Loading...
HomeMy WebLinkAbout128-12 RESOLUTIONRESOLUTION NO. 128-12 A RESOLUTION AWARDING BID #12-46 AND AUTHORIZING A CONTRACT WITH PAVEMENT MAINTENANCE UNLIMITED, LLC FOR PAVEMENT REHABILITATION AND RE -MARKING AT FAYETTEVILLE EXECUTIVE AIRPORT -DRAKE FIELD IN THE AMOUNT OF $99,190.00, APPROVING CHANGE ORDER NO. 1 TO THE CONTRACT IN THE AMOUNT OF $22,050.00, APPROVING APPLICATION FOR AND ACCEPTANCE OF GRANTS FROM THE FEDERAL AVIATION ADMINISTRATION AND THE ARKANSAS DEPARTMENT OF AERONAUTICS TO FUND NINETY-FIVE PERCENT (95%) OF THE PROJECT, APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $7,012.00, 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 awards Bid #12-46 and authorizes a contract with Pavement Maintenance Unlimited, LLC for pavement rehabilitation and re -marking at Fayetteville Executive Airport -Drake Field in the amount of $99,190.00. Section 2. That the City Council of the City of Fayetteville, Arkansas further approves Change Order No. 1 to the contract with Pavement Maintenance Unlimited, LLC in the amount of $22,050.00. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby authorizes the application for and acceptance of grants from the Federal Aviation Administration and the Arkansas Department of Aeronautics to fund ninety-five percent (95%) of the project. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $7,012.00. Section 5. 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 June, 2012. APPROVED: ATTEST: LI NELD j.SAN, Mayor By: E • SONDRA E. SMITH, City Clerk/Treasurer 001111F F..-' 0: 1 : FAYETTEVILLE: ::•Lip °%a �m `IIsi `NG e0*119GD`,‘‘ City of Fayetteville, Arkansas Budget Adjustment Form V11.0222 Budget Year 2012 Division: Aviation Department: Transportation Services Request Date 6/19/2012 Adjustment Number BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION To increase the project budget and recognize grant funding for a project to rehabilitate taxiway pavements, aircraft parking aprons and repaint airfield markings. The project is 95% funded through grants from the DOT/FAA and the Arkansas Department of Aeronautics. To restore the grant funded portion of funds used for preliminary Engineering expense to the Airport Use of Fund Balance revenue account. Project will rehabilitate the remaining taxiways and asphalt aircraft parking areas comprising asphalt rejuvenation sealer application and re -marking. Will extend the useful life of the existing pavements. S v D e Budget Director Departm t Director Date Date Finance Direct() Date -1101 Date Prepared By: James Nicholson Reference: kspringer Budget & Research Use Only Type: A BCD E P General Ledger Date Posted to General Ledger Checked / Verified Initial Date Initial Date TOTAL BUDGET ADJUSTMENT 129,252 129,252 Account Name Account Number Increase / (Decrease) Project.Sub Expense Revenue Number Ittitv644± kt.Ws 4 i e14.412 ki, 1 5550.0955.6820.41 132,527 12012. 1 State grants on Fed proj 5550.0955.6803.00 Use of fund balance Public notification • 7,362 12012 . 1 5550.0955.4999.99 (10,637) 5550.3960.5301.00 1,000 12012 . 1 arrwt.4�ac{it(Z, 4 M 2 I , 5550.3960.7820.41 128,252 12012 : 1 • • J:Wames120121BUDGET1BAForm 2012 AIP41 PavementRehabll Ray M. Boudreaux Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 6/19/2012 City Council Meeting Date Agenda Items Only Aviation Division Action Required: Transportation Department Action Required: A Resolution to: ' a) Approve a Contract with Pavement Maintenance Unlimited, LLC, for Airport Pavement Rehab and Re -marking in the amount of $99,190 b) Approve Change Order #1 to Contract with Pavement Maintenance Unlimited, LLC, in the amount of $22,050 (Increase). c) Approve application to and acceptance of Grants from DOT/FAA and the Arkansas Department of Aeronautics. d) Approve a five percent (5%) project contingency in the amount of $7012. e) Approve a Budget Adjustment for project expense and recognizing grant revenue. 129,252.00 Cost of this request 5550.3960.7820.41 Account Number 120121 Project Number Budgeted Item 18,000.00 Category / Project Budget 18,000.00 Pavement Rehab & Re -marking Phase 11 Program Category 1 Project Name Airport Capital Funds Used to Date Program / Project Category Name Airport Remaining Balance Fund Name Budget Adjustment Attached �e Q . 4 - i " 2412. Finance and Internal Services Director Date Previous Ordinance or Resolution # 84-12 Original Contract Date: Original Contract Number: Received inCity°5-31-12P12:'04 RCVD Clerk's Office Comments: Project is 95% reimbursable from grants. See attached Budget Adjustment for detail. Revised January 15, 2009 • aye 1 ev1 e AVIATION DIVISION ARKANSAS FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD City Council Meeting of: June 19, 2012 Agenda Item Number: CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor Jordan TI RU: Chief of Staff THRU: Staff/Contract Review Committee THRU: Terry Gulley, Transportation Directo FROM: Ray M. Boudreaux, Aviation Di DATE: May 30, 2012 SUBJECT: Approve Contract and Change Order No. 1 with Pavement Maintenance Unlimited, LLC for the Pavement Rehab Phase II project, Grant funding applications from DOT/FAA and Arkansas Department of Aeronautics, and a budget adjustment. RECOMMENDATION: Approve a Contract with Pavement Maintenance Unlimited, LLC, a project Change Order to increase the scope of the project, approve a five percent (5%) project contingency amount, approve the application to and receipt of grant funding from the DOT/FAA and Arkansas Department of Aeronautics, and approve a budget adjustment increasing the project budget, recognizing the revenue for the project, and restoring the grant -funded portion of the Airport's Use of fund balance account used for initial design and bidding costs. BACKGROUND: The City Council approved the design/engineering portion of the project May 1st, 2012, Res. #84-12. The project is eligible for 95% funding with the remaining 5% to be paid from the Airport's reserves. The project rehabilitates the remaining portions of asphalt pavements that were not addressed in the 2011 pavement rehabilitation project. The work comprises application of Rejuvaseal and re -painting of taxiway and aircraft parking apron markings. This item requests City Council approval of the contract and Change Order No 1 with Pavement Maintenance Unlimited, LLC, Inc., for the work. Change Order No. 1 expands the scope of the work to add several desired items. Bids received were below estimate so sufficient grant funding is available from the FAA for the additional work. 5% match for this project will be paid by the Arkansas Aeronautics Commission. BUDGET IMPACT: This project is 90% funded by the FAA ($132,527), 5% Arkansas Department of Aeronautics ($7362), and the remaining 5% will be paid from the Airport's reserves ($7363). Attachments: Staff Review Contract Change Order No. 1 Grant Application DOT/PAA Grant Application AR Dept Aeronautics Budget Adjustment 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING - FAYETTEVILLE AR 72701 479.718.7642 479.718.7646 FAX • www.accessfayetteville.org/govemment/avfafion airport_economic_clevelopment@clfayettevilfe.ar.us RESOLUTION NO. A RESOLUTION AWARDING BID #12-46 AND AUTHORIZING A CONTRACT WITH PAVEMENT MAINTENANCE UNLIMITED, LLC FOR PAVEMENT REHABILITATION AND RE -MARKING AT FAYETTEVILLE EXECUTIVE AIRPORT -DRAKE FIELD IN THE AMOUNT OF $99,190.00, APPROVING CHANGE ORDER NO. 1 TO THE CONTRACT IN THE AMOUNT OF $22,050.00, BOTH CONTINGENT UPON THE RECEIPT OF GRANT FUNDING, AUTHORIZING ACCEPTANCE OF GRANT FUNDING TO FUND NINETY-FIVE PERCENT (95%) OF THE PROJECT, APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $7,012.00, 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 awards Bid #12-46 and authorizes a contract with Pavement Maintenance Unlimited, LLC for pavement rehabilitation and re -marking at Fayetteville Executive Airport -Drake Field in the amount of $99,190.00, contingent on the receipt of grant funding. Section 2. That the City Council of the City of Fayetteville, Arkansas further approves Change Order No. 1 to the contract with Pavement Maintenance Unlimited, LLC in the amount of $22,050.00, contingent upon the receipt of grant funding. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $7,012.00. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby authorizes the acceptance of grants to provide ninety-five percent (95%) funding for the project. Section 5. 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 June, 2012. APPROVED: ATTEST: By:' By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer C E I11EECONSULTING D ENGINEERS, INC. DESIGNED TO SERVE DESIGNED SERVE June 15, 2012 Mr. Ray Boudreaux Airport Manager, Fayetteville Municipal Airport 4500 S. School Suite F Fayetteville, AR 72701 RE: Phase II Airfield Pavement Rehabilitation Fayetteville Executive Airport Dear Mr. Boudreaux: 1810 N. College Avenue P.O. Box 1229 Fayetteville, AR 72703/72702-1229 479-443-2377 • FAX 479-443-9241 www.mcclelland-engrs.com REC fv JUN 5 ° 12 Al PORT Enclosed please find three (3) copies of the signed Change Order No. 1 and three (3) copies of the signed Contract for Pavement Maintenance Unlimited, LLC. for execution by the City. Please return one (1) signed copy to the Contractor and a copy to our office. If there are any questions regarding this project, please contact us. Sincerely, McCLELLAND CONSULTING ENGINEERS, INC. ayne ones ice Pre f ent Enclosures: Change Order No. 1 (3 copies) Contract (3 copies J:120121122118 - Drake Pavement Phase 1I\Correspondence\bourdreaux-61512.doc Mee/amid eanau&ting. &uwinceno, Snc. - "Seat enginee'dng flan" aullanaaa Suaineaa 2009 eC 2010 auuvul Secipient CHANGE ORDER Order No. Date: Agreement Date: 1 May 29, 2012 June 19, 2012 NAME OF PROJECT: Phase 11, Airfield Pavement Rehabilitation & Striping (AIP Proi. No. 3-05-0020-41-2012) OWNER: City of Fayetteville (Airport Department) CONTRACTOR: Pavement Maintenance Unlimited, LLC The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Increase the quantity for Bid Item No. 3: from 10,000 SF to 28,000 SF and change the work to include the restriping of the Runway Threshold, Numbers and Touchdown Markings at the unit price at $0.90/SF. Add cost of $ 16,200.00 to the contract. 2. Increase the quantity for Bid Item No. 5: from 1,500 SF to 8,000 SF and change the work to include the restriping of the concrete Taxiways "G" &"E" east of the runway, Taxiway "B" west of the runway and the non -movement striping along the Terminal Apron including the black outline striping at the unit price at $0.90/SF. Add cost of $ 5,850.00 to the contract. Justification: 1. The Owner has recently had the FAA Certification inspection and these additional striping items were noted in the inspection as area the need to be corrected. CONTRACT PRICE prior to this Change Orders: $ 99,190.00 Increase in Contract Price: $ 22,050.00 Revised CONTRACT PRICE Including this Change Order: $ 121 240.00 Final Completion Time Prior to This Change Order: 45 Calendar Days Net Time Change Resulting From This Change Order: 0 Calendar Days Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) 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 by: Approved by: Pave aintenance Unlimited, LLC onsulting Engineers, Inc. J:120121122118 - DRAKE PAVEMENT PHASE IRCONSTRUCTIONICHANGE ORDERSICHANGE ORDER 1.DOC Date —/-57Z Date Cityof�Fa�/e eville ` e Da Page 1 CONTRACT THIS AGREEMENT, made and entered into on the 1 day of June 2012, by and between Pavement Maintenance Unlimited, LLC, herein called the Contractor, and the City of Fayetteville: WITNESSETH: That Pavement Maintenance Unlimited, LLC, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Pavement Maintenance Unlimited, LLC, shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled: Phase II, Airfield Pavement Rehabilitation & Restriping, Fayetteville Executive Airport, Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications Drawings — 3 Sheets 2. That the City of Fayetteville hereby agrees to pay to Pavement Maintenance Unlimitedz LLC 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 $99,190 plus Change Order #1 for ($22,050) for a Contract Amount of One Hundred Twenty One Thousand, Two Hundred Forty Dollars ($121,240.00). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 45 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 Pavement Maintenance Unlimited, LLC, recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss Lithe 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 Pavement Maintenance Unlimited, LLC, agree that as liquidated damages for delay (but not as a penalty) Pavement Maintenance Unlimited, LLC, shall pay City of Fayetteville One Hundred Dollars ($100.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. FY122118 Drake Field Pavement Section 00500 - 1 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Pavement Maintenance Unlimited, LLC, on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Pavement Maintenance Unlimited, LLC, 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 Pavement Maintenance Unlimited, LLC, of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Pavement Maintenance Unlimited, LLC, 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 Pavement Maintenance Unlimited, LLC, of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 7. 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, Pavement Maintenance Unlimited, LLC, 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 Pavement Maintenance Unlimited, LLC, shall be deemed to be due under this Agreement until such new or additional security for the faithful perfor- mance 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, Pavement Maintenance Unlimited, LLC 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. Seq.). Only Legally authorized photocopying cost pursuant to the FOIA may be assessed for this compliance. FY122118 Drake Field Pavement Section 00500 - 2 IN WITNESS WHEREOF, the parties 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. SEAL: WITNESS S. ATTEST: City Clerk oilimPflfo ��C;.Yof••G,�'. ° • s i FAYETTEVILLE �j�sqR A S .J �•s:1 •i •o+O�: '°`i ,NG TONG?�,. Pavement Maintenance Unlimited, LLC By e Title CITY OF FAYETTEVILLE FY1221 18 Drake Field Pavement Section 00500 - 3 OMB Number: 4040-0004 Expiration Date: 03/31/2012 Application for Federal Assistance SF -424 * 1. Type of Submission: MI Preapplication 0 Application 0 Changed/Corrected Application • 2. Type EI New In Continuation n 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 3-05-0020-41-2012 State Use Only: 6. Date Received by 7. State Application Identifier: State: 8. APPLICANT INFORMATION: * a. Legal Name: City of Fayetteville * b. Employer/Taxpayer Identification Number (ON/TIN): 716018462 • c. Organizational DUNS: 134398903 d. Address: *Street!: Street2: *City: County: * State: Province: • Country: *Zip 1 Postal Code: 113 W Mountain St Fayetteville Washington Arkansas ' USA: UNITED STATES 72701 e. Organizational Unit: Department Name: Division Name: Transportation Aviation f. Name and contact information of person to be contacted on matters involving this application: Prefix: Middle Name: " Last Name: Suffix: Mr, * First Name: Ray M Boudreaux 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 CFRA 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 Phase 11 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 AR District 3 Attach an additional list of ProgramlProject Congressional Districts if needed. 17. Proposed *a Start Date: Project: June 2012 • b. End Date: August 2012 18. Estimated Funding (9): *a. Federal 132,527 * b. Applicant 7,363 *c. State 7,362 *d. Local * e. Other *L Program income *g. TOTAL 147,252 * 19. Is Application E a. This application ID b. Program c. Program Subject to Review By State Under 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? (If "Yes", provide explanation.) Applicant Federal Debt Delinquency Explanation r Yes M 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) Q ** I AGREE "* The list of certifications and assurances, or an intemet site where you may obtain this list, is contained in the announcement or agency specific instructions. Authorized Representative: Prefix: Middle Name: * Last Name: Suffix: The Honorable * First Name: Lioneld Jordan * Title: Mayor, City of Fayetteville * Telephone Number: 479-575-$330 Fax Number: 479-575.8257 * Email: Ijordan@ci.fayetteville.ar.us *Signature of Authorized Representative: ,L 4.....r1. * Date Signed: 4.— 2--"' 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 Federat Debi. Maximum number of characters that can be entered is 4,000. Try and avoid extra spaces and carriage returns to maximize the availability of space. N/A U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION PART II PROJECT APPROVAL INFORMATION SECTION A OMB NO. 2120-0569 11/3012007 Item 1. Does this assistance request require State, local, regional, or other priority rating? Yes n No Name of Governing Body: Priority: Item 2. Does this assistance request require State, or local advisory, educational or health clearances? Yes U No Name of Agency or Board: (Attach Documentation) Item 3. Does this assistance request require clearinghouse review in accordance with OMB Circular A-95? I5 Yes No (Attach Comments) Item 4. Does this assistance request require State, local, regional or other planning approval? Yes X No Name of Approving Agency: Date: / / Item 5. Is the proposal project covered by an approved comprehensive plan? Yes X No Check one: Location of Plan: State Local Regional Item 6. Will the assistance requested serve a Federal installation? n Yes X No Name of Federal Installation: Federal Population benefiting from Project: Item 7. Will the assistance requested be on Federal land or installation? n Yes Name of Federal Installation: Location of Federal Land: No Percent of Project: Item 8. Will the assistance requested have an impact or effect on the environment? 0 Yes X No See instruction for additional information to be provided Item 9. Will the assistance requested cause the displacement of individuals, families, businesses, or farms? n Yes n No Number of: Individuals: Families: Businesses: Farms: Item 10. Is there other related Federal assistance on this project previous, pending, or antici ted? II Yes n No See instructions for additional information to be provided. FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1 (9-03) Page 2 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION PART II - SECTION C The Sponsor hereby represents and certifies as follows: OMB NO. 2120-0569 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 FM Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 3a U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION PART II - SECTION C (Continued) OMB NO. 2120-069 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 2. Functional or Other Breakout 20-106 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 $ 8,000 5. Other Architectural engineering fees $ 2,500 6. Project inspection fees $ 7,500 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal - Obstruction removal 11. Construction and project improvement $ 121,240 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) $ 140,240 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) $ 140,240 17. Less: Ineligible Exclusions 18. Add: Contingencies (5%) $ 7,012 19. Total Project Amt. (Excluding Rehabilitation Grants) $ 147,252 20. Federal Share requested of Line 19 $ 132,527 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (lines 20 & 21) $ 132,527 23. Grantee share 7,363 24. Other shares AR State Dept Aeronautics 5% Match $ 7,362 25. Total Project (Lines 22, 23 & 24) $ $ $ 147,252 FAA Form.5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 4 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMS 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 $ 7,363 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 $ 7,362 b. Other c. Total Other Shares 29. TOTAL $ 14,725 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 OMB No. 2120-0569 PROJECT: RW 34 Approach, Acquire Avigation Easements and Remove Obstructions AIRPORT: Drake Field, FYV 1. Objective: Rehabilitate existing asphalt Taxiways and aircraft parking apron area. Project comprises crack sealing, asphalt rejuvenation sealer, and re -marking of the remainder of the asphalt areas not addressed in the previous AlP project (3-05-0020-40-2011). 2. Benefits Anticipated: Will extend the usable life of the pavement. Will restore deteriorated pavement markings. 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: A portion of Taxiways, aircraft parking aprons, hangar building aprons. 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 FAA Airports q4 O �NlSTtiLP'JC Grant 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 VU, 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. Airport Sponsor Assurances (412012) ARP Page 1 of 17 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: 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 seci.t c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act— 5 U.S.C. 1501, et se4.2 e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, et secs. 12 f. National Historic Preservation Act of 1966 - Section 106 -16 U.S.C. 470(1).' g. Archeological and Historic Preservation Act of 1974 -16 U.S.C. 469 through 469c.1 h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et sect. 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. 2O00d through d-4. o. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et sea. p. American Indian Religious Freedom Act, P.L. 95-341, as amended. q. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et sea.] 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 sea.i 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 sect.2 x. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Executive Orders Airport Sponsor Assurances (4/2012) ARP Page 2 of 17 Executive Order 11246 - Equal Employment Opportunity` Executive Order 11990 - Protection of Wetlands Executive Order 11998 — Flood Plain Management Executive Order 12372 - Intergovernmental Review of Federal Programs Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Construction Executive Order 12898 - Environmental Justice Federal Regulations a. 14 CFR Part 13 - Investigative and Enforcement Procedures. b. 14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. c. 14 CFR Part 150 - Airport noise compatibility planning. d. 29 CFR Part 1 - Procedures for predetermination of wage rates.` 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. Airport Sponsor Assurances (4/2012) ARP Page 30117 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 These laws do not apply to airport planning sponsors. 2 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. Airport Sponsor Assurances (4/2012) ARP Page 4 of 17 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 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 suchobligations, 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 -- ........... .. Airport Sponsor Assurances (412012) ARP Page 5 01 17 that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in this grant agreement and shall insure that such arrangement also requires compliance therewith. g. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for residential use, to taxi an aircraft between that property and any location on airport. Sponsors of general aviation airports entering into any arrangement that results in permission for the owner of residential real property adjacent to or near the airport must comply with the requirements of Sec. 136 of Public Law 112-95 and the sponsor assurances. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 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 ₹o 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, Airport Sponsor Assurances (412012) ARP Page 6 of 17 it assures or certifies that it has implemented an effective airport pavement maintenance -management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. 12. Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds ofthis '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 Vietnam Airport Sponsor Assurances (4/2012) ARP Page 7 of 17 era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval of the Secretary, shall be incorporated into this grant agreement. Any modification to the approved plans, specifications, and schedules shall also be subject to approval of the Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project application or with the modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. 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. £ 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 Airport Sponsor Assurances (412012) ARP Page 8 of 17 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 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. Airport Sponsor Assurances (4/2012) ARP Page 9 of 17 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 - 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. Airport Sponsor Assurances (4/2012) ARP Page 100117 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 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 Sponsor Assurances (412012) ARP Page 11 of 17 airport and which are directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. The following exceptions apply to this paragraph: 1) 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 fmancing, 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. 2) If the Secretary approves the sale of a privately owned airport to a public sponsor and provides funding for any portion of the public sponsor's acquisition of land, this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20 -year period) of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3) Certain revenue derived from or generated by mineral extraction, production, lease, or other means at a general aviation airport (as defined at Section 47102 of title 49 United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec. 813 of Public Law 112-95. 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 fmancial and operations reports as the Secretary may reasonably request and make such reports Airport Sponsor Assurances (4/2012) ARP Page 12 of 17 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 — 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 Airport Sponsor Assurances (4/2012) ARP Page 13 of 17 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; (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon; and (4) all proposed and existing access points used to taxi aircraft across the airport's property boundary. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. 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 except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary's design standards beyond the control of the airport sponsor. 30. Civil Rights. It will 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 Airport Sponsor Assurances (412012) ARP Page 14 of 17 (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, including land serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States' share of acquisition of such land will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2) transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order, (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes, the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. b. For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair market value of the land. That portion of the proceeds of such disposition which is proportionate to the United States' share of the cost of acquisition of such land will, (1) upon application to the Secretary, be reinvested or transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) the revenue Airport Sponsor Assurances (4/2012) ARP Page 15 of 17 from interim uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. d. Disposition of such land under (a) (b) or (c) will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 32. Engineering and Design Services. 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 Airport Sponsor Assurances (412012) ARP Page 1B of 17 • 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, 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 i 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 (412012) ARP Page 17 of 17 STANDARD DOT TITLE VI ASSURANCES City of Fayetteville, Arkansas_ (hereinafter referred to as the Sponsor) hereby agrees that as a condition to receiving Federal financial assistance from the Department of Transportation (DOT), it will comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et sea.) and all requirements imposed by 49 CFR Part 21, - Nondiscrimination in Federally Assisted Programs of the Department of Transportation -- Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the "Regulations") to the end that no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement. Without limiting the above general assurance, the sponsor agrees concerning this grant that: 1. Each "program" and "facility" (as defined in Sections 21.23(e) and 21.23 (b)) will be conducted or operated in compliance with all requirements of the Regulations. 2. It will insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 3. Where Federal financial assistance is received to construct a facility, or part of a facility, the assurance shall extend to the entire facility and facilities operated in connection therewith. 4. Where Federal financial assistance is in the form or for the acquisition of real property or an interest in real property, the assurance shall extend to rights to space on, over, or under such property. 5. It will include the appropriate clauses set forth in Attachment 2 of this assurance, as a covenant running with the land, in any future deeds, leases, permits, licenses, and similar agreements entered into by the sponsor with other parties: (a) for the subsequent transfer of real property acquired or improved with Federal financial assistance under this Project; and (b) for the construction or use of or access to space on, over, or under real property acquired or improved with Federal financial assistance under this Project. 6. This assurance obligates the Sponsor for the period during which Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the sponsor or any transferee for the longer of the following periods. (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits, or (b) the period during which the sponsor retains ownership or possession of the property. 7. It will provide for such methods of administration for the program as are found by the Secretary of Transportation or the official to whom he delegates specific authority to give reasonable guarantee that it, other sponsors, subgrantees, contractors, subcontractors, transferees, successors in interest, and other participants or Federal financial assistance under such program will comply with all requirements imposed or pursuant to the Act, the Regulations, and this assurance. 8. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the Act, the Regulations, and this assurance. THIS ASSURANCE is given in consideration of and for the purpose of obtaining Federal financial assistance for this Project and is binding on its contractors, the sponsor, subcontractors, transferees, successors in interest and other participants in the Project. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Sponsor. DATED City of Fayetteville. Arkansas / (Sponsor) CONTRACTOR CONTRACTUAL REOULREMENTS ATTACHMENT I During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs I through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued Pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. CLAUSES FOR DEEDS, LICENSES, LEASES, PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the Sponsor pursuant to the provisions of Assurances 5(a) and 5(b). 1. The (grantee, licensee, lessee, permitee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a DOT program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permitee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. 2. The (grantee, licensee, lessee, permitee, etc., as appropriate) for himself, his personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that: (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permitee, etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION SELECTION OF CONSULTANTS City of Fayetteville, Arkansas (Sponsor) Drake Field KFYV (Airport) 3-05-0020-41-2012 (Project Number) Description of Work: Pavement rehabilitation of taxiways and parking aprons comprising: 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 15015100-14, 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 N/A 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. Page 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 Sp sor) Sign ture of SpoO ignated Official Representative) Lioneld J (Typed Name of Sponsor's Designated Official Representative) Mayor (Typed Title of Sponsor's Designated Official Representative) zc112 (Date) Page2of2 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION PROJECT PLANS AND SPECIFICATIONS City of Fayetteville, Arkansas Drake Field KFYV 3-05-0020-41-2012 (Sponsor) (Airport) (Project Number) Description of Work: Pavement rehabilitation of taxiways and parking aprons comprising: 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 15015100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 15015100-16, 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 NIA 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 150/5370-10 ® ❑ Cl are or will be included in the project specifications. 6. If a value -engineering clause is incorporated into the contract, ❑ ❑ 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 N/A 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 ® El ❑ 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 "no" that is correct and complete. City of Fayetteville, Arkansas (Name of Spo,jsor) 4'Sigr,j�ture of Sponso De' nated Official Representative) Lioneld Jo (Typed Name of Sponsor's Designated Official Representative) Mayor (Typed Title of Sponsor's Designated Official Representative) Is - (Date) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION EQUIPMENT/CONSTRUCTION CONTRACTS City of Fayetteville, Arkansas Drake Field KFYV (Sponsor) (Airport) Description of Work Pavement rehabilitation of taxiways and parking aprons comprising sealer application, re -marking. 3-05-0020-41-12 (Project Number) joint seal, crack repair, rejuvenation 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 sponsor's 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 NIA 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. 8. 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 determina₹ion; 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 (Name of S7nsor) /l (Signature of Spo or's signaled Official Representative) Lioneld J an (Typed Name of Sponsor's Designated Official Representative) Mayor (Typed Title of Sponsor's Designated Official Representative) (Date) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION DRUG -FREE WORKPLACE City of Fayetteville, Arkansas Drake Field - FYV 3-05-0020-0041-12 (Sponsor) (Airport) (Project Number) Description of Work: Pavement rehabilitation of taxiways and parking aprons comprising: 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 AIP project grant agreement contains specific assurances on the Drug -Free Workplace Act of 1988. Except for the certified items below marked not applicable (NIA), 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 NIA 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 I 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. 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. S. 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 I 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 Location Street Address: 4500 S School Ave City: Fayetteville State: AR Zip code: 72701 City of Fay tteville, Arkansas Name of Snsor - of Spors6is D ignated Official Representative Lioneld Type Name of Sponsor's Designated Official Representative Mayor Typed Title of Sponsor's Designated Official Representative Date of Si nature State Airport Aid Application - Page 1 The City/County of Fayetteville , herein called "Sponsor", hereby makes application to the Arkansas Department of Aeronautics for State funds pursuant to Act 733 of 1977, for the purpose of aiding in financing a project for the development of a municipal airport located in the city of Fayetteville Arkansas, Washington county. Date of Request: 6/5/12 Name of Airport: Fayetteville Executive Airport, Drake Field Name and address of City/County Commission sponsoring request: City of Fayetteville 113 West Mountain Fayetteville AR 72701 Phone Number: 479-575-8330 Fax Number: 479-575-8257 Name and address of Engineering Firm (if applicable): McClelland Consulting Engineers, Inc PO Box 1229 Fayetteville AR 72702 479-443-2377 ph Person to Contact about project: Ray M Boudreaux 4500 S School Ave Ste F Fayetteville, AR 72701 Phone Number: 479-718-7642 Cell Number: 479-601-3520 Fax Number: 479-718-7646 Contact Person: R.Wayne Jones, PE Phone/Fax Number: 479-443-9241 fax Describe the work to be accomplished: Pavement rehabilitation Phase II to include: application of rejuvenation sealer and re -marking of sections of Taxiways and aircraft parking aprons that were not included in the previous pavement rehab nroiect, (AIP40). State and Local Project Costs: Please indicate: O 50-50% Match O 80-20% Match O 90-10% Match O 100% Federal AIP Projects: AlP Number: 3-05-0020-0041-12 O 95-5% Match O 95-5-5% Match Total Cost of Project Total Cost of Project: 147,252.00 Local Share/Funds Federal Share: 132,527.00_ Local Share/In-Kind State Share: 7,362.00 State Share Local Share: 7,363.00 7-1-11 State Airport Aid Application — Page 2 Provide the information listed below as it applies to your project: Funding: Source of Funds: DOT/FAA AIP Grant 90%, AR Dept of Aeronautics 5%. Local 5% Source of In -Kind Services: Estimated starting date of project: June 2012 Estimated completion date of project: Aug 2012 Project will be for: New Airport X Existing Airport Is land to be leased or purchased? No Description of land and cost per acre: Provide the Federal AIP Grant Number (if applicable): 3-05-0020-0041-12 State Legislators for your area: State Senator: Sue Madison, District 7 State Representative: Uvalde Lindsey. District 88 State Airport Aid Application — Page 3 The sponsor agrees to furnish the Arkansas Department of Aeronautics a copy of the legal instrument affecting use of the property for an airport. In application for a new landing site or expansion of existing facility, the FAA Form 7480-1, Notice of Landing Area Proposal, must be approved by the FAA before review for grant can be made by the State. Applications for hangar construction or renovation funds must include a signed lease agreement. This agreement must be in compliance with all FAA grant assurances. The application must be based on bids and include a calculated return on investment. No land, hangars, or buildings purchased with State Grant funds may be sold or disposed of without State Aeronautics Commission prior approval. All requests for sale or disposal of property will be considered on an individual case basis. No hangar (funded by a grant from the Department of Aeronautics) shall be used for non -aviation purposes without State Aeronautics Commission prior approval. All requests for non -aviation use will be considered on a case -by -case basis. Failure to receive prior approval from A.D.A. concerning land and/or building use could result in the commission requesting grant refund from the Sponsor. Additionally, all hgr/building grant applications must include proof of insurance coverage. No airport accepting State Grant funding may issue an Exclusive Rights lease. All applications for navigational aids (such as NDB or ILS) must have FAA site approval before a state grant can be approved. All Grant applications involving Federal Airport Improvement Program (AIP) funding must be accompanied by the approved FAA grant agreement with grant number assigned. If this project is approved by the Arkansas Department of Aeronautics, and is accepted by the sponsor, it is agreed that all developments and construction shall meet standard FAA construction practices as outlined in the specifications of this agreement. Runways, Taxiways, Parking Ramps, etc. shall have a base and a thickness that will accommodate the weight of aircraft expected to operate at this airport. All rant applicants (City and/or County) are totally responsible for compliance with all Federal, States County and City laws Statutes Ordinances Rules Regulations. and Executive Orders concerning contracts and purchases for which this grant is approved and issued. It is understood and agreed that the sponsor shall start this project immediately upon award of grant. It is also agreed that this project shall be completed within one year from the date of acceptance of this grant by the Arkansas Department of Aeronautics. Applications for extension will be entertained if circumstances beyond the sponsor's control occur. Amendment requests are to be made only under extraordinary circumstances. Funds will be disbursed according to Department procedures and final inspection of completed project (See payment instruction page). Payment ofgraLfunds are contingent upon the Department's annual appropriation. IN WITNESS WHEREOF, the sponsor has caused this Application for State Airport Aid to be duly executed in its name, this 2 5 "i day of , 20/1. Title 7-I-11 McCLELLAND 1810 N. College Avenue P.O,Box 1229 IllELTCO SULTI NG Fayetteville, AR 72703/72702-1229 .:� ENGINEERS, INC. 479-443-2377. FAX479-443-924, www.mccIelIand-en.com May 29, 2012 Mr. Heath Wills Pavement Maintenance Unlimited, LLC 3510 West James Circle Pass Christian, MS 39571 Re: Drake Field Phase II, Airfield Pavement Rehab Fayetteville Executive Airport Dear Mr. Wills: The City of Fayetteville is proceeding with the approval of a contract with Pavement Maintenance Unlimited, LLC for the Phase II work regarding the Airfield Pavement Rehab at the June 19, 2012 City Council meeting. The City is requesting to add additional striping on the Runway and Taxiways to address issues that resulted from the recent FAA Certification Inspection. The Change Order will add the restriping of the Runway Threshold markings, the Runway Number markings, the interior stripe of the Touchdown marking closest to the runway centerline, and the restriping of the Centerlines for the concrete taxiways. The amount added by Change Order No. I is $22,050.00. We have enclosed four (4) copies of the Change Order No. 1 and the Contract for your signature. Please return three (3) signed copies by June 7, 2012. We will be forwarding copies of the bond in the next several days. If there are any questions regarding the Contract or Change Order, please contact us. Sincerely, McCLELLAND CONSULTING ENGINEERS, INC. R. Wayne Jones, P.E. Vice President Enclosure: Change Order No. 1 (4 copies) Contract (4 copies) Cc: Ray Boudreaux, City of Fay. J;2012122118 - ORAXE PAVEMENT PHASE IIICORRESPONDENCEIPMU LLC .052912 .DOG .4tceteflwtd eref awfim , ffm - "meet &t9uleeriag 5L m' adawae Duobwoo 2009 Iwaid Sledpknt CONTRACT THIS AGREEMENT, made and entered into on the day of dune 2012, by and between Pavement Maintenance Unlimited, _ LLC, herein called the Contractor, and the City of Fayetteville: WITNESSETH: That Pavement Maintenance Unlimited, LLC, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Pavement Maintenance Unlimited. LLC, shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled: Phase II, Airfield Pavement Rehabilitation & Restriping, Fayetteville Executive Airport, Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications Drawings —3 Sheets 2. That the City of Fayetteville hereby agrees to pay to Pavement Maintenance Unlimited LLC 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 $99,190 plus Change Order #1 for ($22,050) for a Contract Amount of One Hundred Twenty One Thousand, Two Hundred Forty Dollars ($121,240.00). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 45 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 Pavement Maintenance Unlimited, LLC, recognize that time is of the 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 Pavement Maintenance Unlimited LLC, agree that as liquidated damages for delay (but not as a penalty) Pavement Maintenance Unlimited. LLC, shall pay City of Fayetteville One Hundred Dollars ($100.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. FY122118 Drake Field Pavement Section 00500 - 1 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Pavement Maintenance Unlimited, LLC, on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Pavement Maintenance Unlimited, LLC, 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 Pavement Maintenance Unlimited, LLC, of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Pavement Maintenance Unlimited, LLC, 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 Pavement Maintenance Unlimited, LLC, of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 7. 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, Pavement Maintenance Unlimited LLC, 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 Pavement Maintenance Unlimited LLC, shall be deemed to be due under this Agreement until such new or additional security for the faithful perfor- mance 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, Pavement Maintenance Unlimited LLC 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. Seq.). Only Legally authorized photocopying cost pursuant to the FOIA may be assessed for this compliance. FY 122118 Drake Field Pavement Section 00500 - 2 IN WITNESS WHEREOF, the parties 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. SEAL: H z ATTEST: Pavement Maintenance Unlimited, LLC By, Title °CITY OF FAYETTEVILLE. By City Clerk Lioneld Jordan, Mayor FY 122118 Drake Field Pavement Section 00500 -3 CHANGE ORDER Order No. 1 Date: May 29.2012 Agreement Date: June 19.2012 NAME OF PROJECT: Phase 11, Airfield Pavement Rehabilitation & Striping IAIP Proi. No. 3-05-0020-41-2012? OWNER: City of Fayetteville (Airport Department CONTRACTOR: Pavement Maintenance Unlimited. LLC The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Increase the quantity for Bid Item No. 3: from 10,000 SF to 28,000 SF and change the work to include the restriping of the Runway Threshold, Numbers and Touchdown Markings at the unit price at $0.901SF. Add cost of $ 16,200.00 to the contract.. 2. Increase the quantity for Bid Item No. 5: from 1,500 SF to 8,000 SF and change the work to include the restriping of the concrete Taxiways 'G' &'E" east of the runway, Taxiway "B" west of the runway and the non -movement striping along the Terminal Apron including the black outline striping at the unit price at $0.901SF. Add cost of $ 5,860.00 to the contract. Justification: 1. The Owner has recently had the FAA Certification Inspection and these additional striping items were noted in the inspection as area the need to be corrected. CONTRACT PRICE prior to this Change Orders: $ 99.190.00 Increase in Contract Price: $_22.050,00 Revised CONTRACT PRICE Including this Change Order: $_121,240.00 Final Completion Time Prior to This Change Order: 45 Calendar Days Net Time Change Resulting From This Change Order: 0 Calendar Days Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (deereosed•) 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: Unlimited, LLC Date Recommended by: McClelland Consulting Engineers, Inc. Date Approved by: City of Fayetteville Date J:\20121122118- DRAKE PAVEMENT PHASE II ICONSTRUCTION%CHANGE ORDERSCHANGE ORDER 1.DOC Page 1 McCLELLAND 1810 N. College Avenue CONSl� r�►r�* P.O. Box 1229 ULT �Y�7 • Fayetteville, AR 73703,72702-1229 ENGINEERS, �1 b 479-443-2377/Fax 479-443-9241 ENGINRINC. www.mcclelland-engrs.com May 29, 2012 Mr. Ray Boudreaux Airport Department City of Fayetteville 4500 S. School Ave., Suite F Fayetteville, AR 72701 Re: Drake Field Phase II Airfield Pavement Rehab Fayetteville Executive Airport, Dear Mr. Boudreaux: Bids were received on the above referenced project on Thursday May 17, 2012, with three Contractors submitting bids for this project. One bidder was non -responsive as they did not acknowledge the Addendum No. 1, which we have conformation that their office received the faxed copy of the addendum. The low bidder for the Basis of Award for the Total Bid is Pavement Maintenance Unlimited, LLC of Pass Christian, Mississippi, in the amount of $99,190.00. A copy of the certified Bid Tabulation is enclosed. The Engineer's estimate of the Construction Cost was in the amount of $154,900.00. The Bid amount is below the estimated project construction cost and additional striping work can be added to address the recently completed FAA Certification Inspection. We recommend the City accept the low bid submitted by Pavement Maintenance Unlimited, LLC, for the Base Bid of in the amount of $99,190.00 plus the cost of Change Order No. 1 in the amount of $22,050.00 for a total project amount of $121,240.00. Our Little Rock Office has worked with Pavement Maintenance Unlimited, LLC on several occasions and has had good results with their construction. If there are any questions regarding the bids or this recommendation, please contact us. Sincerely, McCLELLAND CONSULTING ENGINEERS, INC. R. Wayne Jones, P.E. Vice President/Project Manager Enclosure: Bid Tabulation Contract & Change Order No. 1 Engineers Estimate of Project Cost ,:12012\122118 - Drake Pavement Phase II\Correspondence\LTR boudreaux-052912 .doc Ord Ccn u&in# &Winwca, jne. - " ✓3e t En ineedng §Erm" t anoao .!`3, uainea1 2009 & 2010 Quad ecipient CONTRACT THIS AGREEMENT, made and entered into on the day of June 2012, by and between Pavement Maintenance Unlimited, LLC, herein called the Contractor, and the City of Fayetteville: WITNESSETH: That Pavement Maintenance Unlimited, LLC, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Pavement Maintenance Unlimited, LLC, shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled: Phase II, Airfield Pavement Rehabilitation & Restriping, Fayetteville Executive Airport, Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications Drawings —3 Sheets 2. That the City of Fayetteville hereby agrees to pay to Pavement Maintenance Unlimited, LLC 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 $99,190 plus Change Order #1 for ($22,050) for a Contract Amount of One Hundred Twenty One Thousand, Two Hundred Forty Dollars ($121,240.00). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 45 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 Pavement Maintenance Unlimited, LLC, recognize that time is of the 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 Pavement Maintenance Unlimited, LLC, agree that as liquidated damages for delay (but not as a penalty) Pavement Maintenance Unlimited, LLC, shall pay City of Fayetteville One Hundred Dollars ($100.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. FY122118 Drake Field Pavement ' Section 00500 - 1 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Pavement Maintenance Unlimited, LLC, on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Pavement Maintenance Unlimited, LLC, 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 Pavement Maintenance Unlimited, LLC, of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Pavement Maintenance Unlimited, LLC, 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 Pavement Maintenance Unlimited LLC, of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 7. 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, Pavement Maintenance Unlimited, LLC, 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 Pavement Maintenance Unlimited, LLC, shall be deemed to be due under this Agreement until such new or additional security for the faithful perfor- mance 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, Pavement Maintenance Unlimited, LLC 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. Seq.). Only Legally authorized photocopying cost pursuant to the FOIA may be assessed for this compliance. FY122118 Drake Field Pavement Section 00500 -2 IN WITNESS WHEREOF, the parties 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. SEAL: Pavement Maintenance Unlimited, LLC WITNESSES: Title ATTEST: CITY OF FAYETTEVILLE By City Clerk Lioneld Jordan, Mayor FY122118 Drake Field Pavement Section 00500 - 3 CHANGE ORDER Order No. 1 Date: May 29, 2012 Agreement Date: June 192012 NAME OF PROJECT: Phase II, Airfield Pavement Rehabilitation & Striping (AIP Proi. No. 3-O5-0020-41-2012) OWNER: City of Fayetteville (Airport Department) CONTRACTOR: Pavement Maintenance Unlimited, LLC The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Increase the quantity for Bid Item No. 3: from 10,000 SF to 28,000 SF and change the work to include the restriping of the Runway Threshold, Numbers and Touchdown Markings at the unit price at $0.90/SF. Add cost of $16,200.00 to the contract.. 2. Increase the quantity for Bid Item No. 5: from 1,500 SF to 8,000 SF and change the work to include the restriping of the concrete Taxiways "G" &"E" east of the runway, Taxiway "B" west of the runway and the non -movement striping along the Terminal Apron including the black outline striping at the unit price at $0.90/SF. Add cost of $ 5,850.00 to the contract. Justification: The Owner has recently had the FAA Certification Inspection and these additional striping items were noted in the inspection as area the need to be corrected. CONTRACT PRICE prior to this Change Orders: $_99,190.00 Increase in Contract Price: $_22,050.00 Revised CONTRACT PRICE Including this Change Order: $,121,240.00 Final Completion Time Prior to This Change Order: 45 Calendar Days Net Time Change Resulting From This Change Order: 0 Calendar Days Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (dec d) 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: Pavement Maintenance Unlimited, LLC Date Recommended by: McClelland Consulting Engineers, Inc. Date Approved by: City of Fayetteville Date J:\2012\122118- DRAKE PAVEMENT PHASE WCONSTRUCTIONICHANGE ORDERS\CHANGE ORDER 1.DOC Page 1 Fayetteville Executive Airport, Drake Field Estimate of Probable Construction Costs Airfield Pavement Rehabilitation Project No.: FY112141 Date: March 28, 2012 Prepared by: McClelland Consulting Engineers, Inc. IllEEMCCL€GLAND CONsuLTING €NGIN€€RS, INC. Item No. Description City. Unit Unit Price Extended 1 Mobilication & Demobilization 1 LS $5,000.00 $5,000.00 2 Reiuvenation Sealer for Taxiway and Aprons 112,000 SY $1.10 $123,200.00 3 Taxiway Striping ((Yellow) 5,000 SF $1.70 $8,500.00 4 Friction Testing, If Required) 1 LS $6,000.00 $6,000.00 5 Runway Stri in (White) 10000 SF $1.20 $12,000.00 6 Third Party OCP Insurance, Complete 1.0 LS $200.00 $200.00 SUBTOTAL $154,900.00 TOTAL ESTIMATE OF PROBABLE CONSTRUCTION COSTS Rejuvenation Sealer Areas Taxiway "B" South West Aprons East Apron & Road Exec. Hangar Area Engineering Costs Design Services Bidding Services Const. Phase Servib (12000 SY) (42000 SY) (48000 SY) (9900 SY) $8,250.00 $2,500.00 es $6,500.00 Total Engineering Costs $17,250.00 TOTAL ESTIMATED PROJECT COSTS FAA Funding (90%) Ark. Aeronautics Funding City of Fayetteville Airport Funding $154,900.00 $172,150.00 $154,935.00" $8,607.50 $8,607.50 C:IDocuments and SettingslWayne\Local Settings\Temporary Internet Files\Content.Outlook18B19W19C\Drake Cost Estimate 03-28-2012.xls AIRFIELD PAVEMENT REHABILITATION and RESTREPING Fayetteville Executive Airport City of Fayeltevllle Revised 5121!2012 MCE Project No. FY122118 Bid No. 12.46 item # Description O Unit Time Striping, ]nc. Pavemerd Maintenance Unllmlted, t.LC Redstone Cvrntruction Group Unit Price Extended Unit Price -Extended Unit Pilcel Extended I Mobilization & Demobilization 1 LS 51.850.00 $1.850.00 $4,500.00 $4.500.00 2 Toxreay Rejuvenation Sealer(Apvrax. 12.000 SY) I LS 510.2110.00 519300.00 58 040.00 55,949.99 3 Runwey Maddn Realri in(Approx. Whine 76704 SF 10,000 SF $1.25 512.500.90 $0.99 59,000.90 Won-Raeponaive 4 Apron R 'uvenalion Sealer (Approx. 100,000 SY) 1 LS $82.000.00 $72000.00 $72,000.00 5 Texwa Markle Restri cn rox Yellow 1,500 SF 1,500 SF $125 __$82,000.00 $1,875.00 $0.90 $1,350.00 Addendum#1 6 Apron Taxllane pronn. Yellow 4 000 SFJ__ 4.000 5F 51.25 5 vvo.0Q $0.90 $390003 Not Aoi howled ed 7 Third Party OCP1 Insurance Govsr a Rider Amounl (Non -Eligible) 1 LS 3750.00 4750.00 $700.00 $700.00 i AL 910 $144.175.00 $99190.00 $0.00 Certified:' �% Waync trs, '.I' . N4S32 d:125t21522119. make Pormiom Phax n¼Ce Irw- ,d-RereladiFV l 22118 Eid The In Page t of ti • City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Contract Review City Council Meeting Date Agenda Items Only Ray M. Boudreaux Aviation Transportation Submitted By Division Department REVENUE $ 125,586.00 $ - Pavement Rehab & Re -marking Phase II Cost of this request Category I Project Budget Program Category / Project Name 5550.0955.6820.41 $ - Airport Capital Account Number Funds Used to Date Program / Project Category Name 120121 $ - Airport Project Number Remaining Balance Fund Name Budgeted Item 0 Budget Adjustment Attached -2 7 Previous Ordinance or Resolution # 84-12, 128-12 Date Original Contract Date: 4_-14Original. Contract Number: Date Fina ce and Internal ervices Director to Comments: 06-25-1 2 PO4:54 RCVD Received in City Clerk's Office "71 . Received in Mayor's Office Revised January 15, 2009 ttvi1 e ARKANSAS® STAFF REVIEW MEMO - Contract Review To: Mayor Lioneld Jordan Thru: Don Marr, Chief of Staff Thru: Terry Gulley, Transportation Director Thru: Staff/Contract Review Committee From: Ray M. Boudreaux, Aviation ector Date: 6/24/12 Subject: FAA Grant Application revision THE CITY OF FAYETTEVILLE, ARKANSAS AVIATION DIVISION 4500 S School Ave, Ste F Fayetteville. AR 72701 P (479) 718-7642 BACKGROUND: The Airport recently submitted a grant application to the FAA for the Pavement Rehab Phase II project funding. The City Council approved the grant submission and to receive the funding at their June 19, 2012 meeting, Resolution 128-12. Subsequently, FAA Project Manager, Paul Burns, P.E., requested a revision to the grant amount, specifically, removing the contingency item and subtracting a non -eligible item, third -party insurance, from the FAA funded portion of the project cost. If, due to unforeseen circumstances, an increase in the project cost is required, the Airport still has the option to request an increase in the FAA grant total up to 15% of the original grant award. Thus, the removal of the 5% contingency item does not present a problem. Also, after the original grant application items were submitted for City Council approval, the AR Dept of Aeronautics upgraded their FAA matching grant from 5% to 10%, which increase the project funding from 95% to 100% funded by grant sources. A new Council item is being processed to recognize the additional State grant revenue that is reimbursed at the end of the project. In order to move the project forward a revised application must be submitted to the FAA. RECOMMENDATION: Review and signature of the Mayor. BUDGET IMPACT: Reduces the originally submitted revenue figure for the FAA grant from $132,527 to 125,589. Attachments: Revised AIP41 Grant documents Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AIR 72701 OMB Number: 4040-0004 Expiration Date: 03/31/2012 Application for Federal Assistance SF -424 * 1. Type of Submission: Preapplication Application Changed/Corrected Application ` 2. Type of Application: ' If Revision, select appropriate letter(s): l New a ° Continuation ' Other (Specify) jj Revision • 3. Date Received: 4. Applicant Identifier: II 5a. Federal Entity Identifier: • 5b. Federal Award Identifier. I3-05-0020-41-2012 AR/OK ADO, ASW-030 I 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: • Slreetl: 113 W Mountain St Street2: City: Fayetteville County: 1Washington • State: Arkansas Province: Country: USA: UNITED STATES • Zip / Postal Code: 72701 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: Mr. * First Name: Middle Name: (N Ray * Last Name: Boudreaux Suffix: I Title: Aviation Director Organizational Affiliation: Airport Manager, Drake Field, KFYV * Telephone Numbe€: 479-718-7642 I Fax Number: 1479-718-7646 * Email: roudreaux@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 Tile: 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 Phase II Attach supporting documents as specified in agency instructions. Application for Federal Assistance SF -424 16. Congressional Districts Of: ' a. Applicant AR District 3 * b. Program/Project AR District 3 Attach an additional list of Program/Project Congressional Districts if needed. 17. Proposed Project: a. Start Date: June 2O12 ' b. End Date: August 2012 18. Estimated Funding (S): a. Federal 125,586 ` b. Applicant c. State 13,954 d. Local e. Other "f. Program Income • g. TOTAL 139,540 19. Is Application Subject to Review By State Under Executive Order 12372 Process? L a. This application was made available to the State under the Executive Order 12372 Process for review on f f[ 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 F 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, civic, or administrative penalties. (U.S. Code, Title 218, Section 1001) Q ** I AGREE ** 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 ' First Name: Lioneld Middle Name: ` Last Name: I Jordan Suffix: 'Title: Mayor, City of Fayetteville Telephone Number: 1479-575-8330 Fax Number: 479-575-8257 * Email: ljordan@ci.fayetteville.ar,us " Signature of Authorized Representative: ` Date Signed: U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION I•J_1:iill PROJECT APPROVAL INFORMATION SECTION A OMB No. 2120-0569 1/13012007 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: advisory, educational or health clearances? (Attach Documentation) ❑ Yes ❑x No Item 3. Does this assistance request require clearinghouse review (Attach Comments) in accordance with OMB Circular A-95? X Yes fl No Item 4. Does this assistance request require State, local, Name of Approving Agency: regional or other planning approval? Date: 1 f ❑ 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 installation? Federal Population benefitin from Pro ect: g I ❑ Yes Q No Item 7. Name of Federal Installation: Will the assistance requested be on Federal land or installation? Location of Federal Land: ❑ Yes 0 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 Eli Yes ONo Item 9. Number of: Will the assistance requested cause the displacement of Individuals: Families: individuals, families, businesses, or farms? ❑ 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 antics ed? MatYes ❑ 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 li - SECTION C The Sponsor hereby represents and certifies as follows: I - Compatible Land Use - The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: The Sponsor has adopted 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 €eases, 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 51 00-1 00 (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 landon 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 OMR NO. 2120-ASAO 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 $ 8,000 5. Other Architectural engineering fees $ 2,500 6. Project inspection fees $ 7,500 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal - Obstruction removal 11. Construction and project Improvement $ 121,240 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) $ 140,240 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) $ 140,240 17. Less: Ineligible Exclusions (700) 18. Add: Contingencies (5%) 19. Total Project Amt. (Excluding Rehabilitation Grants) $ 139,540 20. Federal Share requested of Line 19 $ 125,586 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (lines 20 & 21) $ 125,586 23. Grantee share $ 13,954 24. Other shares 25. Total Project (Lines 22, 23 & 24) $ $ $ 139,540 rrvi rorm 5wU-1UU la-Ust bUVt c5lWULZJ r,A r[URM 51UU-1U0 (6-73) Page 4 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMs 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 $ 13,954 a. Securities b. Mortgages c. Appropriations (By Applicant) d. Bonds e. Tax Levies f. Non Cash g. Other (Explain) h. TOTAL - Grantee share 13,954 28. Other Shares a. State b. Other c. Total Other Shares 29. TOTAL $ 13,954 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 nun un 1317A_ACAd PROJECT: RW 34 Approach, Acquire Avigation Easements and Remove Obstructions AIRPORT: Drake Field, FYV 1. Objective: Rehabilitate existing asphalt Taxiways and aircraft parking apron area. Project comprises crack sealing, asphalt rejuvenation sealer, and re -marking of the remainder of the asphalt areas not addressed in the previous AlP project (3-05-0020-40-2011). 2. Benefits Anticipated: Will extend the usable life of the pavement. Will restore deteriorated pavement markings. 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: A portion of Taxiways, aircraft parking aprons, hangar building aprons. 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 51 00-1 00 (6-73) Page 6 Comments: City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Contract Review City Council Meeting Date Agenda Items Only Ray M. Boudreaux Aviation Transportation Submitted By Division Department Action ttequirea: Action Required: Mayor's signature on a DOTIFAA grant application to fund 90% the Pavement Rehabilitation and marking Phase II project. REVENUE $ 105,741.00 Cost of this request 5550.0955.6820.41 $ - Pavement Rehab & Re -marking Phase II Category I Project Budget Program Category I Project Name $ - Airport Capital Account Number Funds Used to Date Program I Project Category Name 12012 1 $ - Airport Project Number Budgeted Item Remaining Balance Budget Adjustment Attached 0 Fund Name 7 —lo -14— Previous Ordinance or Resolution # 84-12, 128-12 Date Original Contract Date: ^I b� Z Original Contract Number: Date `Pc a. 1LL -7- Il-:niz Finance and Internal Services Director Date Received in City Clerk's Office Date EHTE,R Received in �f Mayors Office D to Revised January 15, 2009 , a ettvil1e ARKANSAS� STAFF REVIEW MEMO - Contract Review To: Mayor Lioneld Jordan Thru: Don Mart, Chief of Staff Thru: Terry Gulley, Transportation Director Thru: Staff/Contract Review Committee From: Ray M. Boudreaux, Aviation irector Date: 7/10/12 Subject: FAA Grant Application revision THE CITY OF FAYETTEVILLE, ARKANSAS AVIATION DIVISION 45005 School Ave, Ste F Fayetteville, AR 72701 P (479) 718-7642 BACKGROUND: The Airport recently submitted a grant application to the FAA for the Pavement Rehab Phase II project funding. The City Council approved the grant submission and to receive the funding at their June 19, 2012 meeting, Resolution 128-12. Subsequently, FAA Project Manager, Paul Burns, P.E., requested a revision to the grant amount, specifically, removing the contingency item and subtracting a non -eligible item, third -party insurance, from the FAA funded portion of the project cost. Following submission of the revised application, the FAA project manager did not accept the included Change Order to the Contract that increased the scope of the project. He requested an additional revision to the application, limiting the cost to the project scope that was originally bid. A revised application is again prepared according to the FAA Rep's requirements. In order to move the project forward the revised application must be submitted to the FAA. RECOMMENDATION: Review and signature of the Mayor. BUDGET IMPACT: Reduces the first revision submitted revenue figure for the FAA grant from $125,589 to 105,741. A revised Budget Adjustment has been submitted for approval by City Council at their July 17`s, meeting. Attachments: Revised AIP41 Grant documents Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 OMB Number: 4040-0004 Expiration Date: 03131/2012 Application for Federal Assistance SF -424 1. Type of Submission: Preapplication Application Changed/Corrected Application " 2. Type of Application: ' It Revision, select appropriate letter(s): ([j New j j Continuation Other (Specify) Revision 3. Date Received: 4. Applicant Identifier. II Se. Federal Entity tdentifer. " 5b. Federal Award Identifier: 3-05-0020-41-2012 ARIOK ADO, ASW-630 I 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 (E1NI T1N): 716018462 " c. Organizational DUNS: 134398903 d. Address: Streetl: 113 W Mountain St Street2: City: Fayetteville County: Washington State: Arkansas Province: Country: USA: UNITED STATES " Zip) Postal Code: 72701 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: Mr. • 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: roudreaux@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: 120.106 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 Phase II Attach supporting documents as specified in agency instructions. Application for Federal Assistance SF424 16. Congressional Districts Of: ' a. Applicant AR District 3 ' b. Program/Project AR District Attach an additional list of Program/Project Congressional Districts if needed. 17. Proposed Project: a. Start Date: June 2012 ' b. End Date: August 2012 18. Estimated Funding ($): ' a. Federal 105,741 b. Applicant c. State 11,749 d. Local • e. Other f. Program Income g. TOTAL 117,490 ' 19. Is Application Subject to Review By State Under Executive Order 12372 Process? rxj a. This application was made available to the State under the Executive Order 12372 Process for review on 16/13112 J b. Program is subject to E.O. 12372 but has not been selected by the State for review. EEl 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 j -x 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) a ' I AGREE 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 ' 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: ljordan@ci.fayetteville.ar.us ' Signature of Authorized Representative: 7j c.jj' Date Signed: u 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 returns to maximize the availability of space. NIA U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION PART 11 PROJECT APPROVAL INFORMATION SECTION A OMB No. 2120-0569 11/3012007 Item 1. Does this assistance request require State, local, regional, Name of Governing Body: or other priority rating? Priority: ❑ Yes ❑X No Item 2. Does this assistance request require State, or local Name of Agency or Board: (Attach Documentation) advisory, educational or health clearances? ❑ Yes Q No Item 3. Does this assistance request require clearinghouse review (Attach Comments) in accordance with OMB Circular A-95? X Yes No Item 4. Does this assistance request require State, local, Name of Approving Agency: regional or other planning approval? Date: I I ❑ Yes 0 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 Q 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 ❑X No Item 9. Number of: Will the assistance requested cause the displacement of Individuals: Families: individuals, families, businesses, or farms? Businesses: ❑ Yes [] No Farms: Item 10. See instructions for additional information to be Is there other related Federal assistance on this provided. project previous, pending, or antic ated? ] Yes 0 No 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1 (9-03) Page 2 U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB MO. 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 c n=DAnT61CNT FIC TIJANCPf QTATIf1N - FFnPRAI AV1ATInN Af UINISTPATIflN OMB NO. 2120-0569 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. Federal Domestic Assistance Catalog No .................................20-1 20-106 2. Functional or Other Breakout .................................................... Airport Improvement Program SECTION B -CALCULATION OF FEDERAL GRANT Cost Classification Use only for revisions Totu! 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 $ 8,000 5. Other Architectural engineering fees $ 2,500 6. Project inspection fees $ 7,500 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal - Obstruction removal 11. Construction and project improvement $ 99,190 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) $ 118,190 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) $ 118,190 17. Less: Ineligible Exclusions (700) 18. Add: Contingencies (5%) 19. Total Project Amt. (Excluding Rehabilitation Grants) $ 117,490 20. Federal Share requested of Line 19 $ 105,741 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (lines 20 & 21) $ 105,741 23. Grantee share $ 11,749 24. Other shares 25. Total Project (Lines 22, 23 & 24) $ $ $ 117,490 FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 4 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 $ 11,749 a. Securities b. Mortgages c. Appropriations (By Applicant) d. Bonds e. Tax Levies f. Non Cash g. Other (Explain) h. TOTAL - Grantee share 11,749 28. Other Shares a. State b. Other c. Total Other Shares 29. TOTAL $ 11,749 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 OMB NO. 2120-0569 PROJECT: RW 34 Approach, Acquire Avigation Easements and Remove Obstructions AIRPORT: Drake Field, FYV 1. Objective: Rehabilitate existing asphalt Taxiways and aircraft parking apron area. Project comprises crack sealing, asphalt rejuvenation sealer, and re -marking of the remainder of the asphalt areas not addressed in the previous AIP project (3-05-0020-40-2011). 2. Benefits Anticipated: Will extend the usable life of the pavement. Will restore deteriorated pavement markings. 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: A portion of Taxiways, aircraft parking aprons, hangar building aprons. 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: rboudreaux@ci.fayetteville.ar.us FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 6 Comments: City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Contract Review City Council Meeting Date Agenda Items Only Ray M. Boudreaux Aviation Transportation Submitted By Division Department REVENUE $ 105,741.00 $ 139,889.00 Pavement Rehab & Re -marking Phase 11 Cost of this request Category I Project Budget Program Category/ Project Name 5550.0955.6820.41 $ - Airport Revenue (Grant) Account Number Funds Used to Date Program 1 Project Category Name 12012 1 $ 139,889.00 Airport Project Number Remaining Balance Fund Name Budgeted Item �X Budget Adjustment Attached ' O1Z. Previous Ordinance or Resolution # 84-12, 128-12 Department Dctor Date Original Contract Date: Original Contract Number: 1t orney Date q l Q. _..�(,. __ 7- 3 t- w - Finance and Internal Services Director Date Received in City Clerk's Office 9 -31 - Date a Received in, Mayor's Office ate Revised January 15, 2009 City Council Meeting of: N/A Agenda Item Number: AVIATION DIVISION FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: THRU: THRU: THRU: FROM: DATE: Mayor Jordan Chief of Staff Staff/Contract Review Committee Terry Gulley, Transpi Ray M. Boudreaux, A July 30 2012 SUBJECT: Mayor Sign FAA Grant offer for the Pavement Rehabilitation and Painting Project Phase II at the Airport. RECOMMENDATION: ENDATION: Mayor Sign the FAA Grant offer attached. BACKGROUND: The City Council has approved this project. This is the official FAA Grant Offer to be signed by the Mayor and the City Attorney. Airport Staff will send the completed documents to the FAA once signed. BUDGET IMPACT: This is a 90/10 grant funded by the FAA and Arkansas Aeronautics Attachments: FAA Grant Offer Staff Review • 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701 479.718.7642 •479.718.7646 FAX • www.accessfayetteville.org/government/avlaflon airport_economicdevelopment@ci.fayettevillaar.us RESOLUTION NO. 128-12 A RESOLUTION AWARDING BID #12-46 AND AUTHORIZING A CONTRACT WITH PAVEMENT MAINTENANCE UNLIMITED, LLC FOR PAVEMENT REHABILITATION AND RE -MARKING AT FAYETTEVILLE EXECUTIVE AIRPORT -DRAKE FIELD IN THE AMOUNT OF $99,190.00, APPROVING CHANGE ORDER NO. 1 TO THE CONTRACT IN THE AMOUNT OF $22,050.00, APPROVING APPLICATION FOR AND ACCEPTANCE OF GRANTS FROM THE FEDERAL AVIATION ADMINISTRATION AND THE ARKANSAS DEPARTMENT OF AERONAUTICS TO FUND NINETY-FIVE PERCENT (95%) OF THE PROJECT, APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $7,012.00, 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 awards Bid #12-46 and authorizes a contract with Pavement Maintenance Unlimited, LLC for pavement rehabilitation and re -marking at Fayetteville Executive Airport -Drake Field in the amount of $99,190.00. Section 2. That the City Council of the City of Fayetteville, Arkansas further approves Change Order No. 1 to the contract with Pavement Maintenance Unlimited, LLC in the amount of $22,050.00. Section 3. That the City Council of the• City of Fayetteville, Arkansas hereby authorizes the application for and acceptance of grants from the Federal Aviation Administration and the Arkansas Department of Aeronautics to fund ninety-five percent (95%) of the project. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $7,012.00. Section 5. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A". RECEVED JUL 302012 U.S. Department of Transportation Federal Aviation Administration July 23, 2012 Airports Division Southwest Region Arkansas, Louisiana, New Mexico, Oklahoma, Texas The Honorable Lioneld Jordan Mayor of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Dear Mayor Jordan: RECEIVED JUL26 6 2012 CITY OF FAYETTEVILLE MAYOR'S OFFICE 2601 Meacham Boulevard Fort Worth, Texas 76137 We are enclosing the original and one copy of the Grant Offer for Airport Improvement Program (AIP) Project No. 3-05-0020-041-2012 at Drake Field. 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 August 24, 2012, in order for the grant to be valid. • We request that you provide a copy of your signature page to us by facsimile transmission to (817) 222-5987, after acceptance by the governing body and certification by their attorney. • We ask that you return the Grant Offer marked "Original" to us by regular mail and maintain the copy marked "Sponsor Copy" 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 required to make a LOC draw for allowable incurredproject 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 0a + 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 Bums, (817) 222-5648, 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, 14 Edward N. Agnew Manager, Arkansas/Oklahoma Airports Development Office Enclosure (2) cc: Arkansas Department of Aeronautics 2315 Crisp Drive, Hangar 8 Little Rock, AR 72202 U.S. Department SPONSOR a of Transportation Federal Aviation Administration GRANT AGREEMENT PART I — OFFER mJuly 23, 2072 Date of Offer Drake Field Airport/Planning Area 3-05-0020-041-2012 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 July 13, 2012, for a grant of Federal funds for a project at or associated with the Drake Field, which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport (or Planning Area) (herein called the "Project") consisting of the following: Rehabilitate Aprons all as more particularly described in the Project Application. FAA Form 5100-37 (10-89) 1 of 6 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 (90) 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 $105,741.00. 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: $105,741.00 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 August 24, 2012, 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. CENTRAL CONTRACTOR REGISTRATION AND UNIVERSAL IDENTIFIER REQUIREMENTS A. Requirement for Central Contractor Registration (CCR) Unless you are exempted from this requirement under 2 CFR 25.110, you as the recipient must maintain the currency of your information in the CCR until you submit the final financial report required under this award or receive the final payment, whichever is later. This requires that you review and update the information at least annually after the initial registration and more frequently if required by changes in your information or another award term. B. Requirement for Data Universal Numbering System (DUNS) Numbers If you are authorized to make subawards under this award, you: FAA Form 5100-37 (10-89) 2 of 6 1. Must notify potential subrecipients that no entity (see definition in paragraph C of this award term) may receive a subaward from you unless the entity has provided its DUNS number to you. 2. May not make a subaward to an entity unless the entity has provided its DUNS number to you. C. Definitions For purposes of this award term: 1. Central Contractor Registration (CCR) means the Federal repository into which an entity must provide information required for the conduct of business as a recipient. Additional information about registration procedures may be found at the CCR Internet site (currently at http://www.cor.cov). 2. Data Universal Numbering System DUNS number means the nine -digit number established and assigned by Dun and Bradstreet, Inc. (D & B) to uniquely identify business entities. A DUNS number may be obtained from D & B by telephone (currently 866- 705-5711) or the Internet (currently at httpJ/fedgov.dnb.com/webform). 3. Entity, as it is used in this award term, means ail of the following, as defined at 2 CFR Part 25, Subpart C: a. A Governmental organization, which is a State, local government, or Indian Tribe; b. A foreign public entity; c. A domestic or foreign nonprofit organization; d. A domestic or foreign for-profit organization; and e. A Federal agency, but only as a subrecipient under an award or subaward to a non -Federal entity. 4. Subaward: a. This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. b. The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec. 210 of the attachment to OMB Circular A-133, "Audits of States, Local Governments, and Non -Profit Organizations"). A subaward may be provided through any legal agreement, including an agreement that you consider a contract. 5. Subrecipient means an entity that: a. Receives a subaward from you under this award; and b. Is accountable to you for the use of the Federal funds provided by the subaward. C. A subaward may be provided through any legal agreement, including an agreement that you consider a contract. 10. 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. 11. INFORMAL LETTER AMENDMENT OF AIP PROJECTS: It is mutually understood and agreed that if, during the life of the project, the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by $25,000.00 or five percent (5%), whichever is greater, the maximum obligation of the United States can be unilaterally reduced by letter from the FAA advising of the budget change. Conversely, if there is an overrun in the total actual eligible and allowable project costs, FAA may increase the maximum grant obligation of the United States to cover the amount of the overrun not to exceed the statutory percent limitation and will advise the Sponsor by letter of the increase. It is further understood and agreed that if, during the life of the project, the FAA determines that a change in the grant description is advantageous and in the best interests of the United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance 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. 12. 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 FAA Form 5100-37 (10-89) 3 of 6. with this requirement may result in suspension, cancellation, or termination of Federal assistance under this agreement. 13. 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. 14. 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 grant. The Sponsor will include in every contract a provision implementing this special condition. 15. MAXIMUM OBLIGATION INCREASE FOR NON PRIMARY 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; FAA Form 5100-37 (10-89) 4 of 6 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) �J4 Edward N. Agnew (Typed Name) Manger, Arkansas/Oklahoma Airports Development Office .............-_.....--________....................... (Title) FAA Form 5100-37 (10-89) 5 of 6 PARTII- ACCEPTANCE The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. Executed this day of OAA1�tLtt , 2012. City of Fayetteville ,��A�nrrrtrr, '\1'' 0 • �� ��i (SEAL) ' FAYETTEVILLE: .')4S.kASP. 3 LNG T . * Attest: 7)thu(4.1 c:::. cd) +]dndrL L. c& n t (Signature pf Sg 6sor's Designated Official By: (Typed Name of Sponsor's Designated Official Representative) Title: (Typed Title of Sp nsor's Designated Official Representative) 1 . , / CERTIFICATE OF SPONSOR'S ATTORNEY 1, I. (( acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Arkansas. Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation ligation of the Sponsor in accordance with the terms thereof. 1J Dated at tYJlG this 11 day of 2012. I It ll _n of Sponsor's FAA Form 5100-37 (10-89) 6 of 6 OMB Number: 4040-0004 Expiration Date: 0313112012 Application for Federal Assistance SF -424 1. Type of Submission: preapplication Application Changed/Corrected Application * 2. Type of Application: * If Revision, select appropriate letter(s): >c New Continuation * Other (Specify) Revision '3. Date Received: 4. Applicant Identifier: 5a. Federal Entity Identifier: * 5b. Federal Award Identifier: 3-05-0020-4`I-2012 [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. EmployerfTaxpayer Identification Number (EINITIN): 716018462 • c. Organizational DUNS: 134398903 d. Address: * Streets: 113W Mountain St Street2: * City: Fayetteville County: Washington * State: Arkansas Province: * Country: USA: UNITED STATES * Zip I 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: Mr. * First Name: Middle Name: M Ray * Last Name: Boudreaux Suffix: Title: Aviation Director Organizational Affiliation: Airport Manager, Drake Field, KFYV Telephone Number: 1419-118-7642 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: The: 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 Phase II Attach supporting documents as specified in agency instructions. Application for Federal Assistance SF -424 16. Congressional Districts Of: * a. Applicant AR District 3 ' b. Program/Project AR District 3 Attach an additional list of Program/Project Congressional Districts if needed. IT. Proposed Project: *a Start Date: June 2012 * b. End Date: August 2412 18. Estimated Funding ($): * a. Federal 105,741 * b. Applicant * c. State 11,749 * d. Local *e. Other * f. Program Income * g. TOTAL 117,490 * 19. •Is Application Subject to Review By State Under Executive Order 12372 Process? L a. This application was made available to the State under the Executive Order 12372 Process for review on 6113112 . El b. Program is subject to E.O. 12372 but has not been selected by the State for review. El 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 F 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) IZI**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 * First Name: Lioneld Middle Name: * Last Name: Jordan Suffix: ` Title: Mayor, City of Fayetteville • Telephone Number: 479_575-8330 Fax Number: 479575-8257 Email: Ijordan@cl.fayetteville.ar.us Signature of Authorized Representative: * Date Signed: u U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569 /113012007 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. Name of Agency or Board: Does this assistance request require State, or local (Attach Documentation) advisory, educational or health clearances? ❑Yes ONo Item 3. Does this assistance request require clearinghouse review (Attach Comments) in accordance with OMB Circular A-95? X Yes n No Item 4. Does this assistance request require State, local, Name of Approving Agency: regional or other planning approval? Date: I 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 provided the environment? ❑ Yes 0 No Item 9. Number of: Will the assistance requested cause the displacement of Individuals: Families: individuals, families, businesses, or farms? ❑ Yes ❑X No Businesses: Farms: Item 10. Is there other related Federal assistance on this See instructions for additional information to be project previous, pending, or antic ated? 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 OMs 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 o€ 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 I ¢ naDAPTPAFNT fl F TRANCPflPTAT171N . FFfr PAI AVIATICIN AfMINIS1RAT1f1N OMB NO. 2120-0569 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 20-106 1. Federal Domestic Assistance Catalog No .................................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 $ 8,000 5. Other Architectural engineering fees $ 2,500 6. Project inspection fees $ 7,500 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal - Obstruction removal 11. Construction and project improvement $ 99,190 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) $ 118,190 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) $ 118,190 17. Less: Ineligible Exclusions (700) 18. Add: Contingencies (5%) 19. Total Project Amt. (Excluding Rehabilitation Grants) $ 117,490 20. Federal Share requested of Line 19 $ 105,741 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (lines 20 & 21) $ 105,741 23. Grantee share $ ,11,749 24. Other shares 25. Total Project (Lines 22, 23 & 24) $ $ $ 117,490 FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-13) - Page 4 nCnA OY1ALIJT 11C TDAIJQDnOTATIn\I .. CC nLDAI AVIATInM anMLMICTP TIA J 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 $ 11,749 a. Securities b. Mort a es c. Appropriations (By Applicant) d. Bonds e. Tax Levies f. Non Cash g. Other (Explain) h. TOTAL - Grantee share 11,749 28. Other Shares a. State b. Other c. Total Other Shares 29. TOTAL $ 11,749 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) nFPAPTMFNT fl F TPANSPORTATinN - PPnPRAI AVIATION AnMINISTRATIDN 0MB NO. 2120-0569 PROJECT: RW 34 Approach, Acquire Avigation Easements and Remove Obstructions AIRPORT: Drake Field, FYV 1. Objective: Rehabilitate existing asphalt Taxiways and aircraft parking apron area. Project comprises crack sealing, asphalt rejuvenation sealer, and re -marking of the remainder of the asphalt areas not addressed in the previous ALP project (3-05-0020-40-2011). 2. Benefits Anticipated: Will extend the usable life of the pavement. Will restore deteriorated pavement markings. 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: A portion of Taxiways, aircraft parking aprons, hangar building aprons. 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: rboudreaux@ci.fayetteville.ar.us FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 6 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 I 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 (412012) 1 of17 1, General Federal Requirements. Itil�id lrequireashey comply with all lments dicable lrelate regulations, executive orders, policies , g ines and 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), �g c. Federal Fair Labor Standards Act - 29 U.S.C. 201, d. Hatch Act — 5 U.S.C. 1501, et se ? p Acquisition Policies e. Uniform Relocation Assistance and Real Property Act of 1970 Title 42 U.S.C. 4601,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. h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et seq. i. Clean Air Act, P.L. 90-148, as amended.P.L.-205, as amended. j. Coastal Zone Management Act,42 U.S.C. 4012a.� k. Flood Disaster Protection Act of 1973 - Section 102(a) = 1. Title 49, U.S.C., Section 303, (formerl 9 U.S.C. known94 as Section 4(f)) M. Rehabilitation Act of 7- n. Civil Rights Act of 1964 - Title - VI -42 U.S.C. U.S.C. 2000dthroughd-4. o. Age Discrimination Act f 11 01, �LcJ. p. American Indian, Religious Freedom Act, P.L. 95-341, as amended. q. Architectural Barriers Act of 1968 -42 U.S.C. 4151, r. Power plant and Industrial Fuel Use Act of 1978 - Section 403-2 U.S.C. 83731 s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et se . t. Copeland Anti kickback Act - 18 U.S.C. 874.1 u. National Environmental Policy Act of 19699 s amended.42 .S.. 4321, v. Wild and Scenic Rivers Act, P.L. 90-542, W. Single Audit Act of 1984 - 31 U.S.C. 7501, et Se ? x. Drug -Free Workplace Act of 1988-4! U.S.C. 702 through 706. Executive Orders i Executive Order 11246 - Equal Employment Opportunity Executive Order 11990 - — Protection Flood Plain Management a ands Executive Order 11998F 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 2of17 Airport Sponsor Assurances (412012) 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 I - 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 i These laws do not apply to airport planning sponsors. Airport Sponsor Assurances (4/2012) 3 of 17 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 (412012) 4 of 17 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. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for residential use, to taxi an aircraft between that property and any location on airport. Sponsors of general aviation airports entering into any arrangement that results in Airport Sponsor Assurances (4/2012) 5 of 17 permission for the owner of residential real property adjacent to or near the airport must comply with the requirements of Sec. 136 of Public Law 112-95 and the sponsor assurances. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 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 Airport Sponsor Assurances (412012) 6 of 17 submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of 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 Vietnam era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to Airport Sponsor Assurances (412012) 7 of 17 commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval of the Secretary, shall be incorporated into this grant agreement. Any modification to the approved plans, specifications, and schedules shall also be subject to approval of the Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project application or with the modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. 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. £ 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 Airport Sponsor Assurances (412012) 8 of 17 and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non -aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for - 1) Operating the airport's aeronautical facilities whenever required; 2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and 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 Airport Sponsor Assurances (412012) 9 of 17 furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to- e) 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. Airport Sponsor Assurances (412012) 10 of 17 For purposes of this paragraph, the providing of the services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services, and b. If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -based operator and such airport. It further agrees that it will not, either directly or indirectly, grant or permit any person, firm, or corporation, the exclusive right at the airport to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24. Fee and Rental Structure. [twill 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. The following exceptions apply to this paragraph: 1) 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 Sponsor Assurances (4/2012) 11 of 17 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. 2) If the Secretary approves the sale of a privately owned airport to a public sponsor and provides funding for any portion of the public sponsor's acquisition of land, this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20 -year period) of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3) Certain revenue derived from or generated by mineral extraction, production, lease, or other means at a general aviation airport (as defined at Section 47102 of title 49 United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec. 813 of Public Law 112-95. 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, Airport Sponsor Assurances (412012) 12 of 17 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 — 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 Airport Sponsor Assurances (4/2012) 13 of 17 and roads), including all proposed extensions and reductions of existing airport facilities; (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon; and (4) all proposed and existing access points used to taxi aircraft across the airport's property boundary. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. 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 except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary's design standards beyond the control of the airport sponsor. 30. Civil Rights. It will 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, including land serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States' share of acquisition of such land will be, at the discretion of the Secretary, (1) reinvested in another Airport Sponsor Assurances (412012) 14 of 17 project at the airport, or (2) transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order, (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes, the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. b. For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair market value of the land. That portion of the proceeds of such disposition which is proportionate to the United States' share of the cost of acquisition of such land will, (1) upon application to the Secretary, be reinvested or transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) the revenue from interim uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. Airport Sponsor Assurances (4/2012) 15 of 17 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 (4/2012) 16 of 17 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 - I) 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 I or August l 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 (4/2012) 17 of 17 FAA • Airports ��NiS ILP, Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated: 1/25/2012 View the most current versions of these ACs and any associated changes at: http://www.faa.Qov/airports/resources/advisory circulars 70/7460-1 K Obstruction Marking and Lighting 150/5000-13A Announcement of Availability—RTCA Inc., Document RTCA-221, Guidance and Recommended Requirements for Airports Surface Movement Sensors 1 150/5020-1 1 Noise Control and Compatibility Planning for Airports 15015070-6B I Airport Master Plans Change 1 150/5070-7 The Airport System Planning Process 150/5100-13B Development of State Standards for Non Primary Airports 115015200-28D f Notices to Airmen (NOTAMS) for Airport Operators 15015200-30C Airport Winter Safety and Operations 15015200-33B Hazardous Wildlife Attractants On or Near Airports I 15015210-5D I Painting, Marking and Lighting of Vehicles Used on an Airport 150/5210-7D Aircraft Rescue and Fire Fighting Communications 150/5210-1 3C Airport Water Rescue Plans and Equipment 150/5210-14B Aircraft Rescue Fire Fighting Equipment, Tools, and Clothing 150/5210-1 5A Airport Rescue & Firefighting Station Building Design 15015210-18A Systems for Interactive Training of Airport Personnel FAA Advisory Circulars Required for Use in Updated 1/25/2012 Page 1 of 5 AIP Funded and PFC Approved Projects ARP 150/5210-19A I Driver's Enhanced Vision System (DEVS) 150/5220-10E Guide Specification for Aircraft Rescue and Firefighting Vehicles 150/5220-16D Automated Weather Observing Systems for Non -Federal Applications 150/5220-17B Aircraft Rescue and Firefighting (ARFF) Training Facilities 150/5220-18A Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 150/5220-20 Airport Snow and Ice Control Equipment 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 150/5300-7B FAA Policy on Facility Relocations Occasioned by Airport Improvements or Changes 150/5300-13 Changes 1 -18 Airport Design 150/5300-14B Design of Aircraft Deicing Facilities 150/5300-16A General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey 15015300-17C General Guidance and Specifications for Aeronautical Survey Airport Imagery Acquisition and Submission to the National Geodetic Survey 150/5300-18B General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards 150/5320-5C Surface Drainage Design Change 1 150/5320-6E Airport Pavement Design and Evaluation 15015320-12C Measurement, Construction, and Maintenance of Skid Resistant Airport Change 8 Pavement Surfaces 150/5320-15A Management of Airport Industrial Waste FAA Advisory Circulars Required for Use in Updated 1/25/2012 rage 20? b AIP Funded and PFC Approved Projects ARP 15015325-4B Runway Length Requirements for Airport Design 15015335-5B Standardized Method of Reporting Airport Pavement Strength PCN 150/5340-1K Standards for Airport Markings 15015340-5C Segmented Circle Airport Marker System 1 50/5340-18F Standards for Airport Sign Systems 15015340-30F Design and Installation Details for Airport Visual Aids 150/5345-3G Specification for L821 Panels for the Control of Airport Lighting 150/5345-5B Circuit Selector Switch 15015345-7E Specification for L824 Underground Electrical Cable for Airport Lighting Circuits 15015345-10G Specification for Constant Current Regulators Regulator Monitors 150/5345-12F Specification for Airport and Heliport Beacon 150/5345-13B Specification for L841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 15015345-26D Specification for L823 Plug and Receptacle, Cable Connectors 15015345-27D Specification for Wind Cone Assemblies 150/5345-28G Precision Approach Path Indicator (PAPI) Systems 150/5345-39D FAA Specification L853, Runway and Taxiway Retroreflective Markers 150/5345-42F Specification for Airport Light Bases, Transformer Housings, Junction Boxes and Accessories 15015345-43F Specification for Obstruction Lighting Equipment 15015345-44J Specification for Taxiway and Runway Signs 15015345-45C Low -Impact Resistant (LIR) Structures 15015345-46D Specification for Runway and Taxiway Light Fixtures 15015345-47C Specifications for Series to Series Isolation Transformers for Airport Lighting System 15015345-49C Specification L854, Radio Control Equipment FAA Advisory Circulars Required for Use in Updated 1/2512012 Page 3 of 5 ALP Funded and PFC Approved Projects ARP 15015345-50B Specification for Portable Runway and Taxiway Lights 150/5345-51 B Specification for Discharge -Type Flasher Equipment 15015345-52A Generic Visual Glideslope Indicators (GVGI) 150/5345-53C Airport Lighting Equipment Certification Program 150/5345-54B 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 150/5345-56B Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360-9 Planning and Design of Airport Terminal Facilities at Non -Hub Locations 150/5360-12E Airport Signing and Graphics 150/5360-13 Change 1 Planning and Design Guidance for Airport Terminal Facilities 150/5360-14 Access to Airports By Individuals With Disabilities 15015370-2F Operational Safety on Airports During Construction 15015370-10F Standards for Specifying Construction of Airports 15015370-11 B Use of Nondestructive Testing Devices in the Evaluation of Airport Pavement 15015380-6B Guidelines and Procedures for Maintenance of Airport Pavements 15015390-2B Heliport Design 15015395-1 Seaplane Bases FAA Advisory Circulars Required for Use in Updated 1/25/2012 Page 4 of 5 AIP Funded and PFC Approved Projects ARP THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY DATED: 1/25/2012 15015100-14D Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects 150/5100-15A Civil Rights Requirements for the Airport Improvement Program 150/5100-17 Land Acquisition and Relocation Assistance for Airport Improvement Program Changes 1 - 6 Assisted Projects 150/5200-37 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 Changes 1 - 4 15015370-12A Quality Control of Construction for Airport Grant Projects 150/5370-13A I Offpeak Construction of Airport Pavements Using Hot -Mix Asphalt 150!5380-7A I Airport Pavement Management Program THE FOLLOWING ADDITIONAL APPLY TO PFC PROJECTS ONLY DATED: 1/25/2012 FAA Advisory Circulars Required for Use in Updated 1125/2012 Page 5 of 5 AIP Funded and PFC Approved Projects ARP • City of Fayetteville Staff Review Form 40 City Council Agenda Items and Contracts, Leases or Agreements NA City Council Meeting Date Agenda Items Only Ray M. Boudreaux Submitted By Aviation Division Transportation Department #coon Kequirea: tion Required: Signature of Mayor on a Grant Application to Arkansas Department of Aeronautics (10% of project cost), as thorized by Resolution Nos. 128-12, 6/19/12 and 153-12, 817112. $11,648 Grant Revenue 5550.0955.6803.00_ Account Number 12012 1 Project Number Budgeted Item X - c r L Finance and Internal Services Director $ 117,490.00 Category I Project Budget $ 11,321.00 Funds Used to Date $ 106,169.00 Remaining Balance Budget Adjustment Attached Pavement Rehab & Re -marking Phase I1 Program Category I Project Name D810 Aviation Program / Project Category Name Airport Fund Name 84-12.128-12 Previous Ordinance or Resolution # 153-12, 185-12 Date Original Contract Date: 9" /T- /.2_. Original Contract Number: Date lo- Date ReceivedinCity3?^I2P02:0D RCVD Clerk's Office Date ED, Received in 2�( /� qQ Mayor's Office 04� Dat :omments: Grant application to AR Dept Aeronautics is submitted at project completion Revised January 15, 20 a ettvil1e ARKANSAS • •HE CITY OF FAYETTEVILLE, ARKANSAS AVIATION DIVISION 4500 S School Ave, Ste F Fayetteville, AR 72701 P (479) 718-7642 STAFF REVIEW MEMO -- Contract Review To: Mayor Lioneld Jordan Thru: Don Marr, Chief of Staff Thru: Terry Gully, Transportation Director I�'d Thru: Staff/Contract Review Committee From: Ray M. Boudreaux, Aviation erector Date: 10/18/12 Subject: Arkansas Department of Aeronautics matching grant — AIP41 PROPOSAL: This is a revised Grant Application for 10% matching funds for the 90% FAA- funded project to rehabilitate asphalt pavements (phase II), at Drake Field. Application and acceptance of the grant funding was approved by the Fayetteville City Council, Res 128-12, 6/19/12 originally as a 5% match, and then modified with Res 153-12 through a budget adjustment to increase the match to 10%. The Arkansas Department of Aeronautics requires that the application be submitted at the conclusion of the project so that the exact amount of the match funding is submitted on the application, avoiding duplicate submissions due to change orders and/or differences in bid -estimated to actual unit cost quantities. RECOMMENDATION: Signature of the Mayor is requested. BUDGET IMPACT: Will provide revenue in the amount of $11,648 which is 10% of the total project cost. 90% of the project cost was paid with a grant from FAA. Attachments: Staff Review Form Res 128-12 Res 153-12 Budget Adjustment from Res 153-12 Grant Application -- AR Dept Aeronautics Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 • RESOLUTION NO. 128-12 A RESOLUTION AWARDING BID #12-46 AND AUTHORIZING A CONTRACT WITH PAVEMENT MAINTENANCE UNLIMITED, LLC FOR PAVEMENT REHABILITATION AND RE -MARKING AT FAYETTEVILLE EXECUTIVE AIRPORT -DRAKE FIELD IN THE AMOUNT OF $99,190.00, APPROVING CHANGE ORDER NO. I TO THE CONTRACT IN THE AMOUNT OF $22,050.00, APPROVING APPLICATION FOR AND ACCEPTANCE OF GRANTS FROM THE FEDERAL AVIATION ADMINISTRATION AND THE ARKANSAS DEPARTMENT OF AERONAUTICS TO FUND NINETY-FIVE PERCENT (95%) OF THE .PROJECT, APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $7,012.00, 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 awards Bid #12-46 and authorizes a contract with Pavement Maintenance Unlimited, LLC for pavement rehabilitation and re -marking at Fayetteville Executive Airport -Drake Field in the amount of $99,190.00. Section 2. That the City Council of the City of Fayetteville, Arkansas further approves Change Order No. i to the contract with Pavement Maintenance Unlimited, LLC in the amount of $22,050.00. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby authorizes the application for and acceptance of grants from the Federal Aviation Administration and the Arkansas Department of Aeronautics to fund ninety-five percent (95%) of the project. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $7,012.00. Section 5. 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 June, 2012. II99l7I 1!I ATTEST: By: SONDRA E. SMITH, City Clerk/Treasurer FAYETTEVILLE : ' i - i RESOLUTION NO. 153-12 A RESOLUTION APPROVING CHANGE ORDER NO. 2 TO A CONTRACT WITH PAVEMENT MAINTENANCE UNLIMITED, LLC REDUCING THE CONTRACT BY $22,050.00 FOR THE PAVEMENT REHAB & RE- MARKING PHASE II PROJECT AT DRAKE FIELD, AND APPROVING A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I. That the City Council of the City of Fayetteville, Arkansas hereby approving Change Order No. 2 to a contract with Pavement Maintenance Unlimited, LLC reducing the contract by $22,050.00 for the Pavement Rehab & Re -marking Phase II project at Drake Field. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 7th day of August, 2012. APPROVED: ATTEST: By: �ltI4sv 4n SONDRA E. SMITH, City Clerk/Treasurer Ir1r1 rift,,, / .•Y :FAYETTEVILLE: "_s • City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Division: Aviation 1Request Date 2012 Department: Transportation Services 8/7/2012 V11.0415' Adjustment Number BUDGET ADJUSTMENT DESCRIPTION I JUSTIFICATION To make necessary changes to the Pavement Rehab Phase II project budget. 1. Reduces the FAA grant revenue in accordance with changes requested by the FAA project manager. 2. Increases the expected Arkansas Department of Aeronautics (ADA) grant revenue from 5% to 1011/6 in accordance with recent revisions to the ADA grant program for FAA grant matching. 3. Decreases the project expense to eliminate the 5% contingency line item and Change Order #1 per FAA request. 4. Increases the amount to be restored to the Airport's Use of Fund Balance account that was used for design and engineering costs during project formulation. / . 777 -.-'. budget Director Date DepartifientOirect�r Date Finance Director V . Date • Prepared By: Reference: James Nicholson 1 � J /rdct�olson AIP 41 (J Budget & Research Use Only Type: A • B C D E P. General Ledger. Date V V V 7•;/l —/ Posted to General Ledger V V V Chief ff Date Initial Date. - C O 2.: Checked ! Verified Mayor Date Initial Date' TOTAL BUDGET ADJUSTMENT (29,O62) (29,062) Increase !(Decrease) Projedt.Sub Account Name Account Number Expense. Revenue Number' Use of fund balance : 5550.09554999.99: (6,663) State grants on Fed prof: 5550.09556803.00 4,387 12012 1 Pavement Rehab &'Re -Marking Phase il . 5550.0955.6820.41 (26,786) . 12012 1 - Pavement Rehab & Re-Marking�ase )!-_-_-.-- 5550:3961 7820;41__.._....___._.--_.(29 6—.--.- 12012 : 1 -_-- JMames120121BUDGETcBudget Adjustrnents1BAForm_2012_PaveRetiabll REVISED2 FAAgr5nt THE CITY OF FAYETTEVILLE, ARKANSAS AVIATION DIVISION 4500 S School Ave, Ste F e Fayetteville, AR 72701 P (479) 718-7642 October 18, 2012 Mr. John Knight, Director Arkansas Department of Aeronautics One Airport Drive, 3rd Floor Little Rock, Arkansas 72202 RE: GRANT APPLICATION — DOT/FAA AIP 41, Pavement Rehabilitation and Re -marking, Phase 1I Dear Mr. Knight; Enclosed please find two (2) copies of a grant application to Arkansas Department of Aeronautics for 90/10% match funding on a project to rehabilitate and re -mark taxiway and aircraft parking apron pavements. Fayetteville Municipal Airport requests funding in the amount of $11,648, 10% of the total project cost of $116,476. Fayetteville Municipal Airport respectfully requests your consideration of this grant application, and to be included on the agenda of the Aeronautics Commission board meeting in November 2012. Following Aeronautics Commission approval, a request for disbursement of the 10% match will be submitted without delay. Thank you for your consideration. Sincerely, Ray M. Boudreaux, Director RB:jn Enclosures:\ 1 \ Grant Application Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 . . State Airport Aid Application -- Page 1 The City/may of Fayetteville , herein called "Sponsor", hereby makes application to the Arkansas Department of Aeronautics for State funds pursuant to Act 733 of 1977, for the purpose of aiding in financing a project for the development of a municipal airport located in the city of Fayetteville Arkansas, Washington county. Date of Request: 10/18/12 Name of Airport: Fayetteville Executive Airport, Drake Field Name and address of City/County Commission sponsoring request: City of Fayetteville 113 West Mountain Fayetteville AR 72701 Phone Number: 479-575-8330 Fax Number: 479-575-8257 Name and address of Engineering Firm (if applicable): McClelland Consulting Engineers, Inc PO Box 1229 Fayetteville AR 72702 479-443-2377 ph Person to Contact about project: Ray M Boudreaux 4500 S School Ave Ste F Fayetteville, AR 72701 Phone Number: 479-718-7642 Cell Number: 479-601-3520 Fax Number: 479-718-7646 Contact Person: R.Wayne Jones, PE Phone/Fax Number: 479-443-9241 fax Describe the work to be accomplished: Pavement rehabilitation Phase 11 to include: application of rejuvenation sealer and re -marking of sections of Taxiways and aircraft parking aprons that were not included in the previous_pavement rehab project, (AIP40). State and Local Project Costs: Please indicate: O 50-50% Match O 80-20% Match O 90-10% Match O 100% Total Cost of Project Local Share/Funds Local Share/In-Kind.. State Share Federal AIP Projects: AIP Number: 3-05-0020-0041-12 ♦ 90-10% Match O 95-5-5% Match Total Cost of Project: 116,476.00 Federal Share: 104,828.00 State Share: 11,648.00 Local Share: -0- State Airport Aid Application — Page 2 Provide the information listed below as it applies to your project: Funding: Source of Funds: DOT/FAA AIP Grant 90%, AR Dept of Aeronautics 10% Source of In -Kind Services: Estimated starting date of project: June 2012 Estimated completion date of project: Sept 2012 Project will be for: New Airport X Existing Airport Is land to be leased or purchased? No Description of land and cost per acre: Provide the Federal AIP Grant Number (if applicable): 3-05-0020-0041-12 State Legislators for your area: State Senator: Sue Madison, District 7 State Representative: Uvalde Lindsey, District 88 0 .. State Airport Aid Application — Page 3 The sponsor agrees to furnish the Arkansas Department of Aeronautics a copy of the legal instrument affecting use of the property for an airport. In application for a new landing site or expansion of existing facility, the FAA Form 7480-1, Notice of Landing Area Proposal, must be approved by the FAA before review for grant can be made by the State. Applications for hangar construction or renovation funds must include a signed lease agreement. This agreement must be in compliance with all FAA grant assurances. The application must be based on bids and include a calculated return on investment. No land, hangars, or buildings purchased with State Grant funds may be sold or disposed of without State Aeronautics Commission prior approval. All requests for sale or disposal of property will be considered on an individual case basis. No hangar (funded by a grant from the Department of Aeronautics) shall be used for non -aviation purposes without State Aeronautics Commission prior approval. All requests for non -aviation use will be considered on a case -by -case basis. Failure to receive prior approval from A.D.A. concerning land and/or building use could result in the commission requesting grant refund from the Sponsor. Additionally, all hgr/building grant applications must include proof of insurance coverage. No airport accepting State Grant funding may issue an Exclusive Rights lease. All applications for navigational aids (such as NDB or ILS) must have FAA site approval before a state grant can be approved. All Grant applications involving Federal Airport Improvement Program (AIP) funding must be accompanied by the approved FAA grant agreement with grant number assigned. If this project is approved by the Arkansas Department of Aeronautics, and is accepted by the sponsor, it is agreed that all developments and construction shall meet standard FAA construction practices as outlined in the specifications of this agreement. Runways, Taxiways, Parking Ramps, etc. shall have a base and a thickness that will accommodate the weight of aircraft expected to operate at this airport. All grant applicants (City and/or County) are totally responsible for compliance with all Federal State, County, and City laws, Statutes, Ordinances, Rules, Regulations, and Executive Orders concerning contracts and purchases for which this grant is approved and issued. It is understood and agreed that the sponsor shall start this project immediately upon award of grant. It is also agreed that this project shall be completed within one year from the date of acceptance of this grant by the Arkansas Department of Aeronautics. Applications for extension will be entertained if circumstances beyond the sponsor's control occur. Amendment requests are to be made only under extraordinary circumstances. Funds will be disbursed according to Department procedures and final inspection of completed project (See payment instruction page). Payment of rant funds are contingent upon the Department's annual appypriation. IN WITNESS WHEREOF, the sponsor has caused this Application for State Airport Aid to be duly executed in its name, this Q ' day of , 2012. Ci of Fa ette e ame o Sponsor A orized Signature Lioneld Jordan. Mayor Title J -I - II S • APPLYING FOR PAYMENT OF APPROVED GRANT FUNDS After your grant has been approved and you are ready for a partial or final payment, please provide the following documents to our office: FOR 50-50%, 80-20%, 90-10% AND 100% STATE AIRPORT AID GRANTS, YOU MUST PROVIDE: Letter requesting Payment (partial/final) stating completion of the project with the total amount of the project and the state share of the grant. Must be signed by City/County official or Airport Commissioner. Invoices for all cash expenses (copies). Engineering estimates/payment requests or contracts are not acceptable to auditors and cannot be accepted by our agency. Canceled checks to match all invoices — front and back of checks. Copy of Deed, Title Insurance, Legal Fees (Land Purchases Only). Daily time sheets for ALL in -kind work used as match for grant. The auditors will accept only ONE day of in -kind services on ONE Daily Report Form. The form must be filled out completely and signed by Supervisor and City/County Official. — No Exceptions! An expense sheet outlining expenses/or a tape showing how the amount requested for payment was totaled. FOR GRANTS MATCHING FEDERAL FUNDS, YOU MUST PROVIDE: Letter requesting payment (final only) stating completion of the project. Must be signed by City/County Official or Airport Commissioner. Copy of final Federal Aviation Administration Reimbursement Form (FAA form 271 or computer generated form accepted by the FAA). NOTE: All City/County Airports participating in Block grants with the ADA must submit all payment requests to our office. The FAA will not process youipavment of these grants. WHAT YOU NEED TO RETAIN FOR YOUR FILES FOR AUDIT PURPOSES: Original signed application requesting funds. Letter of approval from State Office. All amendment request/letter granting approval or denial of amendments. Letter requesting payment (partial/final) or extension of time request for project. All documents (originals) submitted to State office for final payment of grants. Copy of State Warrant — Warrant is presented on final inspection and payment of grant. A copy of plans, deeds or any documents submitted to State Office used for approval of grant. If you have any questions concerning the process of.submitting documentation for payment of your grant, please call our office at 1-501-376-6781. Ask for John Knight. . • State Airport Aid Application Instruction Page The following instructions are provided to assist in applying for State Airport Aid funds. A cover letter is required from the sponsor. The letter should explain the need for the airport project in your community and the effect improvements will have on economic growth in your area of the state. A preliminary set of plans, specifications, and cost estimates must accompany the application as well as bid results if bid quotes are required. A Construction Quantities and Cost Sheet is included in the application for this purpose. A Daily Report Sheet is also included in the application for In -Kind Services reporting. This report sheet must be filled out for each day of In -Kind Services billed to the project. Two complete copies are to be mailed to the Arkansas Department of Aeronautics, 2315 Crisp Drive — Hangar #8, Little Rock, AR. 72202. Applications are accepted each working day of the month. Applications received after the last day of each month will be considered the next funding cycle. Applications will be reviewed during a 30 -day waiting period after receipt by the Department. (Example: Applications received after the last working day of January will be acted on at the March meeting of the Commission.) Applications may be sent by FAX with hard copy to follow by mail. (FAX number is 501-378-0820) Upon receipt of your application, you will be contacted by our office for an on -site review of the project. You will be notified by mail of the date, time, and place of the meeting in which your request will be brought before the Aeronautics Commission. You are encouraged to attend the meeting to address questions concerning your proposal. You will be notified by mail of the results of your request by the Aeronautics Commission. Upon approval of a State Airport Aid grant, funds may be disbursed upon request when one-half of the total project (50%) is completed and documented (Partial Payment). Upon 100% completion of the project, a letter requesting final payment, submission of proper documentation, and inspection of the project, the remainder of state funds will be disbursed. If you have any questions concerning the grant process or grant accounting procedures, please feel free to contact our office at (501) 376-67.81 7-I-11 i 9 III III O(1 a zr /1 Iii x. _Y Y w I / 1/ zawul Z p ao j' g- .-. ui t- 2 { 9j c is -G LL o i Q !R �Ohrvi . � I I � �tt � W y yyryn� � a n e Sr - U' S '•_-.; 1111 / € i I I ,• t 1 yab0 � V !f r G ; 1L oy�aJ 08 � � o c a a Y c �a + o O O . • Fayetteville Executive Airport, Drake Field Estimate of Probable Construction Costs Airfield Pavement Rehabilitation Project No.: FY112141 Date: March 28, 2012 Prepared by: McClelland Consulting Engineers, Inc. MGCLELLAND NEFCONSULTiNG ENGINEERS, INC. Item No. Description city. Unit Unit Price Extended 1 Mobiiication & Demobilization 1 LS $5000.00 $5,000.00 2 Rejuvenation Sealer orTaxiway and Aprons 112,000 SY $1.10 $123200.00 3 Taxiway Striping Yellow 5,000 SF $1.70 $8,500.00 4 Friction Testis (if Required) 1 LS $6000.00 $6,000.00 5 Runway Striping hits 10000 SF $1.20 $12,000.00 6 Third Party (OCP) Insurance, Complete 1.0 LS $200.00 $200.00 SUBTOTAL $154,900.00 TOTAL ESTIMATE OF PROBABLE CONSTRUCTION COSTS $154,900.00 Rejuvenation Sealer Areas Taxiway'BSouth (12000 SY) West Aprons (42000 SY) East Apron & Road (48000 SY) Exec. Hangar Area (9900 SY) Engineering Costs Design Services $8,250.00 Bidding Services $2,500.00 Const. Phase Services $6.500.00 Total Engineering Costs $17,250.00 TOTAL ESTIMATED PROJECT COSTS $172,150.00 FAA Funding (90%) $154,935.00 Ark. Aeronautics Funding $8,607.50 City of Fayetteville Airport Funding $8,607.50 CADoeuments and Settings WaynelLacai Setihi s'Temporary Internet FileslContenl.C fwkN8B19W19C'Drake Cost Estimate 03-28-2012 is fl 0 w & ■ u&0. 2) . z ci og000$q OOOOOOO § {]�#§##&q� �aa2in C•W 7 2/ 4%##@#M f\ O 0 0 17 o c �§#-8--N. O. C 4, 49 ci§))§k§§ IC) OO 1O N. oC N. j §0"'9', O. eONO�gs 2�2g22Qk &�IDQ®S® 7E N N- S9bSb»S k ' /! 0 0 2 U) (I) {�\2± o ci « I - ««<<b) as 2 -&2 2k§)eS _ 0. #ci22)k� k 2 § e §R�<w«/ e . E-c4n_wor ~\ k M S 11. " STATUS OF FUNDS 'Standard Form 271 OUTLAY REPORTAND REQUEST FOR REIMBURSEMENT APPROVED BY OMB, No. 80-RO181 PAGE 1 OF 1 Pages' 1. TYPE OF REQUEST 2. BASIS OF REQUEST FORrCONSTRUCTION PROGRAMS (SeeInstructions on back) ® FINAL II PARTIAL D CASH EJ ACCRUAL 5. PARTIALPAYMENTREOUESTNO. a. FEDERAL SPONSORING AGENCY AHD ORGANIZATION ELEMENT TO 4. FEDERAL GRANTOR OTHER IDENTIFYING - WHICH THIS REPORT IS SUBMITTED . ' NUMBER ASSIGNED BY FEDERAL AGENCY 2 Federal Aviation Administration 3-05-0020-0041-12 6. EMPLOYER IDENTIFICATION NUMBER 7_ RECIPIENT ACCOUNT OR OTHER B. PERIOD COVERED BY THIS REPORT •` IDENTIFYING NUMBER FROM (Month.day,year) TO (Monih.day,year) 71-6018462 DUNS 134398903 May 27, 2012 September 29, 2012 ':9. RECIPIENT ORGANIZATION 10. PAYEE (Where check should be sent H different than Item 9) Name: CITY OF FAYETTEVILLE •• Name: DELPHI INVOICE Proj# 05002041 FAYErrEVILLE EXECUTIVE AIRPORT I DRAKE FIELD No. and Street: i4500 S. SCHOOL AVE, SUITE F No. and Street: City, State, and i FAYETTEVILLE AR 72701 City, State, and zip Coae',' � 2!p Cade CLASSIFICATION (a) Grant Breakdown. Pail Ill - Budget b) Total of Previous, (c) Current Request Cumulative Total Ire ; � Information Amounts :: Requests t�w` ,.. 'a.'Admiistrative'epense $ 1,000.00 $ 912.50 $ 9)2.50 !b. Preliminary expense •"' ' ~ - - c. Land,`structures right:`of way:: 'x` - - 'd. Architectural engineering basic fees $ 000.00 8,000.00 8,000.00 e. Other architectural engineering tee 2,500.00 2,500.00 2,500.00 #1. Project inspectionfees ? 7,500.00 - 7,303.50 7,303.50 Land developmenC - - h.°Relocation expense': - - ;i. Relocation payments to individuals and business - - 1 : Demolition and removal - 'k- Construction and projecttinprovement Cost 98 490.00 - 97,760.10 97 760.10 I. Equipment;;, - - !m: Miscellaneous Cost = "" - - Gn-'Total'cumulativeto date(sumof'lines a thru m):. 117 490.00 11,412.50 105,063.60 116 476.10 lo,'Deductions for program income v - ip_ Net cumulative'to date (tine'n'mnus of 117 490.00 11,412.50 105,063.60 116 476.10 A. Federal share (Grant Ainount) j.:: 10S 741.00 10,271.25 94,557.24 104 828.00 r. Rehabilitation grants (100% reuriburs`eement) - 4s. Total Federal Share sum Hof Iines`�p'and r) ", i 105 741.00 10,271.25 94,557.24 104 828.49 ;t- Fedora! payments previously requested 10,271.00 0.25 10 271.25 u. Amountrequested for: reimbursement $ - $ 94 557.00 94 557.00 v. Percentage of physical completion of project 9.7% 90.3% 100.0% x12. CERTIFICATION x SIGNAT OF AUTHORIZED CERTIFYING OFFICAL - DATE REPORT a. RECIPIENT . ,.._ — - -................ TYPE OR PRINT NAME AND TITLE TELEPHO E (Area code ' _ r.:. .. . , . "-------------- Ray M. Boudreaux, number and extension) _ I certify that to the best of my knowledge and belief the billed costs or disbursements are in Director Aviation &ECo Dev 479-718-7642 SIGNATURE OF AUTHORIZED CERTIFYING OFFICAL DATE REPORT accordance with the terms of the project and that the reimbursement represents the Federal share B. REPRESENTATIVE SUBMITTED due which has not been previously requested CERTIFYING TO LINE 11V. .. - - - - -,Q_,6 —.1z-- and that an inspect , TYPE'A P T NAME AND TITLE TELEPHONE (Area code, JamT iclloison number and extension) Air Financial Coordinator 479-718-7642