Loading...
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