
Co
C5
'l6 d
c
qq
ICS
In
0
0
0
O
C
O
O
>
C)
In
In
IT
IT
co
0
0
O
C)
O
O
E
E
o0
00
r
r
0
00
00
OO
Co
O
r
.O
(N
N
T
r
r
r
Oc0
++
Ca C
a-
CE�
V
>
w
Q)
FA
(1
U)
4A
U)
4R
H)
49
64
4A
4A
A a)
Z
''
N
N
N
O
O
0
0
O
0
O
0
O
N
'a
C
O
0
00
O
O
0
C)
0
C)
O
O
Q♦..
IO'
O y
T
r
0
0
O
0
O
O
0
0
O
r
w
J
CG
F-
T
r
r
CV
I()
U)
1-
I.�
N
c 0
a
V
to
N
In
N
N
C-
O)
N
N
(N
(NC')
C')
C')
M
C'')
M
M
M
CO
01
O
C
w
Z
.-.
IL
69
4R
Chi
Efl
4q
69
w
Cfi
w
d9
6H
49
w
f!1
I
Cl)
0R
CO
rI
rte+
fro+
3
7
7
Q
Q
7
7
IL
E
c
+n
Cl)
N
U)
N
v
7
Q)
Ip
10
CO
lC)
L
O ys.
C
C
C
C
}
>
a
a
a
a
a
In
4
15(5
U) In
I+
u
ar
L L
3
c
(1)
CO
OI) O
d
x
°)
r
c
a
m
IL
a
C
U) c c
O0
VW
W
m
�I
o
O c. a
DI
7+
o2S
O
O
C N CA
•�
m
aL
�.
3
U
(5(515
c
o 0
dl
L
0
O
7
m
O
O
p
c
d
>
c
00
C6 DD
�O
C
0
7
<
Yi
N
Z
0)
a7
y
X
X
X
O3 U V
R_
m
w
w
V
IQ
�I
-_LJ
F
T
A
�I
F
C
@
00
C
(6
m
tU
3
3
.C C C
I
E
Iv m �i
_�
I
'O
III
If
4)(5(5OIII
II
Ill
15CC
EE
TIil
N
M
In
Co
U)
I
WU)
W
d
O
O
0
M
0
0
0
0
C y
U')
0
O
O
0)
C
O
IOICC
O)
In
a1
ti
In
U)
In
I()
#
r
r
w J
44
4q
49
Ui
U)
4a
(N
C')
'Ifi
to
N
N
N
N
N
View Registration
Page 1 of 5
CCR Registration
Not to be used as certifications and representations. See ORCA for official certification.
Registration Status: Active in CCR; Registration valid until 07/14/2012.
DUNS: 134398903
DUNS PLUS4:
CAGE/NCAGE: 6G3K3
Legal Business Name: FAYETTEVILLE, CITY OF
Doing Business As (DBA): AVIATION & ECON. DEVELOPMENT
TIN/EIN:716018462
SSN:
Division Name: AVIATION DIVISION
Division Number:
Company URL: http://www.accessfavetteville.ora/aoyernment/aviation/index.cfm
Physical Street Address 1: 4500 S SCHOOL AVE STE F
Physical Street Address 2:
Physical City: FAYETTEVILLE
Physical State: AR
Physical Foreign Province:
Physical Zip/Postal Code: 72701-8016
Physical Country: USA
Mailing Name: RAY M BOUDREAUX, AVIATION DIRECTOR
Mailing Street Address 1: 4500 S SCHOOL STE F
Mailing Street Address 2:
Mailing City: FAYETTEVILLE
Mailing State: AR
Mailing Foreign Province:
Mailing Zip/Postal Code: 72701-8016
Mailing Country: USA
Business Start Date: 11/03/1836
Delinquent Federal Debt: No
Fiscal Year End Date; 12/31
Number of Employees for This Location:
Number of Employees for All Affiliates: 750
Annual Receipts for This Location:
Annual Receipts for All Affiliates: $123,509,000
Company Security Level:
Highest Employee Security Level:
CA:.zs1Ll: 'C `.e'2�.r`TE�7'iLSF(r:d '. `r `e�r"ls'i'..'.^'.'; ".`_'I"+S73T.iF'...c"Cs iu3Y"e'. "sP 1.: ,'T.+," :'" ' :' "' JI:It .. ;;•.k'?':y'3'53?aT'.ic,^., ^.:_,;�r.. %" ₹�, -_. ��,^,n.','-r`?S ^t ".k. S
DUN & BRADSTREET LINKAGE
https://w.ww.bpn.goV/ccLtauthJprofile/RegistrationView.aspx?duns' 1.34398903 7/26/2011
View Registration Page 2 of 5
This information comes from Dun & Bradstreet and is not editable by CCR users.
You may contact D&B Customer Service at 1-866-705-5711 (U.S. only) orgovt@dnb.com (US and International)
to verify your company name, physical address, or parent information in their system.
DUNS: 134398903
Linkage Info Date:
Headquarters Parent POC
DUNS:
Name:
Address:
City:
State:
Zip/ Postal Code:
Country:
Phone:
Domestic Ultimate POC
DUNS:
Name:
Address:
City:
State:
Foreign Province:
Zip/Postal Code:
Country:
U.S. Government Entity
Global Ultimate POC
DUNS:
Name:
Address:
City:
State:
Zip/Postal Code:
Country:
CORPORATE INFORMATION
Type of Organization
Business Types/Grants
12 - U.S. Local Government
V2 - Grants
C8 - City
DISASTER RESPONSE INFORMATION
Bonding Levels
Construction Bonding Level, Per Contract (dollars):
Construction Bonding Level, Aggregate (dollars):
Service Bonding Level, Per Contract (dollars):
Service Bonding Level, Aggregate (dollars):
Geographic Areas Served
https://.www.,bpn:gov/cci•auth/profile/RegistrationView.aspx?dun's=134398903 .7/26/2011
View Registration
Page 3 of 5
No geographic areas specified
T..1`.1�....w.aa!wsw�:a,..�e?esxas�r___}
GOODS / SERVICES
North American Industry Classification System (NAICS)
488119 - Other Airport Operations
Product Service Codes (PSC)
Federal Supply Classification (FSC)
SMALL BUSINESS TYPES
SDB, 8A and HubZone certifications come from the Small Business Administration and are not editable by CCR vendors.
Business Types Expiration Date
North American Industry Classification System (NAICS)
The small business size status is derived from the receipts, number of employees, assets, barrels of oil, and/or megawatt
hours entered by the vendor during the registration process.
NAICS Description Small Business Emerging Small
Code Business
488119 Other Airport Operations No No
xasn�+c ..-i
FINANCIAL INFORMATION
Electronic Funds Transfer (EFT) Automated Clearing House (ACH)
Financial Institution: ARVEST BANK-FAYETTEVILLE U.S. Phone: 479-575-1000
ABA Routing Number: 082900872 Non-U.S. Phone:
Account Number: 4841984406 Fax:
Account Type: Checking Email Address:
Lockbox Number:
Authorization Date: 07/12/2011
Remittance Information
Name: CITY OF FAYETTEVILLE
Address Line 1: 113 W MOUNTAIN ST
Address Line 2:
City: FAYETTEVILLE
State: AR
Foreign Province:
Zip/Postal Code: 72701
Country; USA
Accepts credit cards as a method of payment: No
Accounts Receivable POC
Name: PEGGY BELL - CONTRACT GRANT
FINANCIAL ACCOUNTANT
Email Address: pbell@ci.fayetteville.ar.us
U.S. Phone: 479-575-8241
Non-U.S. Phone:
Fax: 479-575-8273
:''. https://.ww.w.bpn:gov/ccrauth/profile/Regi'strationView.*x?du`ns=]'34398903 ..: ..7/26/2011
1
View Registration
Page 4 of 5
.....r_a,xr�^xt.-rutue+a;>rie��-^-ss�xaxvs:. •w. _ •c..;. —• t�sa�;nf.�._`�i�u."s�...,.s— :b=,•a.^—�•'1:S.*2!
CCR POINTS OF CONTACT
CCR Primary POC (Registrant Name)
Name: JAMES NICHOLSON
Email Address: jnicholsbn@ci.fayetteville.ar.us
U.S. Phone: 479-718-7641
Non-U.S. Phone:
Fax: 479-718-7646
Government Business Primary POC
Name: RAY M BOUDREAUX, DIRECTOR
AVIATION
Email Address: rboudreaux@ci.fayetteviIle.ar.us
Address Line 1: 4500 S SCHOOL AVE STE F
Address Line 2:
City: FAYETTEVILLE
State: AR
Foreign Province:
Zip! Postal Code: 72701
Country: USA
U.S. Phone: 479-718-7642
Non-U.S. Phone:
Fax: 479-718-7646
Past Performance Primary POC
Name:
Email Address:
Address Line 1:
Address Line 2:
City:
State:
Foreign Province:
Zip/Postal Code:
Country:
U.S. Phone:
Non-U.S. Phone:
Fax:
Electronic Business Primary POC
Name: PAUL BECKER, FINANCE DIRECTOR
Email Address: pbecker@d.fayetteville.ar.us
Address Line 1: 113 W MOUNTAIN ST
Address Line 2:
City: FAYETTEVILLE
State: AR
Foreign Province:
Zip/Postal Code: 72701
CCR Alternate POC
Name: PEGGY BELL
Email Address: pbell@ci.fayetteville.ar.us
U.S. Phone: 479-575-8241
Non-U.S. Phone:
Fax: 479-575-8273
Government Business Alternate POC
Name: JAMES NICHOLSON, AIRPORT
FINANCIAL COORDINATOR
Email Address: jnicholson@ci.fayetteville.ar.us
Address Line 1: 4500 S SCHOOL AVE STE F
Address Line 2:
City: FAYETTEVILLE
State: AR
Foreign Province:
Zip/Postal Code: 72701
Country: USA
U.S. Phone: 479-718-7641
Non-U.S. Phone:
Fax: 479-718-7646
Past Performance Alternate POC
Name:
Email Address:
Address Line 1:
Address Line 2:
City:
State:
Foreign Province:
Zip/Postal Code:
Country:
U.S. Phone:
Non-U.S. Phone:
Fax:
Electronic Business Alternate POC
Name: MARSHA HERTWECK, ACCOUNTING
DIRECTOR
Email Address: mhertweck@ci.fayetteville.ar.us
Address Line 1: 113 W MOUNTAIN ST
Address Line 2:
City: FAYETTEVILLE
State: AR
Foreign Province:
Zip! Postal Code: 72701
httpsa/www.bpn.govlcc'rauth/prafile/RegistrationView.aspx?duns=134398903. 7/26/201-1..
View Registration
Country: USA
U.S. Phone: 479-575-8330
Non-U.S. Phone;
Fax: 479-575-8257
Previous Business Name
Name:
Address Line 1:.
Address Line 2:
City:
State:
Foreign Province:
Zip/Postal Code:
Country:
Corporate POC
Name:
Email Address:
U.S. Phone:
Non-U.S. Phone:
Fax:
EDI
Value Added Network:
Interchange ID (ISA) Qualifier:
Interchange Sender ID (ISA) Qualifier:
Functional Group (GS02) Identifier:
EDI POC
Name:
Email Address:
. U.S. Phone:
Non-U.S. Phone:
Fax
Page 5 of 5
Country: USA
U.S. Phone: 479-575-8288
Non-U.S. Phone:
Fax: 479-575-8273
Government Parent
Name:
Address Line 1:
Address Line 2:
City:
State:
Foreign Province:
Zip/Postal Code:
Country:
Marketing Partner Identification Number(MPIN)
MPIN: fefaVeg7Q
Receive. Remittance Advice Notices (820's) through their VAN provider: ---
' https://www.bon-gb.v/ccrauth/profile/RegistrationView.aspx?dims=134398903 • •1 . , _. _.,7/26/ 011
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
N/A
City Council Meeting Date
Agenda Items Only
Ray M. Boudreaux Aviation
Submitted By Division
REVENUE BUDGET
$ 239,497.00 $ -
GRANT REVENUE Category 1 Project Budget
5550.0955.6820.40 $
Account Number Funds Used to Date
11023 1 $ -
Transportation
Department
Airport Pavement Rehab & Re -mark
Program Category I Project Name
Airport Revenue
Program / Project Category Name
Airport
Project Number Remaining Balance Fund Name
Budgeted Item IBudget Adjustment Attached
126-11
Previous Ordinance or Resolution # 143-11
Date
Original Contract Date:
) —2i t j Original Contract Number:
Date
Date
Received in City
Clerk's Office . ����`�
Date
Received in
Mayor's Office
ate
Comments: A Budget Adjustment to recognize the grant revenue to be submitted as a Council Agenda item for the September
20th meeting.
Revised January 15, 2009
RESOLUTION NO. 143-11
A RESOLUTION AUTHORIZING APPLICATION AND ACCEPTANCE OF A
FEDERAL AVIATION ADMINISTRATION 95% PROJECT COST GRANT
AND AN ARKANSAS DEPARTMENT OF AERONAUTICS 5% MATCHING
GRANT, FOR THE DRAKE FIELD RUNWAY REJUVENATION PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes
application and acceptance of a Federal Aviation Administration 95% project cost grant and an
Arkansas Department of Aeronautics 5% matching grant for the Drake Field Runway
Rejuvenation Project.
PASSED and APPROVED this 1b" day of August, 2011.
APPROVED:
ATTEST:
By: �» By: i)/141AiJ c:;E M&ZZ)
LO J AN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
ptt»trrrrprrrP�
=U•
FAYE1TEVtLLE a
e • e
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
N/A
City Council Meeting Date
Agenda Items Only
Ray M. Boudreaux
Submitted By
Aviation
Division
Transportation
Department
Action Kequirea:
tion Required:
Approve authority to accept a Grant Offer from DOT/FAA (95% of project cost) & an Arkansas Department of
ronautics grant (5% match).
$ 239,497.00
GRANT REVENUE
5550.3960.7820.40
Account Number
11023 1
Project Number
Budgeted Item II
REVENUE BUDGET
Category! Project Budget
Airport Pavement Rehab & Re -mark
Program CategoryI Project Name
Airport Capital Exp
Funds Used to Date Program I Project Category Name
$ _ Airport
Remaining Balance
Budget Adjustment Attached
Date
S'fz- r/
Date
:..�O.MIc, Rj., ' - t z-zoi,
Finance and Internal Services Director Date
Fund Name
Previous Ordinance or Resolution # 126-11
Original Contract Date: 19 -Jul
Original Contract Number:
0g_, 2--1 1 p02.
Received in City
Clerk's Office
Received in C �{
Mayor's Office
Comments: Project to be 100% funded with grants from the DOT/FAA and Arkansas Department of Aeronautics.
The Item is on the 8/16/11 Council Agenda. The Grant dollar amount is revised per FAA request.
Revised January15, 2009
City Council Meeting of: N/A
Agenda Item Number:
aye evale
AVIATION DIVISION
FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD
CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO
TO: Mayor Jordan
TRRU: Chief of Staff
THRU: Staff/Contract Review Committee
THRU: Terry Gulley, Transportation Director
FROM: Ray M. Boudreaux, Aviation Dir ctor
DATE: August 10, 2011
SUBJECT: Approve Amended Grant Application for the Runway Rejuvenation
Project at the airport reducing the amount of the grant request to
$239,497 per request of the FAA program manager, Paul Burns.
Signature of the Mayor and City Clerk.
RECOMMENDATION: Signature of the Mayor and City Clerk on amended FAA/AIP grant
application in the amount of $239,497 for the Runway Rejuvenation Project at Drake Field.
BACKGROUND: FAA does not have the funds to approve grant funding for. an amount more
than the already approved entitlement fiends assigned to Drake Field for the Rejuvenation
Project. McClelland Consulting Engineers has reduced the scope of the project to include the
runway and taxiway "A" only leaving Taxiway 'B" for a later date. The new scope falls within
the available funding and has been agreed to by the Contractor, Time Striping. The amended
application is due to the FAA by August 18, 2011 signed.
BUDGET IMPACT: This project is 95% funded through FAA/AIP grant funds and 5% through
State Aeronautics Commission.
Attachments: Staff Review
Amended Grant Application
Original Grant Application
4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 727101
479.718.7642 • 479.718.7646 FAX - www.accessfayetteville.orgfgovemment/aviation
airporL economic development@d.fayetteville.ar.us
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
8/16/2011
City Council Meeting Date
Agenda items Only
Ray M. Boudreaux Aviation Transportation
Submitted By Division Department
Action
Action Required:
a) Approve authority to accept a Grant Offer from DOTIFAA (95% of project cost) & an Arkansas Department of
Aeronautics grant (5% match).,
$ 309,765.00
GRANT REVENUE
5550.3960.7820.40
Account Number
11023 1
Project Number
Budgeted Item
REVENUE BUDGET
Category I Project Budget
Funds Used to Date
Remaining Balance
Budget Adjustment Attached
Airport Pavement Rehab & Re -mark
Program Category / Project Name
Airport Capital Exp
Program! Project Category Name
Airport
Fund Name
. 2- I Previous Ordinance or Resolution # 126-11
Date
Original Contract Date: 19 -Jul
612 - lr Original Contract Number:
Date
Finance and Internal Services Director Date
41VL 1L_ -
Chief of St Date
Ma r ate
Received in City e4
Clerk's Office i E
(1I
Received in y�
Mayors Office
comments: Project to be 100% funded with grants from the DOT/FAA and Arkansas Department of Aeronautics.
Revised January 15, 2009
City Council Meeting of August 16, 2011
Agenda Item Number:
'ttw.. Tile AVIATION DIVISION
ARKANSAS FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD
CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO
TO: Mayor Jordan
THRU Chief of Staff
THRU: StafllContract Review Committee
THRU: Terry Gulley, Transportation Director
FROM: Ray M. Boudreaux, Aviation Dir or
DATE: July 27, 2011
SUBJECT: Approve authority to accept a Grant Off r from DOT/FAA (95% of project
cost) and apply for and accept and Arkansas Department of Aeronautics
grant (5% match) for the Runway Rejuvenation Project at Drake Field.
RECOMMENDATION: Approve authority to accept the Grant Offer from the FAA (95%) and
authority to apply for and accept a grant from the Arkansas Department of Aeronautics (5%
match) for the Runway Rejuvenation Project at Drake Field.
BACKGROUND: The FAA grant application for runway rejuvenation and re -striping was
signed by the Mayor on July 27, 2011. The application was submitted to the FAA for approval
on July 29, 2011 per request of Paul Burns, FAA Project Manager, Southwest Region Airport
Development Office. Per his request, the project was designed and bid with City Council
approval of Task Order No. 6 with McClelland Consulting Engineers with the low bid offered by
Time Striping. Mr. Burns has indicated that the Grant offer will be sent to the City of
Fayetteville for acceptance around September 2, 2011 thus the request for authority for accept
the offer and for the Mayor to affix his signature prior to receipt of the offer. The FAA typically
requires a very short turnaround.
BUDGET IMPACT: Project total cost including engineering and project oversight is
$309,765.00. FAA grant request is for $294,277.00. This project is totally grant eligible from
FAAJAIP funding (95%) and State Aeronautics Commission funding (5%). We will not proceed
with the construction until FAA grant funds have been awarded.
Attachments: FAA Grant Application
4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYE1TEVILLE AR 72701
479.718.7642 479.718.7646 FAX • www.accessfayetteville.orglgovernmentlaviaton
airport economic development@ci.fayetteville.ar.us
TIME SENSITIVE
This Airport Improvement Program Grant must
be executed returned to the Federal Aviation
Administration IMMEDIATELY.
.1.iic. _
Mr. Edward Agnew
Department of Transportation
Federal Aviation Administration
AR/OK ADO, ASW-630
2601 Meacham Boulevard
Fort Worth, TX 76137
Phone: (817) 222 - 5630
FAX: (817)222-5987
US. Department Federal Aviation Administration 2601 Meacham Boulevard
of Transportation Southwest Region, Airports Division Fort Worth, Texas 76137
Federal Aviation Arkansas/Oklahoma Airports Development Office
Administration
August 29, 2011
The Honorable Lioneld Jordan
Mayor of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
Dear Mayor Jordan:
We are enclosing the original and one copy of the Grant Offer for Airport Improvement
Program (AIP) Project No. 3-05-0020-040-2011 at Drake Field Airport. This letter outlines
expectations for success. Please read the conditions and assurances carefully.
To properly enter into this agreement, please accomplish the following:
• The governing body must pass a resolution and execute the grant, along with your
attorney's certification, by September 9, 2011, in order for the grant to be valid.
• We ask that you return the Grant Offer marked "Original" to us by overnight mail and
maintain the copy marked "Sponsor" for your records.
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 rewired to make a LOC draw for allowable incurred project
expenses every 30 days. Should you fail to make draws on a regular basis, your grant may
be placed in "inactive" status which will impact future grant offers.
Until the grant is completed and closed, you are responsible for submitting formal reports as
follows:
A signed./dated SF -271 (or equivalent) and SF -425 for the preceding quarter's
financial activity on a quarterly basis, i.e. no later than January 15, April 15, July 15,
and October 15; and
Construction Progress Reports (FAA Form 5370-1) are due every two weeks while
on -site construction is in progress.
Once the project(s) is completed and all costs are determined, we ask that you close the
project without delay and submit, as a minimum, the following:
• Pre- and post -construction photographs; and
• Sponsor Certification for Project Final Acceptance; and
• Summary of all change orders and summary of all testing; and
• Final SF -271 (or equivalent) and SF -425.
Mr. Paul Burns, 817-222-5648, aul.burns(ai)faa. ov 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,
Edward N. Agnew
LI Manager, Arkansas/Oklahoma
Airports Development Office
Enclosure (2)
cc:
Mr. John Knight, Director
Arkansas Department of Aeronautics
SPONSOR COPY
U.S. Department
of Transportation
Federal Aviation
Administration
GRANT AGREEMENT
PART I — OFFER
August 29, 2011
Date of Offer
Drake Field
Airport/Planning Area
3-05-0020-040-2011
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 August 16, 2011, for a grant of
Federal funds for a project at or associated with the Drake Field Airport, 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 (or Planning Area) (herein called the "Project")
consisting of the following:
Rehabiliate Runway
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 $239,497.00. 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:
$239,497.00 for airport development or noise program implementation.
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 September 9, 2011, 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
FAA Form 5100-37 (10-89)-5100-38C 2 of 5
United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance
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. AIR AND WATER QUALITY: Approval of the project included in this agreement is conditioned on the Sponsor's
compliance with applicable air and water quality standards in accomplishing project construction. Failure to comply
with this requirement may result in suspension, cancellation, or termination of Federal assistance under this
agreement.
12. PAVEMENT MAINTENANCE MANAGEMENT PROGRAM: For a project to replace or reconstruct pavement at
the airport, the Sponsor shall implement an effective airport pavement maintenance management program as is
required by Airport Sponsor Assurance Number C-11. The Sponsor shall use such program for the useful life of
any pavement constructed, reconstructed, or repaired with federal financial assistance at the airport. As a
minimum, the program must conform with the provisions outlined below
Pavement Maintenance Management Program
An effective pavement maintenance management program is one that details the procedures to be followed to
assure that proper pavement maintenance, both preventive and repair, is performed. An airport sponsor may use
any form of inspection program it deems appropriate. The program must, as a minimum, include the following:
a. Pavement Inventory. The following must be depicted in an appropriate form and level of detail:
(1) location of all runways, taxiways, and aprons;
(2) dimensions;
(3) type of pavement, and;
(4) year of construction or most recent major rehabilitation.
For compliance with the Airport Improvement Program (AIP) assurances, pavements that have been constructed,
reconstructed, or repaired with federal financial assistance shall be so depicted.
b. Inspection Schedule.
(1) Detailed Inspection. A detailed inspection must be performed at least once a year. If a history of
recorded pavement deterioration is available, i.e., Pavement Condition Index (PCI) survey as set forth in
Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," the
frequency of inspections may be extended to three years.
(2) Drive -By Inspection. A drive -by inspection must be performed a minimum of once per month to detect
unexpected changes in the pavement condition.
c. Record Keeping. Complete information on the findings of all detailed inspections and on the maintenance
performed must be recorded and kept on file for a minimum of five years. The types of distress, their
locations, and remedial action, scheduled or performed, must be documented. The minimum information to
be recorded is listed below:
(1) inspection date,
(2) location,
(3) distress types, and
(4) maintenance scheduled or performed.
For drive -by inspections, the date of inspection and any maintenance performed must be recorded.
d. Information Retrieval. An airport sponsor may use any form of record keeping it deems appropriate, so
long as the information and records produced by the pavement survey can be retrieved to provide a report to
the FAA as may be required.
e. Reference. Refer to Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of
Airport Pavements," for specific guidelines and procedures for maintaining airport pavements and
establishing an effective maintenance program. Specific types of distress, their probable causes,
inspection guidelines, and recommended methods of repair are presented.
13. BUY AMERICAN REQUIREMENT: Unless otherwise approved by the FAA, the Sponsor will not acquire or permit
any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States
to be used for any project for airport development or noise compatibility for which funds are provided under this
FAA Form 5100-37 (10-89)-5100-38C 3 of 5
grant. The Sponsor will include in every contract a provision implementing this special condition.
14. REGISTRATION IN CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE: The Sponsor agrees
that it will maintain an active Central Contractor Registration (CCR) database registration with current
information at all times during which it has an active Federal award (i.e. an open AIP grant).
15. 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.
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 conditio s in this Offer and i the Project Application.
Executed this i5O.1 day of , aoil
(SEAL)
By:
Fayetteville
fionsor's Designated Official
Representative)
jQ../..d..............Zer.....dan._.._............................._.........._._..................._-.-._-.....
(Typed Name of Sponsor's Designated Official
Representative)
................!!! Q'._,........................_._........_._.___..................._._._._.._.............._.........._._._...._._._....................._.-...--......----.......
(Ted Title of Sponsor's Designated Official
Representative)
�/ CERTIFICATE OF SPONSOR'S ATTORNEY
I, �� /1 s (t tf 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 /-c-✓�,, 1, . 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 4 . 3o CA this _______ day of /-vel ulz- l-.)(
By
igna ur o ponsor s
FAA Form 5100-37 (10-89)-5100-38C 5 of 5
OMB Number: 4040-0004
Expiration Date: 03131/2012
Application for Federal Assistance SF -424
1. Type of Submission:
Preapplication
Application
ChangedlCorrected Application
`2, Type of Application: * If Revision, select appropriate letter(s):
(x; New
Continuation Other (Specify)
i a Revision
3. Date Received: 4. Applicant Identifier:
5a. Federal Entity Identifier:
* 5b. Federal Award Identifier:
3-05-0020-40-2011
AR/OK ADO, ASW-630
State Use Only:
6. Date Received by State:
7. State Application Identifier:
8. APPLICANT INFORMATION:
* a. Legal Name: City of Fayetteville
b. Employer/Taxpayer Identification Number (EIN/TIN}:
716018462
c. Organizational DUNS:
134398903
d. Address:
• Streeti: 14500 S School Ave , Ste F
Street2:
City: Fayetteville
County: Washington
* State; Arkansas
Province:
'Country:
USA: UNITED STATES
Zip! Postal Code: 172701
e- Organizational Unit:
Department Name:
Division Name:
Aviation
Transportation
f. Name and contact information of person to be contacted on matters involving this application:
Prefix: Col. (USAF rat.) * First Name:
Middle Name: M
Ray
Last Name: Boudreaux
Suffix:
Title: Aviation Director
Organizational Affiliation:
Airport Manager, Drake Field, KFYV
* Telephone Number: 479-718-7642
Fax Number: 479-718-7646
Email: rboudreaux@ci_fayetteville.ar.us
Application for Federal Assistance SF -424
9, Type of Applicant 1: Select Applicant Type:
(C) City Government
Type of Applicant 2: Select Applicant Type:
Type of Applicant 3: Select Applicant Type:
* Other (specify):
* 10. Name of Federal Agency:
Federal Aviation Administration
11. Catalog of Federal Domestic Assistance Number:
20.106
CFDA Title:
[Airport Improvement Program (AIP)
* 12. Funding Opportunity Number:
* Title:
13. Competition Identification Number:
Title:
14. Areas Affected by Project (Cities, Counties, States, etc.):
City of Fayetteville, Washington County, Arkansas
* 15. Descriptive Title of Applicant's Project:
Pavement Rehabilitation & Re -marking
Attach supporting documents as specified in agency instructions.
I Application for Federal Assistance SF -424 I
16, Congressional Districts Of:
a. Applicant AR District 3
Attach an additional list of Program/Project Congressional Districts if needed.
' b. Program/Project [_R District 3
17. Proposed Project:
* a. Start Date: October 2011 ' b. End Date: November 2011
18. Estimated Funding ($):
a. Federal 239,497
b. Applicant
c. State 12,605
d. Local
* e. Other
"f. Program Income
" g. TOTAL 252.102
* 19. Is Application Subject to Review By State Under Executive Order 12372 Process?
a. This application was made available to the State under the Executive Order 12372 Process for review on
b. Program is subject to E.O. 12372 but has not been selected by the State for review.
c. Program is not covered by E.O. 12372.
* 20. Is the Applicant Delinquent On Any Federal Debt? (if "Yes", provide explanation.) Applicant Federal Debt Delinquency Explanation
Yes sX No
21. *By signing this application, I certify (1) to the statements contained in the list of certifications** and (2) that the statements
herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances** and agree to
comply with any resulting terms if I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may
subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 218, Section 1001)
IAGREE
*` The list of certifications and assurances, or an internet site where you may obtain this list, is contained in the announcement or agency
specific instructions.
Authorized Representative:
Prefix: [The Honorable I * First Name: ILioneld
Middle Name:
* Last Name: Jordan
Suffix:
" Title: Mayor, City of Fayetteville
Telephone Number: 479.575-8330 Fax Number: 479-575-8257
Email: I liordan@ci.fayetteville.ar,us
Signature of Authorized Representative: I, m ; ,.Js Date Signed: 'f /'h./J
U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
OMs No. 2120-0569
11/30/2007
PART II
PROJECT APPROVAL INFORMATION
SECTION A
Item 1. Name of Governing Body:
Does this assistance request require State, local, regional,
or other priority rating? Priority:
❑ Yes ❑X No
Item 2. Name of Agency or Board:
Does this assistance request require State, or local (Attach Documentation)
advisory, educational or health clearances?
Yes ❑X No
Item 3. (Attach Comments)
Does this assistance request require clearinghouse review
in accordance with OMB Circular A-95?
❑ Yes ❑X No
Item 4. Name of Approving Agency:
Does this assistance request require State, local,
regional or other planning approval? Date: / 1
❑ Yes ❑X No
Item 5. Check one: State
Is the proposal project covered by an approved Local
comprehensive plan? Regional
❑ Yes ❑X No Location of Plan:
Item 6.
Will the assistance requested serve a Federal
installation?
❑ Yes ❑X No
Item 7.
Will the assistance requested be on Federal land
or installation?
❑ Yes ❑X No
Name of Federal Installation:
Federal Population benefiting from Project:
Name of Federal Installation:
Location of Federal Land:
Percent o₹ Project:
Item 8. See instruction for additional information to be
Will the assistance requested have an impact or effect on provided
the environment?
❑ Yes ❑X No
Item 9. Number of:
Will the assistance requested cause the displacement of Individuals:
individuals, families, businesses, or farms? Families:
❑ Yes ❑X No Businesses:
Farms:
Item 10. See instructions for additional information to be
Is there other related Federal assistance on this provided.
project previous, pending, or antici ted?
CM Yes O No
FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1 (9-03) Page 2
U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569
PART II - SECTION C
The Sponsor hereby represents and certifies as follows:
1. Compatible Land Use. - The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the
vicinity of the airport:
The Sponsor has adopted Drake Field Ordinance 2607, which regulates and restricts all land use activities in
the vicinity of Fayetteville Executive Airport, Drake Field. Adopted January 20, 1980 and as amended.
2. Defaults_ - The Sponsor is not in default on any obligation to the United States or any agency of the United States Government
relative to the development, operation, or maintenance of any airport, except as stated herewith:
None
3. Possible Disabilities. - There are no facts or circumstances (including the existence of effective or proposed leases, use
agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings)
which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the
provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows:
None
4. Consistency with Local Plans. — The project is reasonably consistent with plans existing at the time of submission of this
application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area
surrounding the airport.
Yes
5. Consideration of Local Interest - It has given fair consideration to the interest of communities in or near where the project may be
located.
Not applicable
6. 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 which project is proposed.
Not applicable
7. Public Hearings. — In projects involving the location of an airport, an airport runway or a major runway extension, it has afforded the
opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway
location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when
requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its
management board either voting representation from the communities where the project is located or has advised the communities
that they have the right to petition the Secretary concerning a proposed project.
Not applicable
8. Air and Water Quality Standards. — In projects involving airport location, a major runway extension, or runway location it will provide
for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located,
designed, constructed, and operated so as to comply with applicable and air and water quality standards. in any case where such
standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator
of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to
certify shall be provided within sixty days after the project application has been received by the Secretary.
Not applicable
FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 3a
U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569
PART II- SECTION C (Continued)
9. Exclusive Rights — There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or
controlled by the Sponsor except as follows:
None
10. Land. — (a) The sponsor holds the following property interest in the following areas of land* which are to be developed or used as
part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse interests, all of which areas
are identified on the aforementioned property map designated as Exhibit "A":
Not applicable
The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such
attorney or title company has determined that the Sponsor holds the above property interests.
(b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the
Project, the following property interest in the following areas of land* on which such construction work is to be performed, all of which
areas are identified on the aforementioned property map designated as Exhibit "A":
Not applicable
(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"
*State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests
of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the
area numbers shown on the property map.
FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100(4-76) Page 3b
U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569
PART III - BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
1. Federal Domestic Assistance Catalog No .................................20-106
20-106
2. Functional or Other Breakout .................................................... Airport Improvement Program
SECTION B -CALCULATION OF FEDERAL GRANT
Cost Classification
Use only for revisions
Total
Amount
Required
Latest Approved
Amount
Adjustment
+ or (-)
1. Administration expense
$
$
$ 1,000
2. Preliminary expense
3. Land, structures, right-of-way
4. Architectural engineering basic fees
$ 9,830
5. Other Architectural engineering fees
$ 2,500
6_ Project inspection fees
$ 10,500
7. Land development
8. Relocation Expenses
9. Relocation payments to Individuals and Businesses
10. Demolition and removal - Obstruction removal
11. Construction and project improvement
$ 228,272
12_ Equipment
13. Miscellaneous
14. Total (Lines 1 through 13)
$ 252,102
15. Estimated Income (if applicable)
16. Net Project Amount (Line 14 minus 15)
$ 252,102
17. Less: Ineligible Exclusions
18_ Add: Contingencies
19. Total Project Amt. (Excluding Rehabilitation Grants)
$ 252,102
20. Federal Share requested of Line 19
$ 239,497
21. Add Rehabilitation Grants Requested (100 Percent)
22. Total Federal grant requested (lines 20 & 21)
$ 239,E-97
23. Grantee share
-O-
24. Other shares AR State Dept Aeronautics 5% Match
$ 12,605
25. Total Project (Lines 22, 23 & 24)
$
$
$ 252,102
FAA rorm 51uu-]vu (1-ui) ,>UvEkz5bL) S r"AA FUKM 5100-100 (6-73) Page 4
H a nFD TMGNT nF TRANSPI1RTATION - FEDERAL AVIATION ADMINISTRATION
OMB No. 2120-0569
SECTION C - EXCLUSIONS
Classification
Ineligible for
Participation
1
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
$
a. Securities
b. Mortgages
c. Appropriations (By Applicant)
d. Bonds
e. Tax Levies
f. Non Cash
g. Other (Explain)
h. TOTAL - Grantee share
28. Other Shares
a. State Arkansas Department of Aeronautics
$ 12,605
b. Other
c. Total Other Shares
29. TOTAL
$ 12,605
SECTION E - REMARKS
PART IV PROGRAM NARRATIVE (Attach - See Instructions)
FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 5
PART IV
PROGRAM NARRATIVE
(Suggested Format)
DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
OMS NO. 2120-0569
PROJECT: Pavement Rehabilitation & Re -marking
AIRPORT: Drake Field, FYV
1. Objective:
Rehabilitate the existing Runway and Taxiways. Project comprises rubber removal, crack seal, asphalt
rejuvenation sealer, and re -marking. Re -marking to add the recently required enhanced runway holding position
markings.
2. Benefits Anticipated:
Will extend the usable life of the pavement. Will ensure airfield markings are up to date.
3. Approach : (See approved Scope of Work in Final Application)
d. Consulting Airport Engineer to produce plans & specifications for bidding. Suitable specialized pavement
rehab and painting contractors hired to perform the work.
4. Geographic Location:
Runway and taxiways. See attached vicinity map, Exhibit "A"
5. If Applicable, Provide Additional Information:
6. Sponsor's Representative: (include address & telephone number)
Ray M. Boudreaux, Director Aviation Division
4500 S School Ave, Ste F
Fayetteville, AR,_ 72701
Phone: 479-718-7642, Fax: 479718-7646, e-mail: roudreaux@ci.fayetteville.ar.us
FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 6
'ir��r_ jr yxearta .. 5 "mow, I
Via;'•
CRAPH.C SCALE
ET •p•
„.LT PPOPER17UAP
ORAKC FELD
ASSURANCES
Airport Sponsors
A. General.
1. 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 this grant offer by the sponsor, these assurances are
incorporated in and become part of this 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 this grant
agreement shall remain in full force and effect throughout the useful life of the
facilities developed or equipment acquired for an airport development or noise
compatibility program project, or throughout the useful life of the project items
installed within a facility under a noise compatibility program project, but in any
event not to exceed twenty (20) years from the date of acceptance of a grant offer
of Federal funds for the project. However, there shall be no limit on the duration
of the assurances regarding Exclusive Rights and Airport Revenue so long as the
airport is used as an airport. There shall be no limit on the duration of the terms,
conditions, and assurances with respect to real property acquired with federal
funds. Furthermore, the duration of the Civil Rights assurance shall be specified
in the assurances.
2. Airport Development or Noise Compatibility Projects Undertaken by a
Private Sponsor. The preceding paragraph 1 also applies to a private sponsor
except that the useful life of project items installed within a facility or the useful
life of the facilities developed or equipment acquired under an airport
development or noise compatibility program project shall be no less than ten (10)
years from the date of acceptance of Federal aid for the project.
3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this
grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 30, 32, 33, and 34 in
section C apply to planning projects. The terms, conditions, and assurances of
this grant agreement shall remain in full force and effect during the life of the
project.
C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this
grant that:
Airport Sponsor Assurances (312011) 1 of 16
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 seq.'
c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et sea.
d. Hatch Act —S 5 U.S.C. 1501, et seg.2
e. Uniform Relocation Assistance and Real Property Acquisition Policies
Act of 1970 Title 42 U.S.C. 4601, et sea.' 2
f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C.
470(f).'
g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469
through 469c.1
h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et
seq.
i. Clean Air Act, P.L. 90-148, as amended.
j. Coastal Zone Management Act, P.L. 93-205, as amended.
k. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.'
1. 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 seq.
p. American Indian Religious Freedom Act, P.L. 95-341, as amended.
q. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et sew'
r. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C.
8373.'
s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq.'
t. Copeland Anti kickback Act - 18 U.S.C. 874.1
u. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq.'
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.
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
Airport Sponsor Assurances (3/2011) 2 of 16
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.'
e. 29 CFR Part 3 - Contractors and subcontractors on public building or
public work financed in whole or part by loans or grants from the United
States.'
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).'
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 state and local governments.3
i. 49 CFR 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.
k. 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.'
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.'
o. 49 CFR Part 29 — Government wide debarment and suspension
(nonprocurement) 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.'
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
t These laws do not apply to airport planning sponsors.
Airport Sponsor Assurances (312011) 3 of 16
These laws do not apply to private sponsors.
49 CFR Part 18 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 this grant
agreement.
2. Responsibility and Authority of the Sponsor.
a. Public Agency Sponsor: It has legal authority to apply for this grant, and
to finance and carry out the proposed project; that a resolution, motion or
similar action has been duly adopted or passed as an official act of the
applicant's governing body authorizing the filing of the application,
including all understandings and assurances contained therein, and
directing and authorizing the person identified as the official
representative of the applicant to act in connection with the application
and to provide such additional information as may be required.
b. Private Sponsor: It has legal authority to apply for this grant and to
finance and carry out the proposed project and comply with all terms,
conditions, and assurances of this grant agreement. It shall designate an
official representative and shall in writing direct and authorize that person
to file this application, including all understandings and assurances
contained therein; to act in connection with this application; and to
provide such additional information as may be required.
3. Sponsor Fund Availability. It has sufficient funds available for that portion of
the project costs which are not to be paid by the United States. It has sufficient
funds available to assure operation and maintenance of items funded under this
grant agreement which it will own or control.
4. Good Title.
a. It, a public agency or the Federal government, holds good title,
satisfactory to the Secretary, to the landing area of the airport or site
thereof, or will give assurance satisfactory to the Secretary that good title
will be acquired.
b. For noise compatibility program projects to be carried out on the property
of the sponsor, it holds good title satisfactory to the Secretary to that
portion of the property upon which Federal funds will be expended or will
give assurance to the Secretary that good title will be obtained.
5. Preserving Rights and Powers.
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 this grant agreement without the written
approval of the Secretary, and will act promptly to acquire, extinguish or
Airport Sponsor Assurances (312011) 4 of 16
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 this grant agreement
without approval by the Secretary. If the transferee is found by the
Secretary to be eligible under Title 49, United States Code, to assume the
obligations of this grant agreement and to have the power, authority, and
financial resources to carry out all such obligations, the sponsor shall
insert in the contract or 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 which are to be carried out by
another unit of local government or are on property owned by a unit of
local government other than the sponsor, it will enter into an agreement
with that government. Except as otherwise specified by the Secretary, that
agreement shall obligate that government to the same terms, conditions,
and assurances that would be applicable to it if it applied directly to the
FAA for a grant to undertake the noise compatibility program project.
That agreement and changes thereto must be satisfactory to the Secretary.
It will take steps to enforce this agreement against the local government if
there is substantial non-compliance with the terms of the agreement.
d. For noise compatibility program projects to be carried out on privately
owned property, it will enter into an agreement with the owner of that
property which includes provisions specified by the Secretary. It will take
steps to enforce this agreement against the property owner whenever there
is substantial non-compliance with the terms of the agreement.
e. If the sponsor is a private sponsor, it will take steps satisfactory to the
Secretary to ensure that the airport will continue to function as a public -
use airport in accordance with these assurances for the duration of these
assurances.
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 this grant agreement and shall insure that such arrangement
also requires compliance therewith.
g. It will not permit or enter into any arrangement that results in permission
for the owner or tenant of a property used as a residence, or zoned for
residential use, to taxi an aircraft between that property and any location
on airport.
Airport Sponsor Assurances (312011) 5 of 16
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.
S. 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 airport
runway, or a major runway extension, it has afforded the opportunity for public
hearings for the purpose of considering the economic, social, and environmental
effects of the airport or runway location and its consistency with goals and
objectives of such planning as has been carried out by the community and it shall,
when requested by the Secretary, submit a copy of the transcript of such hearings
to the Secretary. Further, for such projects, it has on its management board either
voting representation from the communities where the project is located or has
advised the communities that they have the right to petition the Secretary
concerning a proposed project.
10. 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
Airport Sponsor Assurances (312011) 6 of 16
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 this grant, the
total cost of the project in connection with which this grant is given or
used, and the amount or nature of that portion of the cost of the project
supplied by other sources, and such other financial records pertinent to the
project. The accounts and records shall be kept in accordance with an
accounting system that will facilitate an effective audit in accordance with
the Single Audit Act of 1984.
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 this grant. The Secretary may
require that an appropriate audit be conducted by a recipient. In any case
in which an independent audit is made of the accounts of a sponsor
relating to the disposition of the proceeds of a grant or relating to the
project in connection with which this grant was given or used, it shall file
a certified copy of such audit with the Comptroller General of the United
States not later than six (6) months following the close of the fiscal year
for which the audit was made.
14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for
work on any projects funded under this grant agreement which involve labor,
provisions establishing minimum rates of wages, to be predetermined by the
Secretary of Labor, in accordance with the Davis -Bacon Act, as amended (40
U.S.C. 276a -276a-5), which contractors shall pay to skilled and unskilled labor,
and such minimum rates shall be stated in the invitation for bids and shall be
included in proposals or bids for the work.
15. Veteran's Preference. It shall include in all contracts for work on any project
funded under this grant agreement which involve labor, such provisions as are
necessary to insure that, in the employment of labor (except in executive,
administrative, and supervisory positions), preference shall be given to 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
Airport Sponsor Assurances (312011) 7 of 18
schedules shall also be subject to approval of the Secretary, and incorporated into
this grant agreement.
17. Construction Inspection and Approval. It will provide and maintain competent
technical supervision at the construction site throughout the project to assure that
the work conforms to the plans, specifications, and schedules approved by the
Secretary for the project. It shall subject the construction work on any project
contained in an approved project application to inspection and approval by the
Secretary and such work shall be in accordance with regulations and procedures
prescribed by the Secretary. Such regulations and procedures shall require such
cost and progress reporting by the sponsor or sponsors of such project as the
Secretary shall deem necessary.
18. Planning Projects. In carrying out planning projects:
a. It will execute the project in accordance with the approved program
narrative contained in the project application or with the modifications
similarly approved.
b. It will furnish the Secretary with such periodic reports as required
pertaining to the planning project and planning work activities.
c. It will include in all published material prepared in connection with the
planning project a notice that the material was prepared under a grant
provided by the United States.
d. It will make such material available for examination by the public, and
agrees that no material prepared with funds under this project shall be
subject to copyright in the United States or any other country.
e. It will give the Secretary unrestricted authority to publish, disclose,
distribute, and otherwise use any of the material prepared in connection
with this grant.
f. It will grant the Secretary the right to disapprove the sponsor's
employment of specific consultants and their subcontractors to do all or
any part of this project as well as the right to disapprove the proposed
scope and cost of professional services.
g. It will grant the Secretary the right to disapprove the use of the sponsor's
employees to do all or any part of the project.
h. It understands and agrees that the Secretary's approval of this project grant
or the Secretary's approval of any planning material developed as part of
this grant does not constitute or imply any assurance or commitment on
the part of the Secretary to approve any pending or future application for a
Federal airport grant.
19. Operation and Maintenance.
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, state and local agencies for maintenance
and operation. It will not cause or permit any activity or action thereon
Airport Sponsor Assurances {312011) 8 of 16
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 -
I) 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. It will take appropriate action, to the extent reasonable,
including the adoption of zoning laws, to restrict the use of land adjacent to or in
the immediate vicinity of the airport to activities and purposes compatible with
normal airport operations, including landing and takeoff of aircraft. In addition, if
the project is for noise compatibility program implementation, it will not cause or
permit any change in land use, within its jurisdiction, that will reduce its
compatibility, with respect to the airport, of the noise compatibility program
measures upon which Federal funds have been expended.
22. Economic Nondiscrimination.
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 classes of
aeronautical activities, including commercial aeronautical activities
offering services to the public at the airport.
b. In any agreement, contract, lease, or other arrangement under which a
right or privilege at the airport is granted to any person, firm, or
corporation to conduct or to engage in any aeronautical activity for
furnishing services to the public at the airport, the sponsor will insert and
enforce provisions requiring the contractor to -
Airport Sponsor Assurances (312011) 9 of 16
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, non tenant, or
subtenant of another air carrier tenant) shall be subject to such
nondiscriminatory and substantially comparable rules, regulations,
conditions, rates, fees, rentals, and other charges with respect to facilities
directly and substantially related to providing air transportation as are
applicable to all such air carriers which make similar use of such airport
and utilize similar facilities, subject to reasonable classifications such as
tenants or non tenants and signatory carriers and non signatory carriers.
Classification or status as tenant or signatory shall not be unreasonably
withheld by any airport provided an air carrier assumes obligations
substantially similar to those already imposed on air carriers in such
classification or status.
f. It will not exercise or grant any right or privilege which operates to
prevent any person, firm, or corporation operating aircraft on the airport
from performing any services on its own aircraft with its own employees
[including, but not limited to maintenance, repair, and fueling] that it may
choose to perform.
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, conditions 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
Airport Sponsor Assurances (3/2011) 10 of 16
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 fee and rental structure for the
facilities and services at the airport which will make the airport as self-sustaining
as possible under the circumstances existing at the particular airport, taking into
account such factors as the volume of traffic and economy of collection. No part
of the Federal share of an airport development, airport planning or noise
compatibility project for which a grant is made under Title 49, United States
Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act
or the Airport and Airway Development Act of 1970 shall be included in the rate
basis in establishing fees, rates, and charges for users of that airport.
25. Airport Revenues.
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 operator's financing, provide
for the use of the revenues from any of the airport owner or operator's
facilities, including the airport, to support not only the airport but also the
airport owner or operator's general debt obligations or other facilities, then
this limitation on the use of all revenues generated by the airport (and, in
the case of a public airport, local taxes on aviation fuel) shall not apply.
Airport Sponsor Assurances (3/2011) 11 of 16
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 in paragraph (a), and indicating whether funds paid or transferred to
the owner or operator are paid or transferred in a manner consistent with
Title 49, United States Code and any other applicable provision of law,
including any regulation promulgated by the Secretary or Administrator.
c. Any civil penalties or other sanctions will be imposed for violation of this
assurance in accordance with the provisions of Section 47107 of Title 49,
United States Code.
26. Reports and Inspections. It will:
a. submit to the Secretary such annual or special financial and operations
reports as the Secretary may reasonably request and make such reports
available to the public; make available to the public at reasonable times
and places a report of the airport budget in a format prescribed by the
Secretary;
b. for airport development projects, make the airport and all airport records
and documents affecting the airport, including deeds, leases, operation and
use agreements, regulations and other instruments, available for inspection
by any duly authorized agent of the Secretary upon reasonable request;
c. for noise compatibility program projects, make records and documents
relating to the project and continued compliance with the terms,
conditions, and assurances of this grant agreement including deeds, leases,
agreements, regulations, and other instruments, available for inspection by
any duly authorized agent of the Secretary upon reasonable request; and
d. in a format and time prescribed by the Secretary, provide to the Secretary
and make available to the public following each of its fiscal years, an
annual report listing in detail:
1) all amounts paid by the airport to any other unit of government and
the purposes for which each such payment was made; and
2) all services and property provided by the airport to other units of
government and the amount of compensation received for
provision of each such service and property.
27. Use by Government Aircraft. It will make available all of the facilities of the
airport developed with Federal financial assistance and all those usable for
landing and takeoff of aircraft to the United States for use by Government aircraft
in common with other aircraft at all times without charge, except, if the use by
Government aircraft is substantial, charge may be made for a reasonable share,
proportional to such use, for the cost of operating and maintaining the facilities
used. Unless otherwise determined by the Secretary, or otherwise agreed to by the
sponsor and the using agency, substantial use of an airport by Government aircraft
will be considered to exist when operations of such aircraft are in excess of those
which, in the opinion of the Secretary, would unduly interfere with use of the
landing areas by other authorized aircraft, or during any calendar month that —
Airport Sponsor Assurances (312011) 12 of 16
a. Five (5) or more Government aircraft are regularly based at the airport or
on land adjacent thereto; or
b. The total number of movements (counting each landing as a movement) of
Government aircraft is 300 or more, or the gross accumulative weight of
Government aircraft using the airport (the total movement of Government
aircraft multiplied by gross weights of such aircraft) is in excess of five
million pounds.
28. Land for Federal Facilities. It will furnish without cost to the Federal
Government for use in connection with any air traffic control or air navigation
activities, or weather -reporting and communication activities related to air traffic
control, any areas of land or water, or estate therein, or rights in buildings of the
sponsor as the Secretary considers necessary or desirable for construction,
operation, and maintenance at Federal expense of space or facilities for such
purposes. Such areas or any portion thereof will be made available as provided
herein within four months after receipt of a written request from the Secretary.
29. Airport Layout Plan.
a. It will keep up to date at all times an airport layout plan of the airport
showing (1) boundaries of the airport and all proposed additions thereto,
together with the boundaries of all offsite areas owned or controlled by the
sponsor for airport purposes and proposed additions thereto; (2) the
location and nature of all existing and proposed airport facilities and
structures (such as runways, taxiways, aprons, terminal buildings, hangars
and roads), including all proposed extensions and reductions of existing
airport facilities; and (3) the location of all existing and proposed
nonaviation areas and of all existing improvements thereon. Such airport
layout plans and each amendment, revision, or modification thereof, shall
be subject to the approval of the Secretary which approval shall be
evidenced by the signature of a duly authorized representative of the
Secretary on the face of the airport layout plan. The sponsor will not make
or permit any changes or alterations in the airport or any of its facilities
which are not in conformity with the airport layout plan as approved by
the Secretary and which might, in the opinion of the Secretary, adversely
affect the safety, utility or efficiency of the airport.
b. If a change or alteration in the airport or the facilities is made which the
Secretary determines adversely affects the safety, utility, or efficiency of
any federally owned, leased, or funded property on or off the airport and
which is not in conformity with the airport layout plan as approved by the
Secretary, the owner or operator will, if requested, by the Secretary (1)
eliminate such adverse effect in a manner approved by the Secretary; or
(2) bear all costs of relocating such property (or replacement thereof) to a
site acceptable to the Secretary and all costs of restoring such property (or
replacement thereof) to the level of safety, utility, efficiency, and cost of
operation existing before the unapproved change in the airport or its
facilities.
Airport Sponsor Assurances (312011) 13 of 16
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 or
benefiting 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 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.
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 land 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 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 States'
proportionate share of the fair market value of the land. That portion of the
proceeds of such disposition which is proportionate to the United States'
share of the cost of acquisition of such land will, (1) upon application to
the Secretary, be reinvested in another eligible airport improvement
project or projects approved by the Secretary at that airport or within the
national airport system, or (2) 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 (1) it may be needed for aeronautical purposes (including
runway protection zones) or serve as noise buffer land, and (2) the revenue
from interim uses of such land contributes to the financial self-sufficiency
of the airport. Further, land purchased with a grant received by an airport
operator or owner before December 31, 1987, will be considered to be
needed for airport purposes if the Secretary or Federal agency making
such grant before December 31, 1987, was notified by the operator or
owner of the uses of such land, did not object to such use, and the land
continues to be used for that purpose, such use having commenced no later
than December 15, 1989.
Airport Sponsor Assurances (3/2011) 14 of 16
d. Disposition of such land under (a) (b) or (c) will be subject to the retention
or reservation of any interest or right therein necessary to ensure that such
land will only be used for purposes which are compatible with noise levels
associated with operation of the airport.
32. Engineering and Design Services. 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 AIP projects, dated (the latest approved version as of this
grant offer) and included in this grant, and in accordance with applicable state
policies, standards, and specifications approved by the Secretary.
35. 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 policies 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 program offering the services described in Subpart
C and fair and reasonable relocation payments and assistance to displaced persons
as required in Subpart D and E of 49 CFR Part 24. (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 other modes of transportation to
have access to the airport; however, it has no obligation to fund special facilities
for intercity buses or for other modes of transportation.
37. Disadvantaged Business Enterprises. The 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 CFR Part 26. The Recipient shall take all necessary and
reasonable steps under 49 CFR Part 26 to ensure non 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
Airport Sponsor Assurances (3/2011) 15 of 16
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 an
aircraft agree that a hangar is to be constructed at the airport for the aircraft at the
aircraft owner's expense, the airport owner or operator will grant to the aircraft
owner for the hangar a long term lease that is subject to such terms and conditions
on the hangar as the airport owner or operator may impose.
39. Competitive Access.
a. If the airport owner or operator of a medium or large hub airport (as
defined in section 47102 of title 49, U.S.C.) has been unable to
accommodate one or more requests by an air carrier for access to gates or
other facilities at that airport in order to allow the air carrier to provide
service to the airport or to expand service at the airport, the airport owner
or operator shall transmit a report to the Secretary that -
1) Describes the requests;
2) Provides an explanation as to why the requests could not be
accommodated; and
3) Provides a time frame within which, if any, the airport will be able
to accommodate the requests.
b. Such report shall be due on either February 1 or August 1 of each year if
the airport has been unable to accommodate the request(s) in the six month
period prior to the applicable due date.
Airport Sponsor Assurances (312011) 16 of 16
FAA Advisory Circulars Required for Use in AIP Funded and PEG Approved Projects
June 2, 2010
CURRENT FAA ADVISORY CIRCULARS REQUIRED FOR USE IN AIP
FUNDED AND PFC APPROVED PROJECTS
Dated: 6/2/2010
View the most current versions of these ACs and any associated changes at:
http://www.faa.gov/airports/resources/adviso[ycirculars
70/7460-1K I Obstruction Marking and Lighting
150/5000-13A Announcement of Availability—RTCA Inc., Document RTCA-221, Guidance
and Recommended Requirements for Airports Surface Movement Sensors
150/5020-1 Noise Control and Compatibility Planning for Airports
150/5070-6B Airport Master Plans
Change 1
150/5070-7 The Airport System Planning Process
15015200-28D I Notices to Airmen (NOTAMS) for Airport Operators
15015200-30C I Airport Winter Safety and Operations
15015200-33B I Hazardous Wildlife Attractants On or Near Airports
15015210-5D I Painting, Marking and Lighting of Vehicles Used on an Airport
15015210-7D I Aircraft Fire and Rescue Communications
150/5210-13B I Water Rescue Plans, Facilities, and Equipment
150/5210-14B J Aircraft Rescue Fire Fighting Equipment, Tools, and Clothing
15015210-15A ! Airport Rescue & Firefighting Station Building Design
15015210-18A I Systems for Interactive Training of Airport Personnel
15015210-19A I Driver's Enhanced Vision System (DEVS)
15015220-4B 1 Water Supply Systems for Aircraft Fire and Rescue Protection
150/5220-13B I Runway Surface Condition Sensor Specification Guide
150/5220-16C Automated Weather Observing Systems for Non -Federal Applications
1
FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects
June 2, 2010
150/5220-17A
Design Standards for an Aircraft Rescue Firefighting Training Facility
and Change 1
15015220-18A
Buildings for Storage and Maintenance of Airport Snow and Ice Control
Equipment and Materials
150/5220-20
Airport Snow and Ice Control Equipment
and Change 1
15015220-21 B
Guide Specification for Lifts Used to Board Airline Passengers With Mobility
Impairments
150/5220-22A
Engineered Materials Arresting System (EMAS) for Aircraft Overruns
150/5220-23
Frangible Connections
150/5220-24
Foreign Object Debris Detection Equipment
15015300-13
and
Airport Design
Changes 1 —15
150/5300-14B
Design of Aircraft Deicing Facilities
15015300-16A
General Guidance and Specifications for Aeronautical Surveys:
Establishment of Geodetic Control and Submission to the National Geodetic
Survey
15015300-17B
General Guidance and Specifications for Aeronautical Survey Airport Imagery
Acquisition
150/5300-18B
General Guidance and Specifications for Submission of Aeronautical
Surveys to NGS: Field Data Collection and Geographic Information System
(GIS) Standards
15015320-5C
Surface Drainage Design
and
Change 1
15015320-6E
Airport Pavement Desi n and Evaluation
150/5320-12C
and Changes 1
Measurement, Construction, and Maintenance of Skid Resistant Airport
through 8
Pavement Surfaces
150/5320-14
Airport Landscaping for Noise Control Purposes
2
FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects
June 2, 2010
15015320-15A I Management of Airport Industrial Waste
15015325-4B I Runway Length Requirements for Airport Design
15015335-5A I Standardized Method of Reporting Airport Pavement Strength PCN
150/5340-1J Standards for Airport Markings (Change 1&2)
and
Change 2
150/5340-5C Segmented Circle Airport Marker System
15015340-18E I Standards for Airport Sign Systems
15015340-30D I Design and Installation Details for Airport Visual Aids
15015345-3F I Specification for L821 Panels for the Control of Airport Lighting
15015345-5B I Circuit Selector Switch
1505345-7E I Specification for L824 Underground Electrical Cable for Airport Lighting Circuits !
15015345-10F I Specification for Constant Current Regulators Regulator Monitors
150/5345-12E I Specification for Airport and Heliport Beacon
15015345-136 Specification for L841 Auxiliary Relay Cabinet Assembly for Pilot Control of
Airport Lighting Circuits
150/5345-26D Specification for L823 Plug and Receptacle, Cable Connectors
150/5345-27D I Specification for Wind Cone Assemblies
15015345-28F I Precision Approach Path Indicator (PAPI) Systems.
150/5345-39C I FAA Specification L853, Runway and Taxiway Retroreflective Markers
15015345-42F Specification for Airport Light Bases, Transformer Housings, Junction Boxes
and Accessories
150/5345-43F Specification for Obstruction Lighting Equipment
150/5345-44H I Specification for Taxiway and Runway Signs
150/5345-45C I Low -Impact Resistant (LIR) Structures
3
FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects
June 2, 2010
15015345-46D I Specification for Runway and Taxiway Light Fixtures
150/5345-47B I Specifications for Series to Series Isolation Transformers for Airport Lighting
15015345-49C I Specification L854, Radio Control Equipment
15015345-50B I Specification for Portable Runway and Taxiway Lights
15015345-51A I Specification for Discharge -Type Flasher Equipment
15015345-52A I Generic Visual Glideslope Indicators (GVGI)
150/5345-53C I Airport Lighting Equipment Certification Program
150/5345-54B I Specification for L-1884, Power and Control Unit for Land and Hold Short
150/5345-55A Specification for L893, Lighted Visual Aid to Indicate Temporary Runway
Closure
15015345-56A Specification for L-890 Airport Lighting Control and Monitoring System
150/5360-9 1 Planning and Design of Airport Terminal Facilities at NonHub Locations
150/5360-12E Airport Signing and Graphics
150/5360-13 Planning and Design Guidance for Airport Terminal Facilities
and Change I
15015370-2E Operational Safety on Airports During Construction
15015370-1 OE I Standards for Specifying Construction of Airports
150/5370-11A I Use of Nondestructive Testing Devices in the Evaluation of Airport Pavement
15015380-6B 1 Guidelines and Procedures for Maintenance of Airport Pavements
15015390-2B 1 Heliport Design
150/5390-3 1 Vertiport Design
150/5395-1 I Seaplane Bases
4
FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects
June 2, 2010
THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY
DATED: 61212010
150/5100-14D I Architectural, Engineering, and Planning Consultant Services for Airport Grant
150/5100-15A I Civil Rights Requirements for the Airport Improvement Program
150/5100-17
and Changes 1 Land Acquisition and Relocation Assistance for Airport Improvement Program
through 6 Assisted Proiects
150/5200-37 1 Introduction to Safety Management Systems (SMS) for Airport Operators
15015300-15A I Use of Value Engineering for Engineering Design of Airports Grant Projects
150/5320-17 1 Airfield Pavement Surface Evaluation and Rating (PASER) Manuals
15015370-6D Construction Progress and Inspection Report — Airport Grant Program
Change 1-4
150/5370-12A Quality Control of Construction for Airport Grant Projects
15015370-13A I Offpeak Construction of Airport Pavements Using Hot -Mix Asphalt
15015380-7A I Airport Pavement Management Program
15015380-8A I Handbook for Identification of Alkali -Silica Reactivity in Airfield Pavements
THE FOLLOWING ADDITIONAL APPLY TO PFC PROJECTS ONLY
DATED: 6/2/2010
t1s719IIII5K
I s
5