Loading...
HomeMy WebLinkAbout195-17 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 195-17 File Number: 2017-0506 ENERGY ASSESSMENT GRANT ACCEPTANCE: A RESOLUTION TO AUTHORIZE THE MAYOR TO SIGN A GRANT OFFER ACCEPTING A 90/10 MATCHING GRANT FROM THE FEDERAL AVIATION ADMINISTRATION IN THE AMOUNT OF $25,740.00 FOR AN AIRPORT ENERGY EFFICIENCY ASSESSMENT, TO AUTHORIZE THE CITY ATTORNEY TO CERTIFY THE GRANT AGREEMENT, AND TO APPROVE 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 authorizes Mayor Jordan to execute a grant offer accepting a 90/10 matching grant from the Federal Aviation Administration in the amount of $25,740.00 for an airport energy efficiency assessment, and further authorizes the City Attorney to certify the grant agreement. 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, PASSED and APPROVED on 9/19/2017 Attest: 40-� &- Sondra E. Smith, City Clerk St�� r�,r ����.K rr�i�� G\1 Y s y FAYETTEVILLE* %-71 ANS r'7II11F10IC{l1ti Page 1 Printed on 9120117 City of Fayetteville, Arkansas 113 West Mountain Street i Fayetteville, AR 72701 (479) 575-8323 04 Text File --��' File Number: 2017-0506 Agenda Date: 9/19/2017 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 1 ENERGY ASSESSMENT GRANT ACCEPTANCE: A RESOLUTION TO AUTHORIZE THE MAYOR TO SIGN A GRANT OFFER ACCEPTING A 90/10 MATCHING GRANT FROM THE FEDERAL AVIATION ADMINISTRATION IN THE AMOUNT OF $25,740.00 FOR AN AIRPORT ENERGY EFFICIENCY ASSESSMENT, TO AUTHORIZE THE CITY ATTORNEY TO CERTIFY THE GRANT AGREEMENT, AND TO APPROVE 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 authorizes Mayor Jordan to execute a grant offer accepting a 90/10 matching grant from the Federal Aviation Administration in the amount of $25,740.00 for an airport energy efficiency assessment, and further authorizes the City Attorney to certify the grant agreement. 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. City of Fayetteville, Arkansas Page 1 Printed on 9120/2017 Added at Agenda Session 9/12/17 City of Fayetteville Staff Review Form Terry Gulley Submitted By 2017-0506 Legistar File ID 9/19/2017 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 9/12/2017 Aviation / Transportation Services Department Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to accept a grant offer from the FAA in the amount of $25,740 for an Energy Assessment Project and to approve a budget adjustment. 5550.760.3940-5314.00 Account Number 31706.1701 Project Number Budgeted Item? NA Budget Impact: Airport Fund Airport Energy Assessment Current Budget Funds Obligated Current Balance Project Title - Does item have a cost? NA Item Cost Budget Adjustment Attached? Yes Budget Adjustment $ 25,740.00 Remaining Budget $ 25,740.00 V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: Two signed original copies of this council item are being requested for the FAA. CITY OF FAYETTEVILLE ARKANSAS MEETING OF SEPTEMBER 19, 2017 TO: Mayor Lioneld Jordan Fayetteville City Council THRU: Don Marr, Chief of Staff FROM: Terry Gulley, Transportation Services Director DATE: September 12, 2017 SUBJECT: Energy Assessment Grant Acceptance CITY COUNCIL MEMO RECOMMENDATION: Staff requests approval to accept a grant offer from the FAA in the amount of $25,740 for an Energy Assessment Project. Signature of the Mayor and City Attorney is required. Due to the quick turnaround required by the FAA for grant acceptance, this item is requested to be walked on at the September 12, 2017 City Council Agenda Session. BACKGROUND: The airport recently attended an FAA conference and learned about a new FAA grant program for energy efficient projects. Airport staff immediately followed up with FAA personnel to determine the eligibility for grant funds. In early 2017, the Airport worked with facilities and sustainability staff to submit proposed energy efficient projects to the FAA. The FAA has since requested that the airport pursue a grant in FY 2017 for an energy assessment study with the goal of identifying energy efficient projects at the airport. *Once the assessment is complete, the Airport will be able to apply for grant funds in FY 2018 to the costs associated with completing specific energy efficient projects. DISCUSSION: All costs associated with the energy assessment project will be included in the FAA grant application. The airport staff, facilities staff, and sustainability staff will review the energy assessment report and proposed energy efficiency projects before submission to the FAA. Below is a summary of the costs and funding breakdown for the proposed grant. BUDGET/STAFF IMPACT: FAA EneLqX Efficiency Grant Energy Assessment: $27,600.00 FAA: $25,740.00 Administration and Other Costs: $1,00&00 ADA: $2,860.00* TOTAL: $28,600.00 City: $0.00 TOTAL: $28,600.00 ATTACHMENTS: Staff Review Form, City Council Memo, FAA Grant Acceptance Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 U.S. Department of Transportatlon Federal Aviation Administration �$Ef 07 207 Honorable Lioneld Jordan Mayor of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Dear Mayor Jordan: Airports Division FAA ASW -630 Southwest Region 10101 Hillwood Parkway Arkansas, Oklahoma Fort Worth, TX 76177 RECEIVE® SEP 8 2017 ORIGINAL CITY OF FAYETTEVILLE MAYOR'S OFFICE We are enclosing the original and one copy of the Grant Offer for Airport Improvement Program (AIP) Project No. 3-05-0020-045-2017 at Drake Field in Fayetteville, Arkansas. This letter outlines expectations for success. Please read the conditions and assurances carefully. To properly enter into this agreement, you must do the following: a. The governing body must provide authority to execute the grant to the individual signing the grant; i.e. the sponsor's authorized representative. b. The sponsor's authorized representative must execute the grant, followed by the attorney's certification, no later than 09/15/2017, in order for the grant to be valid. The date of the attorney's signature must be on or after the date of the sponsor's authorized representative's signature. You may not make any modification to the text, terms or conditions of the grant offer. d. After you properly execute the grant agreement: Return the executed Grant Agreement marked "Original" to our office via US mail or commercial courier. * Retain the copy marked "Sponsor" for your records. e. Because time is now critical for entering the executed grant into the FAA system, we request you send a copy of the signed agreement to our office by facsimile or email (pdf document) prior to sending the hardcopy document through U.S. mail or commercial courier. Subject to the requirements in 2 CFR §200.305, each payment request for reimbursement under this grant must be made electronically via the Delphi eInvoicing System. Please see the attached Grant Agreement for more information regarding the use of this System. The terms and conditions of this agreement require you to complete the project without undue delay. We will be monitoring your progress to ensure proper stewardship of these Federal funds. You are expected to submit payment requests for reimbursement of allowable incurred nroiect expenses consistent with_prolect t)rogress. Should you fail to make draws on a regular basis, your grant may be placed in "inactive" status which will impact future grant offers. F) Until the grant is completed and closed, you are responsible for submitting the following reports: • A signed/dated SF -270, Request for Advance or Reimbursement, due 90 days after the end of each federal fiscal year in which this grant is open. • A signed/dated SF 425, Federal Financial Report, due 90 days after the end of each federal fiscal year in which this grant is open. • A quarterly performance report at end of each fiscal quarter until the planning project is completed. • Attach an invoice summary with each electronic grant payment request submitted in Delphi eInvoicing. Guidance and examples can be found in the A.IP Grant Payment and S onso Financial Reporting Policy (http://www.faa.gov/airports/aip/grant_payments/media/AIP-Grant- Payment-Sponsor-Financial-Reporting-Policy.pdf). As a condition of receiving Federal assistance under this award, you must comply with audit requirements as established under 2 CFR part 200. Subpart F requires non -Federal entities that expend $750,000 or more in Federal awards to conduct a single or program specific audit for that year. Note that this includes Federal expenditures made under other Federal -assistance programs. Please take appropriate and necessary action to assure your organization will comply with applicable audit requirements and standards. Once the project is completed and all costs are determined, we ask that you close the project without delay and submit the final closeout report documentation as required by your Region/Airports District Office. Cynthia Diep, (817) 222-5672, 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. Sincerel G enn A. Boles Manager, Arkansas/Oklahoma Airports District Office 3-05-0020-045-2017 �1 ORIGIN � AL U.S. Department of Transportation Federal Aviation Administration GRANTAGREEMENT PART I —OFFER Date of Offer Airport/Planning Area Drake Field AIP Grant Number 3-05-0020-045-2017 DUNS Number 134398903 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 May 30, 2017, for a grant of Federal funds for a project at or associated with the Drake Field Airport, which is included as part of this Grant Agreement; and WHEREAS, the FAA has approved a project for the Drake Field Airport (herein called the "Project") consisting of the following: Conduct Airport Energy Efficiency Assessment which is more fully described in the Project Application. NOW THEREFORE, According to the applicable provisions of the former Federal Aviation Act of 1958, as amended and recodified, 49 U.S.C. § 40101, et seq., and the former Airport and Airway Improvement Act of 1982 (AAIA), as amended and recodified, 49 U.S.C. § 47101, et seq., (herein the AAIA grant statute is referred to as "the Act"), the representations contained in the Project Application, and in consideration of (a) the Sponsor's adoption and ratification of the Grant Assurances dated March 2014,and the Sponsor's acceptance of this Offer; and, (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the Grant Assurances and conditions as herein provided. THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay ninety (90) percent of the allowable costs incurred accomplishing the Project as the United States share of the Project. This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: CONDITIONS 1. Maximum Obligation. The maximum obligation of the United States payable under this Offer is $25,740. The following amounts represent a breakdown of the maximum obligation for the purpose of establishing allowable amounts for any future grant amendment, which may increase the foregoing maximum 3-05-0020-045-2017 obligation of the United States under the provisions of 49 U.S.C. § 47108(b): $25,740 for planning $0 airport development or noise program implementation; and, $0 for land acquisition. The source of this Grant may include funding from the Small Airport Fund. 2. Period of Performance. The period of performance begins on the date the Sponsor formally accepts this agreement. Unless explicitly stated otherwise in an amendment from the FAA, the end date of the period of performance is 4 years (1,460 calendar days) from the date of formal grant acceptance by the Sponsor. The Sponsor may only charge allowable costs for obligations incurred prior to the end date of the period of performance (2 CFR §200.309). Unless the FAA authorizes a written extension, the sponsor must submit all project closeout documentation and liquidate (pay off) all obligations incurred under this award no later than 90 calendar days after the end date of the period of performance (2 CFR §200.343). The period of performance end date does not relieve or reduce Sponsor obligations and assurances that extend beyond the closeout of a grant agreement. 3. Ineligible or Unallowable Costs. The Sponsor must not include any costs in the project that the FAA has determined to be ineligible or unallowable. 4. Indirect Costs - Sponsor. Sponsor may charge indirect costs under this award by applying the indirect cost rate identified in the project application as accepted by the FAA, to allowable costs for Sponsor direct salaries and wages. 5. Determining the Final Federal Share of Costs. The United States' share of allowable project costs will be made in accordance with the regulations, policies, and procedures of the Secretary. 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. 6. Compl_etine the Project Without Delay and in Conformance with Requirements. The Sponsor must carry out and complete the project without undue delays and in accordance with this agreement, and the regulations, policies, and procedures of the Secretary. The Sponsor also agrees to comply with the assurances which are part of this agreement. 7. Amendments or Withdrawals before Grant Acceptance. The FAA reserves the right to amend or withdraw this offer at any time prior to its acceptance by the Sponsor. B. Offer Expiration Date. This offer will expire and the United States will not be obligated to pay any part of the costs of the project unless this offer has been accepted by the Sponsor on or before September 15, 2017, or such subsequent date as may be prescribed in writing by the FAA. 9. !Improper Use of Federal Funds. The Sponsor must 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 for 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. The Sponsor must obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. The Sponsor must return the recovered Federal share, including funds recovered by settlement, order, or judgment, to the Secretary. The Sponsor must 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 require advance approval by the Secretary. 3-05-0020-045-2017 10. United States Not Liable for Damage or Iniury. The United States is not responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 11. System for Award Management SAM Re istration And Universal Identifier. A. Requirement for System for Award Management (SAM): Unless the Sponsor is exempted from this requirement under 2 CFR 25.110, the Sponsor must maintain the currency of its information in the SAM until the Sponsor submits the final financial report required under this grant, or receives the final payment, whichever is later. This requires that the Sponsor review and update the information at least annually after the initial registration and more frequently if required by changes in information or another award term. Additional information about registration procedures may be found at the SAM website (currently at http://www.satTi.gov). B. 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 866-705-5771) or on the web (currently at littp.-//fedgov.dnb.com/webforrT)). 12. Electronic_ Grant Payment(s). Unless otherwise directed by the FAA, the Sponsor must make each payment request under this agreement electronically via the Delphi elnvoicing System for Department of Transportation (DOT) Financial Assistance Awardees. 13. Informal Letter Amendment of AIP Projects. 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 or five percent (5%), whichever is greater, the FAA can issue a letter amendment to the Sponsor unilaterally reducing the maximum obligation. The FAA can also issue a letter to the Sponsor increasing the maximum obligation if there is an overrun in the total actual eligible and allowable project costs to cover the amount of the overrun provided it will not exceed the statutory limitations for grant amendments. The FAA's authority to increase the maximum obligation does not apply to the "planning" component of condition No. 1. The FAA can also issue an informal letter amendment that modifies the grant description to correct administrative errors or to delete work items if the FAA finds it advantageous and in the best interests of the United States. An informal letter amendment has the same force and effect as a formal grant amendment. 14. Air and Water Quality. The Sponsor is required to comply with all applicable air and water quality standards for all projects in this grant. If the Sponsor fails to comply with this requirement, the FAA may suspend, cancel, or terminate this agreement. 15. Financial Reporting and Payment Requirements. The Sponsor will comply with all federal financial reporting requirements and payment requirements, including submittal of timely and accurate reports. 16. Buy American. Unless otherwise approved in advance 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 which funds are provided under this grant. The Sponsor will include a provision implementing Buy American in every contract. 17. Maximum Obligation Increase For Non -primary Airports.ln accordance with 49 U.S.C. § 47108(b), as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer: A. May not be increased for a planning project; B. May be increased by not more than 15 percent for development projects; 3 3-05-0020-045-2017 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. 18. Audits for Public Sponsors. The Sponsor must provide for a Single Audit or program specific audit in accordance with 2 CFR part 200. The Sponsor must submit the audit reporting package to the Federal Audit Clearinghouse on the Federal Audit Clearinghouse's Internet Data Entry System at http://harvester.census.gov/facweb/. Provide one copy of the completed audit to the FAA if requested. 19. Suspension or Debarment. When entering into a "covered transaction" as defined by 2 CFR §180.200, the Sponsor must: A. Verify the non-federal entity is eligible to participate in this Federal program by: 1. Checking the excluded parties list system (EPLS) as maintained within the System for Award Management (SAM) to determine if the non-federal entity is excluded or disqualified; or 2. Collecting a certification statement from the non-federal entity attesting they are not excluded or disqualified from participating; or 3. Adding a clause or condition to covered transactions attesting individual or firm are not excluded or disqualified from participating. B. Require prime contractors to comply with 2 CFR §180.330 when entering into lower -tier transactions (e.g. Sub -contracts). C. Immediately disclose to the FAA whenever the Sponsor (1) learns they have entered into a covered transaction with an ineligible entity or (2) suspends or debars a contractor, person, or entity. 20. Ban on Texting While Driving. A. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, the Sponsor is encouraged to: 1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving when performing any work for, or on behalf of, the Federal government, including work relating to a grant or subgrant. Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as: a. Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and b. Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. The Sponsor must insert the substance of this clause on banning texting while driving in all subgrants, contracts and subcontracts. 21. AMP Funded Work Included in a PFC Application. Within 90 days of acceptance of this award, Sponsor must submit to the Federal Aviation Administration an amendment to any approved Passenger Facility Charge (PFC) application that contains an approved PFC project also covered under this grant award. The airport sponsor may not make any expenditure under this award until project work addressed under this award is removed from an approved PFC application by amendment. 4 3-05-0020-045-2017 22. Exhibit "A" Property Map. The Exhibit "A" Property Map dated 07/01/2011, is incorporated herein by reference or is submitted with the project application and made part of this grant agreement. 23. Employee Protection from Reprisal. A. Prohibition of Reprisals — 1. In accordance with 41 U.S.C. §4712, an employee of a grantee or subgrantee may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing to a person or body described in sub -paragraph (A)(2), information that the employee reasonably believes is evidence of: i. Gross mismanagement of a Federal grant; ii. Gross waste of Federal funds; iii. An abuse of authority relating to implementation or use of Federal funds; iv. A substantial and specific danger to public health or safety; or v. - A violation of law, rule, or regulation related to a Federal grant. 2. Persons and bodies covered: The persons and bodies to which a disclosure by an employee is covered are as follows: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Federal office or employee responsible for oversight of a grant program; V. A court or grand jury; vi. A management office of the grantee or subgrantee; or vii. A Federal or State regulatory enforcement agency. 3. Submission of Complaint — A person who believes that they have been subjected to a reprisal prohibited by paragraph A of this grant term may submit a complaint regarding the reprisal to the Office of Inspector General (OIG) for the U.S. Department of Transportation. 4. Time Limitation for Submittal of a Complaint - A complaint may not be brought under this subsection more than three years after the date on which the alleged reprisal took place. 5. Required Actions of the Inspector General —Actions, limitations and exceptions of the Inspector General's office are established under 41 U.S.C. § 4712(b) 6. Assumption of Rights to Civil Remedy - Upon receipt of an explanation of a decision not to conduct or continue an investigation by the Office of Inspector General, the person submitting a complaint assumes the right to a civil remedy under4l U.S.C. § 4712(c). 24. Small Airport Fund. The source of this grant may include funding from the Small Airport Fund. 5 3-05-0020-045-2017 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 Glenn A. Boles Manager, Arkansas/ Oklahoma Airport i District Office 6 3-05-0020-045-2017 PART II - ACCEPTANCE The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer, and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. I declare under penalty of perjury that the foregoing is true and correct.' Executed this_day of�� i Z-eityof Fayetteville C. Authorized Official) By: - f)6d i ►Qrc (Typed Name of Sponsor's Authorized Official) Title: Y' (Title o Sponsor's Authorized Official CERTIFICATE OF SPONSOR'S ATTORNEY L T L )A"Or , 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 ofvV-hy4 Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at4 ( ��t� [location) this `GSL S� day of 2 -DI q � �- Aalc-pw (,o,,) B ►Slgnatur. SA1Ql±snr s Attorney) ,� 'Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C. Section 1001 (False Statements) and could subject you to fines, imprisonment, or both. 7 ASSURANCES AIRPORT SPONSORS A. General. 3-05-0020-045-2017 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. 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. c. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become part of this grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of this grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of the terms, conditions, and assurances with respect to real property acquired with federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances. 2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of acceptance of Federal aid for the project. 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 25, 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; 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. 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: 8 March, 2014 3-05-0020-045-2017 FEDERAL LEGISLATION a. Title 49, U.S.C., subtitle VII, as amended. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seal C. Federal Fair Labor Standards Act - 29 U.S.C. 201, et sea. d. Hatch Act — 5 U.S.C. 1501, et sea.z e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, et sea.lz f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f).1- g. 70(f).1g. Archeological and Historic Preservation Act of 1974 -16 U.S.C. 469 through 469c.1 h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et sea. L Clean Air Act, P.L. 90-148, as amended. j. Coastal Zone Management Act, P.L. 93-205, as amended. k. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.1 I. Title 49, U.S.C., Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of 1973 - 29 U.S.C. 794. n. Title Vlof the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); o. Americans with Disabilities Act of 1990, as amended, (42 U.S.C. § 12101 et seq.), prohibits discrimination on the basis of disability). p. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et sea. q. American Indian Religious Freedom Act, P.L. 95-341, as amended. r. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et seal S. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373.1 t. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seal u. Copeland Anti -kickback Act - 18 U.S.C. 874.1 v. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seal w. Wild and Scenic Rivers Act, P.L. 90-542, as amended. x. Single Audit Act of 1984 - 31 U.S.C. 7501, et sea.Z y. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Z. The Federal Funding Accountability and Transparency Act of 2006, as amended (Pub. L. 109- 282, as amended by section 6202 of Pub. L. 110-252). EXECUTIVE ORDERS a. Executive Order 11246 - Equal Employment Opportunity' b. Executive Order 11990 - Protection of Wetlands c. Executive Order 11998—Flood Plain Management V March, 2014 3-05-0020-045-2017 d. Executive Order 12372 - Intergovernmental Review of Federal Programs e. Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Construction' f. Executive Order 12898 - Environmental Justice FEDERAL REGULATIONS a. 2 CFR Part180 - OMBGuidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement). b. 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. [OMB Circular A-87 Cost Principles Applicable to Grants and Contracts with State and Local Governments, and OMB Circular A-133 - Audits of States, Local Governments, and Non -Profit Organizations] .4,1,1 c. 2 CFR Part 1200 — Nonprocurement Suspension and Debarment d. 14 CFR Part 13 - Investigative and Enforcement Procedures14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. e. 14 CFR Part 150 - Airport noise compatibility planning. f. 28 CFR Part 35- Discrimination on the Basis of Disability in State and Local Government Services. g. 28 CFR § 50.3 - U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964. h. 29 CFR Part 1 - Procedures for predetermination of wage rates.' i. 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.' j. 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).' k. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements).' I. 49 CFR Part 18 - Uniform administrative requirements for grants and cooperative agreements to state and local governments .3 m. 49 CFR Part 20 - New restrictions on lobbying. n. 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. o. 49 CFR Part 23 - Participation by Disadvantage Business Enterprise in Airport Concessions. p. 49 CFR Part 24 — Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally Assisted Programs." q. 49 CFR Part 26 — Participation by Disadvantaged Business Enterprises in Department of Transportation Programs. r. 49 CFR Part 27 — Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance.' 10 March, 2014 3-05-0020-045-2017 s. 49 CFR Part 28 —Enforcement of Nondiscrimination on the Basis of Handicap in Programs or Activities conducted by the Department of Transportation. t. 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. u. 49 CFR Part 32 —Governmentwide Requirements for Drug -Free Workplace (Financial Assistance) v. 49 CFR Part 37 —Transportation Services for Individuals with Disabilities (ADA). w. 49 CFR Part 41- Seismic safety of Federal and federally assisted or regulated new building construction. SPECIFIC ASSURANCES 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. FOOTNOTES TO ASSURANCE C.1. 1 These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 18 and 2 CFR Part 200 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. 4 On December 26, 2013 at 78 FR 78590, the Office of Management and Budget (OMB) issued the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards in 2 CFR Part 200. 2 CFR Part 200 replaces and combines the former Uniform Administrative Requirements for Grants (OMB Circular A-102 and Circular A-110 or 2 CFR Part 215 or Circular) as well as the Cost Principles (Circulars A-21 or 2 CFR part 220; Circular A-87 or 2 CFR part 225; and A-122, 2 CFR part 230). Additionally it replaces Circular A-133 guidance on the Single Annual Audit. In accordance with 2 CFR section 200.110, the standards set forth in Part 200 which affect administration of Federal awards issued by Federal agencies become effective once implemented by Federal agencies or when any future amendment to this Part becomes final. Federal agencies, including the Department of Transportation, must implement the policies and procedures applicable to Federal awards by promulgating a regulation to be effective by December 26, 2014 unless different provisions are required by statute or approved by OMB. Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for determining the eligibility of specific types of expenses. Audit requirements established in 2 CFR part 200 subpart F are the guidelines for audits. 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: 11 March, 2014 3-05-0020-045-2017 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. 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 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. 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. 12 March, 2014 3-05-0020-045-2017 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. 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 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. 8. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. 9. Public Hearings. In projects involving the location of an airport, an 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. Metropolitan Planning Organization. In projects involving the location of an airport, an airport runway, or a major runway extension at a medium or large hub airport, the sponsor has made available to and has provided upon request to the metropolitan planning organization in the area in which the airport is located, if any, a copy 13 March, 2014 3-05-0020-045-2017 of the proposed amendment to the airport layout plan to depict the project and a copy of any airport master plan in which the project is described or depicted. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, it assures or certifies that it has implemented an effective airport pavement maintenance -management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. 12. Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Record Keeping Requirements. 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 14 March, 2014 3-05-0020-045-2017 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. f. It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19. Operation and Maintenance. a. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be 15 March, 2014 3-05-0020-045-2017 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 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, 16 March, 2014 3-05-0020-045-2017 provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. a.) 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. b.) 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. c.) 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. d.) 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. e.) 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. f.) 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. g.) 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: 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 17 March, 2014 3-05-0020-045-2017 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. 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 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. a.) 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 18 March, 2014 3-05-0020-045-2017 manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. b.) Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Section 47107 of Title 49, United States Code. 26. Reports and Inspections. It will: a. submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports available to the public; make available to the public at reasonable times and places a report of the airport budget in a format prescribed by the Secretary; b. for airport development projects, make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; c. for noise compatibility program projects, make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of this grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; and d. in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: 1) all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2) all services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property. 27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that — a. by gross weights of such aircraft) is in excess of five million pounds 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. 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 19 March, 2014 3-05-0020-045-2017 Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at all times an airport layout plan of the airport showing: 1) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; 2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; 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. a.) 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 promptly take any measures necessary to ensure that no person in the United States shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in any activity conducted with, or benefiting from, funds received from this grant. Using the definitions of activity, facility and program as found and defined in §§ 21.23 (b) and 21.23 (e) of 49 CFR § 21, the sponsor will facilitate all programs, operate all facilities, or conduct all programs in compliance with all non-discrimination requirements imposed by, or pursuant to these assurances. b. Applicability 1) Programs and Activities. If the sponsor has received a grant (or other federal assistance) for any of the sponsor's program or activities, these requirements extend to all of the 20 March, 2014 3-05-0020-045-2017 sponsor's programs and activities. 2) Facilities. Where it receives a grant or other federal financial assistance to construct, expand, renovate, remodel, alter or acquire a facility, or part of a facility, the assurance extends to the entire facility and facilities operated in connection therewith. 3) Real Property. Where the sponsor receives a grant or other Federal financial assistance in the form of, or for the acquisition of real property or an interest in real property, the assurance will extend to rights to space on, over, or under such property. c. Duration. The sponsor agrees that it is obligated to this assurance 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: 1) So long as the airport is used as an airport, or for another purpose involving the provision of similar services or benefits; or 2) So long as the sponsor retains ownership or possession of the property. d. Required Solicitation Language. It will include the following notification in all solicitations for bids, Requests For Proposals for work, or material under this grant agreement and in all proposals for agreements, including airport concessions, regardless of funding source: "The Name of Sponsor), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award." e. Required Contract Provisions. 1) It will insert the non-discrimination contract clauses requiring compliance with the acts and regulations relative to non-discrimination in Federally -assisted programs of the DOT, and incorporating the acts and regulations into the contracts by reference in every contract or agreement subject to the non-discrimination in Federally -assisted programs of the DOT acts and regulations. 2) It will include a list of the pertinent non-discrimination authorities in every contract that is subject to the non-discrimination acts and regulations. 3) It will insert non-discrimination contract clauses as a covenant running with the land, in any deed from the United States effecting or recording a transfer of real property, structures, use, or improvements thereon or interest therein to a sponsor. 4) It will insert non-discrimination contract clauses prohibiting discrimination on the basis of race, color, national origin, creed, sex, age, or handicap as a covenant running with the land, in any future deeds, leases, license, permits, or similar instruments entered into by the sponsor with other parties: a.) For the subsequent transfer of real property acquired or improved under the applicable activity, project, or program; and 21 March, 2014 3-05-0020-045-2017 b.) For the construction or use of, or access to, space on, over, or under real property acquired or improved under the applicable activity, project, or program. f. It will provide for such methods of administration for the program as are found by the Secretary to give reasonable guarantee that it, other recipients, sub -recipients, sub -grantees, contractors, subcontractors, consultants, transferees, successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the acts, the regulations, and this assurance. g. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the acts, the regulations, and this assurance. 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. 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 22 March, 2014 3-05-0020-045-2017 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 January 24, 2017 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. 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. 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. c. 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 sponsor shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT -assisted contract covered by 49 CFR Part 26, or in the award and performance of any concession activity contract covered by 49 CFR Part 23. In addition, the sponsor shall not discriminate on the basis of race, color, national origin or sex in the administration of its DBE and ACDBE programs or the requirements of 49 CFR Parts 23 and 26. The sponsor shall take all necessary and reasonable steps under 49 CFR Parts 23 and 26 to ensure 23 March, 2014 3-05-0020-045-2017 nondiscrimination in the award and administration of DOT -assisted contracts, and/or concession contracts. The sponsor's DBE and ACDBE programs, as required by 49 CFR Parts 26 and 23, and as approved by DOT, are incorporated by reference in this agreement. Implementation of these programs is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the sponsor of its failure to carry out its approved program, the Department may impose sanctions as provided for under Parts 26 and 23 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 1936 (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. If the airport owner or operator of a medium or large hub airport (as defined in section 47102 of title 49, U.S.C.) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that - 1) Describes the requests; 2) Provides an explanation as to why the requests could not be accommodated; and 3) Provides a time frame within which, if any, the airport will be able to accommodate the requests. b. Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. 24 March, 2014 3-05-0020-045-2017 �,�'PL AV,gTi o FAA _ Airports a IS JkP' Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated: 1/24/2017 View the most current versions of these ACs and any associated changes at: htt www.faa. ov air orts resources advisor circularsand h"p://www.faa.moy/regulations policiesladvisory circulars NUMBER TITLE 70/7460-1L Change 1 Obstruction Marking and Lighting 150/5020-1 Noise Control and Compatibility Planning for Airports 150/5070-613 Changes 1- 2 Airport Master Plans 150/5070-7 Change 1 The Airport System Planning Process 150/5100-13B Development of State Standards for Nonprimary Airports 150/5200-28F Notices to Airmen (NOTAMS) for Airport Operators 150/5200-30D Airport Field Condition Assessments and Winter Operations Safety Airport Emergency Plan 150/5200-31C Changes 1-2 150/5210-51) Painting, Marking, and Lighting of Vehicles Used on an Airport 150/5210-7D Aircraft Rescue and Fire Fighting Communications 150/5210-13C Airport Water Rescue Plans and Equipment 150/5210-14B Aircraft Rescue Fire Fighting Equipment, Tools and Clothing 150/5210-15A Aircraft Rescue and Firefighting Station Building Design 25 FAA Advisory Circular Required for Use AIP Funded and PFC Approved Projects Updated: 1/24/2017 3-05-0020-045-2017 NUMBER TITLE 150/5210-18A Systems for Interactive Training of Airport Personnel 150/5210-19A Driver's Enhanced Vision System (DEVS) 150/5220-10E Guide Specification for Aircraft Rescue and Fire Fighting (ARFF) Vehicles 150/5220-16D Automated Weather Observing Systems (AWOS) for Non -Federal Applications 150/5220-17B Aircraft Rescue and Fire Fighting (ARFF) Training Facilities 150/5220-18A Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 150/5220-20A Airport Snow and Ice Control Equipment 150/5220-21C Aircraft Boarding Equipment 150/5220-22B Engineered Materials Arresting Systems (EMAS) for Aircraft Overruns 150/5220-23 Frangible Connections 150/5220-24 Foreign Object Debris Detection Equipment 150/5220-25 Airport Avian Radar Systems 150/5220-26 Changes 1-2 Airport Ground Vehicle Automatic Dependent Surveillance - Broadcast (ADS -B) Out Squitter Equipment 150/5300-713 FAA Policy on Facility Relocations Occasioned by Airport Improvements of Changes 150/5300-13A Change 1 Airport Design 150/5300-14C 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 150/5300-17C Standards for Using Remote Sensing Technologies in Airport Surveys 150/5300-18B Change 1 General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards 150/5320-51) Airport Drainage Design 150/5320-6F Airport Pavement Design and Evaluation 26 FAA Advisory Circular Required for Use AIP Funded and PFC Approved Projects Updated: 1/24/2017 3-05-0020-045-2017 NUMBER TITLE 150/5320-12C Changes 1-8 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces 150/5320-15A Management of Airport Industrial Waste 150/5235-413 Runway Length Requirements for Airport Design 150/5335-5C Standardized Method of Reporting Airport Pavement Strength - PCN 150/5340-1L Standards for Airport Markings 150/5340-5D Segmented Circle Airport Marker System 150/5340-18F Standards for Airport Sign Systems 150/5340-26C Maintenance of Airport Visual Aid Facilities 150/5340-30H Design and Installation Details for Airport Visual Aids 150/5345-3G Specification for L-821, Panels for the Control of Airport Lighting 150/5345-513 Circuit Selector Switch 150/5345-7F Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-10H Specification for Constant Current Regulators and Regulator Monitors Specification for Airport and Heliport Beacons 150/5345-12F 150/5345-13B Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-26D FAA Specification For L-823 Plug and Receptacle, Cable Connectors 150/5345-27E Specification for Wind Cone Assemblies 150/5345-28G Precision Approach Path Indicator (PAPI) Systems 150/5345-39D Specification for L-853, Runway and Taxiway Retro reflective Markers 150/5345-42H Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories 150/5345-43H 150/5345-44K 150/5345-45C Specification for Obstruction Lighting Equipment Specification for Runway and Taxiway Signs Low -Impact Resistant (LIR) Structures 27 FAA Advisory Circular Required for Use AIP Funded and PFC Approved Projects Updated: 1/24/2017 3-05-0020-045-2017 NUMBER TITLE 150/5345-46E Specification for Runway and Taxiway Light Fixtures 150/5345-47C 150/5345-49C 150/5345-508 Specification for Series to Series Isolation Transformers for Airport Lighting Systems Specification L-854, Radio Control Equipment Specification for Portable Runway and Taxiway Lights 150/5345-51B Specification for Discharge -Type Flashing Light Equipment 150/5345-52A Generic Visual Glideslope Indicators (GVGI) 150/5345-53D Airport Lighting Equipment Certification Program 150/5345-54B Specification for L-884, Power and Control Unit for Land and Hold Short Lighting Systems 150/5345-55A Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure 150/5345-56B Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360-12F Airport Signing and Graphics 150/5360-13 Change 1 Planning and Design Guidelines for Airport Terminal Facilities 150/5360-14 Access to Airports By Individuals With Disabilities 150/5370-2F Operational Safety on Airports During Construction 150/5370-10G Standards for Specifying Construction of Airports 150/5370-11B Use of Nondestructive Testing in the Evaluation of Airport Pavements 150/5370-13A Off -Peak Construction of Airport Pavements Using Hot -Mix Asphalt 150/5370-15B Airside Applications for Artificial Turf 150/5370-16 Rapid Construction of Rigid (Portland Cement Concrete) Airfield Pavements 150/5370-17 Airside Use of Heated Pavement Systems 150/5390-2C Heliport Design 150/5395-1A Seaplane Bases 28 FAA Advisory Circular Required for Use AIP Funded and PFC Approved Projects Updated: 1/24/2017 3-05-0020-045-2017 THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY Updated: 01/24/2017 NUMBER TITLE 150/5100-14E Architectural, Engineering, and Planning Consultant Services for Airport Grant Change 1 Projects 150/5100-17 Land Acquisition and Relocation Assistance for Airport Improvement Program Changes 1- 6 Assisted Projects 150/5300-15A Use of Value Engineering for Engineering Design of Airport Grant Projects 150/5320-17A Airfield Pavement Surface Evaluation and Rating Manuals 150/5370-12B Quality Management for Federally Funded Airport Construction Projects 150/5380-6C Guidelines and Procedures for Maintenance of Airport Pavements 150/5380-713 Airport Pavement Management Program 150/5380-9 Guidelines and Procedures for Measuring Airfield Pavement Roughness 29 FAA Advisory Circular Required for Use AIP Funded and PFC Approved Projects Updated: 1/24/2017 OMB Number: 4040-0004 Expiration Date: 10/31/2019 Application for Federal Assistance SF -424 1. Type of Submission: I ` 2. Type of Application: Preapplication ® New ® Application ❑ Continuation Changed/Corrected Application ❑ Revision If Revision. select appropriate letter(s): Other (Specify): I 3, Date Received: 4. Applicant Identifier: F°Y V 5a. Federal Entity Identifier: 5b. Federal Award Identifier: 3 -OS -0020-045-2017 State Use Only: 6. Date Received by State: hl 7. State Application Identifier: 8. APPLICANT INFORMATION: 'a. Legal Name: City of Fayetteville b_ Employer(Taxpayer Identification Number (EIN/TIN): c. Organizational DUNS: 71-6018462 1343989030000 d. Address: "Street1: 9500 S School Avenue Street2: Suite F ' City: Fayetteville County/Parish: wa5hi,ngton " State: AR: Arkansas Province: _— Country: USA: UNITED STATES Zip / Postal Code: '72701-8016 e. Organizational Unit: Department Name: Division Name: Transportation Aviation 1 f. Name and contact information of person to be contacted on matters involving this application; - Prefix: Ms First Name: .Summer Middle Name: ' Last Name: Fallen Suffix: I Title: Airport Financial Coordinator Organizational Affiliation: City of Fayetteville Aviation Division, Drake Field, KFYV 1 "Telephone Number: 479_719-7642 Fax Number:979-718-7696 1 " Email: Isfallen@fayetteville-ar. gov Application for Federal Assistance SF-424 * 9. Type of Applicant 1: Select Applicant Type: C: City or Township Government — -— — - 1 Type of Applicant 2: Select Applicant Type: 1 Type of Applicant 3: Select Applicant Type: * Other (specify): * 10. Name of Federal Agency: Federal Aviation Administration (FAA) 11. Catalog of Federal Domestic Assistance Number: .20.106 CFDA Title: l�frport Improvement Program. * 12. Funding Opportunity Number: p fI/A Title: N/A 13. Competition Identification Number: N/A Title: 14. Areas Affected by Project (Cities, Counties, States, etc.): Fayetteville, Washington County, Arkansas AsddAttachme�t i,eleteAtlachnwgl l 15. Descriptive Title of Applicant's Project: FYV Energy Assessment Attach supporting documents as specified in agency instructions. Add Attachr0elats alai A;Ia h ; er fCs Vi;,, Atln-lo r:ts Application for Federal Assistance SF -424 16. Congressional Districts Of: ' a, Applicant AR -003 * b. Program/Project ,AR -003 Attach an additional list of Program/Project Congressional Districts if needed. Add Attachment iac I°te :'1ltachmez7t %new Alti'id.i , ifftl 17. Proposed Project: * a Start Date: 07/01/2017 * b. End Date: 09/01/2018 18. Estimated Funding ($): * a. Federal 25, 740. 00 ' b. Applicant 2,860.00 c. State 0. 00 * d. Local 0.00 * e. Other F 0.00 f. Program Income mol 'g. TOTAL 28,600.00 * 19: Is Application Subject to Review By State Under Executive Order 12372 Process? ® a. This application was made available to the State under the Executive Order 12372 Process for review on 06/15/2017 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 in attachment.) Yes ®No If "Yes", provide explanation and attach View Allac;rich;-nt 21. *By signing this application, I certify (1) to the statements contained in the list of certifications** and (2) that the statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances** and agree to comply with any resulting terms if I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 218, Section 1001) ® **IAGREE '* The list of certifications and assurances, or an internet site where you may obtain this list, is contained in the announcement or agency specific instructions. Authorized Representative: Prefix: Honorable * First Name: Lioneld Middle Name: * Last Name: Jordan Suffix: * Title: Mayor, City of Fayetteville * Telephone Number: g79-575-8330 Fax Number: 479-575-8257 *Email: LJordan@ yettev. -ar.gov * Signature nzed Re a ntati a Date Signed: M u /'2 U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 lf✓ Federal Aviation Administration EXPIRATION DATE: 8/31/2019 Application for Federal Assistance (Planning Projects) Part II — Project Approval Information Section A — Statutory Requirements The term "Sponsor" refers to the applicant name as provided in box 8 of the associated SF -424 form. Item 1 — ®❑ Does Sponsor maintain an active registration in the System for Award Management Yes No (www.SAM.gov)? Item 2 ❑X ❑ ❑ -Can Sponsor commence the work identified in the application in the fiscal year the grant is Yes No N/A made or within six months after the grant is made, whichever is later? Item 3 Are there any foreseeable events that would delay completion of the project? If yes, ❑ Yes ❑ No ❑ N/A provide attachment to this form that lists the events. Item 4 Is the project covered by another Federal assistance program? If yes, please identify other ❑ Yes ❑ No ❑ N/A funding sources by the Catalog of Federal Domestic Assistance (CFDA) number. CFDA: Item 5 Will the requested Federal assistance include Sponsor indirect costs as described in 2 CFR ❑ Yes ❑ No ❑ N/A Appendix VII to Part 200, States and Local Government and Indian Tribe Indirect Cost Proposals? If the request for Federal assistance includes a claim for allowable indirect costs, select the applicable indirect cost rate the Sponsor proposes to apply: ❑ De Minimis rate of 10% as permitted by 2 CFR § 200.414 ❑ Negotiated Rate equal to % as approved by (the Cognizant Agency) on _ (Date) (2 CFR part 200, appendix VII) Note: Refer to the instructions for limitations of application associated with claiming Sponsor indirect costs. FAA,Form 5100-101 (4/16) SUPERSEDES PREVIOUS EDITION Page 1 of 4 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number AIRPORT SERVICES (760) 2017 /Org2 R+equestor: Dee McCoy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: The FAA has awarded Grant Number 3-05-0020-045-2017 in the amount of $25,740 for an energy assessement project COUNCIL DATE: 9/19/2017 LEGISTAR FILE ID#: 2017-0506 3a rb-cwa. FeU/ 9/12/2017 2:47 PM Budget Director TYPE: DESCRIPTION: Date C:\Users\losmith\AppData\Roaming\L5\Temp\8b83ffe7-870e-4a60-971f-521c6ad27aab 1 of 1 GLDATE: RESOLUTION/ORDINANCE J POSTED: / TOTAL 25,740 25,740 v.20170707 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub AT Account Name 5550.760.3960-4309.00 - 25,740 31706 1701 RE Federal Grants - Capital 5550.760.3940-5314.00 25,740 - 31706 1701 EX Professional Services - C:\Users\losmith\AppData\Roaming\L5\Temp\8b83ffe7-870e-4a60-971f-521c6ad27aab 1 of 1 ...—ansas Department of Aeronautics Energy Assessment Grant Application City of Fayetteville Staff Review Form 2018-0661 Legistar File ID "/A ARCHIVED City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Summer Fallen 11/19/2018 AIRPORT SERVICES (760) Submitted By Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to submit an Arkansas Department of Aeronautics (ADA) grant application in the amount of $2,760.00 for reimbursement of the City's 10 % share of a 90-10 Federal Aviation Administration (FAA) associated with the Energy Assessment project at Fayetteville — Drake Field Airport. Account Number 31706.1701 Project Number Budgeted Item? NA Budget Impact: Fund Energy Assessment Current Budget Funds Obligated Current Balance Does item have a cost? NA Item Cost Budget Adjustment Attached? NA Budget Adjustment Remaining Budget Project Title I$ . V20180321 Purchase Order Number: Previous Ordinance or Resolution # 195-17 Change Order Number: Original Contract Number: Comments: 11 Approval Date: CITY OF Vim FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor THRU: Don Marr, Chief of Staff City: Terry Gulley, Transportation Services Director FROM: Summer Fallen, Airport Services Manager DATE: November. 19, 2018 SUBJECT: Energy Assessment -ADA Grant Application STAFF MEMO RECOMMENDATION: Staff requests approval for the Aviation Division to submit an Arkansas Department of Aeronautics (ADA) grant application in the amount of $2,760.00 for reimbursement of the City's 10 % share of a 90-10 Federal Aviation Administration (FAA) associated with the Energy Assessment project at Fayetteville — Drake Field Airport. BACKGROUND: The airport recently attended an FAA conference and learned about a new FAA grant program for energy efficient projects. Airport staff immediately followed up with FAA personnel to determine the eligibility for grant funds. In early 2017, the Airport worked with facilities and sustainability staff to submit proposed energy efficient projects to the FAA. The FAA has since requested that the airport pursue a grant in FY 2017 for an energy assessment study with the goal of identifying energy efficient projects at the airport. Following the completion of the assessment, the FAA indicated that the proposed HVAC improvements project could be included on the Airport's Capital Improvement Plan for FAA fiscal year 2021. DISCUSSION: With the report completed and approved by the FAA, a grant application will be submitted to the ADA for the 10% reimbursement of the City's share of the 90-10 FAA grant. A breakdown of the design only grant is included below. BUDGET/STAFF IMPACT: FAA Energv Efficfencv Grant FAA: $24,840.00 ADA: $2,760.00 City: $0.00 TOTAL: $27,600.00 Attachments: Staff Review Form Staff Review Memo ADA Grant Application Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS November 19, 2018 Jerry Chism Arkansas Department of Aeronautics 2315 Crip Drive Hangar 8 Little Rock, AR 72202 Re: Fayetteville — Drake Field FYV Energy Assessment Application for Airport Aid The City of Fayetteville appreciates the continued partnership of the Arkansas Department of Aeronautics in improving Fayetteville- Drake Field. In continuation of this partnership, we are pleased to submit to you this enclosed application for state airport aid. Within the past year Fayetteville — Drake Field has utilized an FAA AIP grant to develop a report detailing the current energy usage and expected life remaining on equipment and systems. The project will help improve and increase the airport's energy efficiency by developing strategies, actions, improvements, and practices. We respectfully request consideration of this matching grant for the amount of $2,760.00 (10% match of the FAA grant amount) on the upcoming agenda. We greatly appreciate your consideration of this grant. Please call me or Ben Perea with Garver if you have any questions or comments. Sincerely Mayor V City of Fayetteville Attachments: State Airport Aid Application Form SF -271 Energy Assessment Report Executed Grant Agreement Cc: Ben Perea, Garver Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 State Airport Aid Application — Page 1 The City/hof 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: October 19 2018 Name of Airport: Fayetteville — Drake Field (FYV) Name and address of City/Geeel�,4Commission sponsoring request: Ci!y r of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Phone Number: 479-575-8330 Fax Number: 479-585-8257 Name and address of Engineering Firm (if applicable): Garver 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 Person to Contact about project: Summer Fallen, Airport Services Manager City of Fayetteville Fayetteville, AR 72701 Phone Number: 479-718-7642 Cell Number: Fax Number: 479-718-7646 Contact Person: Ben Perea Phone/Fax Number: 479-527-9100 Describe the work to be accomplished: The project included utilizing an FAA AIP grant to develop a report detailing the current energy usage and expected life remaining on equipment and systems. The project will help improve and increase the airport's energy efficiency by developingstrategies, trategies, actions, improvements, and practices. State and Local Project Costs: Please indicate: O 50-50% Match O 80-20% Match O 90-10% Match 0100% Total Cost of Project: Local Share/Funds: Local Share/In-Kind: State Share: Federal AIP Projects: AIP Number: 3-05-0020-045-2017 O 95-5% Match ♦ 90-10% Match Total Cost of Project: $27,600.00 Federal Share: $24,840.00 State Share: $2,760.00 Local Share: 1.1.14 State Airport Aid Application — Page 2 Provide the information listed below as it applies to your project: Funding: Source of Funds: FAA (90%) Arkansas Department of Aeronautics (10%) Source of In -Kind Services: N/A Estimated starting date of project: September 2017 Estimated completion date of project: October 2018 Project will be fore: New Airport Existing Airport Is land to be leased or purchased? N/A Description of land and cost per acre: N/A Provide the Federal AIP Grant Number (if applicable): NIA State Legislators for your area: State Senator: Uvalde Lindsey State Representative: Charlie Collins 1-1-14 State Airport Aid Application — Page 3 The sponsor agrees to .furnish Mr Arkansas Department of Aeronautic 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 hgrlbuilding 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 grant funds are contingent upon the Department's annual appropriation. IN WITNESS WHEREOF, the sponsor has caused this A plication for Stat Airport Aid to be duly executed in its name, this a 2 day of ��(AI�Q IM ,( Y' 20 � . 0- j / Nami of LOO, Mayor Title n OUTLAY REPORT AND REQUEST FOR REIMBURSEMENT FOR CONSTRUCTION PROGRAMS 3. FEDERAL SPONSORING AGENCY AND ORGANIZATIONAL ELEMENT TO WHICH THIS REPORT IS SUBMITTED AA 5. PARTIAL PAYMENT REQUEST NUMBER FOR THIS REQUEST IFINAL 1. TYPE OF REQUEST M FINAL ❑ PARTIAL OMB Number: 4040-0011 Expiration Date: 01/31/2019 2. BASIS OF REQUEST Z CASH ❑ ACCRUAL 4. FEDERAL GRANT OR OTHER IDENTIFYING NUMBER ASSIGNED BY FEDERAL AGENCY FAIP 3-05-0020-045-207177� 6. EMPLOYER IDENTIFICATION NUMBER 171-6018462 8. PERIOD COVERED BY THIS REQUEST From: 109/19/20171 To: 10/19/2018 9, RECIPIENT ORGANIZATION 7. FINANCIAL ASSISTANCE IDENTIFICATION NUMBER I I Name*: ICITY OF FAYETTEVILLE Streetl: 14500 S SCHOOL AVENUE Street2: ISUITE F City: IFAYETTEVILLE County: IWASHINGTON State: 1AR: Arkansas Province: I Country: IUSA: UNITED STATES ZIP / Postal Code: 172701-8016 10. PAYEE (Where check is to be sent if different than item 9) Name: Streetl: 7771 Street2: City: County: State: Province: Country: ZIP / Postal Code: 11. STATUS OF FUNDS CLASSIFICATION PROGRAMS FUNCTIONS ACTIVITIES (a) (b) (c) TOTAL a. Administrative expense $ 1$1 $ $ b. Preliminary expense c. Land, structures, right-of-way d. Architectural engineering basic fees �_��� e. Other architectural-------� engineering fees z �-------� �— 27,600.00 f. Project inspection fees I I g. Land development h. Relocation expense i. Relocation payments to individuals and businesses l j. Demolition and removal k. Construction and project improvement cost (� I. Equipment—� m. Miscellaneous cost—-------� I.— -----� n. Total cumulative to date (sum of lines a thru m) — 27, 600. ool--- -- --� 27,600.001 o. Deductions for program income p. Net cumulative to date (line n— minus line o) 2T600 --� 27, 600.00 q. Federal share to date 24, 840.00 24, 840.00 r. Rehabilitation grants (100% reimbursement) s. Total Federal share (sum of linesgandr) z9, 690.00 t 24,$90.00 I. Federal payments previously requested 0. o0 u. Amount requested for reimbursement $ 29, 890.00 $ $ 1 1 $ 24, 840.00 v. Percentage of physical completion of project --- 1 ioo.0 % --- ru— �% I -- o ("� --- /o 100.00 12. CERTIFICATION I certify that to the best of my knowledge and belief the billed costs or disbursements are in accordance with the terms of the project and that the reimbursement represents the Federal share due which has not been previously requested and that an inspection has been performed and all work is in accordance with the terms of the award. a. RECIPIENT SIGNATUR F TYPk6 Oh PRII Prefix: First Name: ILioneld Last Name: (Jordan —771 Title: Mayor, City of Fayetteville TELEPHONE (Area code, number, and extension) 479-575-8330 b. REPRESENTATIVE CERTIFYING TO LINE 11V FYI DATE REPORTS BMITTED Middle Name: ------- I Suffix: DATE SIGNED 11/1412018 TYPED OR PRINTED NAME AND TITLE Prefix: Mr. First Name: Ben Middle Name: Last Name: Pe rea Suffix: PE ..................._......._ Title: lProject Manager TELEPHONE (Area code, number, and extension) 479-287-4629 FYV Energy Assessment City of Fayetteville Fayetteville - Drake Field (FYV) FAA AI P No. 3-05-0020-045-2017 Prepared by: 2049 E Joyce Blvd Suite 400 Fayetteville, AR 72703 July 2018 Garver Project No.: 17041212 CITY OF FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field Engineer's Certification hereby certify that this FYV Energy Assessment was prepared by Garver under my direct supervision for the City of Fayetteville. William B. Gilbreath, PE State of Arkansas PE License 13836 LICENSED PROFESSIONAL ylNo :13836; �+B:..i iA�� Digitally Signed 07/20/2018 illljjARKANSAS CE ED , OFE Ill Lee Suggs, PE o• 11074 y State of Arkansas PE License 11074 Digitally Signed 07/20/2018 'GP •" GARVER LLC No. 766 Garver Project No. 97041212 Page 2 Aft CITY OF FW Energy Assessment �i iFAYETTEVILLE ARKANSAS City of Fayetteville and Fayetteville — Drake Field Table of Contents 1.0 Introduction.... . . . .............................................. — ..................................................... .......................... 5 2.0 Background....................................................................................................................................... 5 3.0 Site investigation............................................................................................................................... 5 3.1 Terminal Building..............................................................................................................................6 3.1.1 Heating and Cooling System.....................................................................................................6 3.1.2 Windows.................................................................................................................................... 7 3.1.3 Lighting......................................................................................................................................7 3.2 City Owned Corporate Hangar..........................................................................................................9 3.3 Airfield Electrical Equipment...........................................................................................................10 4.0 Utility Data Review..........................................................................................................................10 5.0 Equipment Evaluation.....................................................................................................................11 5.1 Terminal Building.............................................................................................................................11 5.1.1 Heating and Cooling System...................................................................................................11 5.1.2 Windows..................................................................................................................................12 5.1.3 Lighting....................................................................................................................................13 5.2 City Owned Corporate Hangar........................................................................................................14 5.3 Airfield Electrical Equipment...........................................................................................................14 6.0 Proposed Improvements.................................................................................................................15 6.1 No-Cost/Low-Cost Improvements...................................................................................................15 6.1.1 Terminal Building HVAC.........................................................................................................15 6.1.2 Terminal Building Windows.....................................................................................................15 6.1.3 Terminal Building Lighting.......................................................................................................15 6.1.4 City Owned Corporate Hangar Lighting..................................................................................15 6.1.5 Airfield Electrical Equipment...................................................................................................16 6.1.6 No-Cost/Low-Cost Improvement Summary............................................................................16 6.2 Substantial Improvements...............................................................................................................16 6.2.1 Terminal Building HVAC.........................................................................................................16 6.2.2 Terminal Window Replacement..............................................................................................17 6.2.3 Terminal Building Lighting.......................................................................................................17 6.2.4 City Owned Corporate Hangar Lighting..................................................................................19 6.2.5 Airfield Electrical Equipment...................................................................................................19 7.0 Recommendation and Improvement Priority........ .......... ..................,20 Garver Project No. 17041212 Page 3 GARVER CITY OF FYV Energy Assessment ' � ARKANSAS City mfFayetteville and Fayetteville—DrakeField List of Figures Figure1:Main Mechanical Room ............................ —........................... .................. ............................ 'O Figure2:Mechanical Controls ...................................................................................................................... 7 Figure 2LTerminal Lobby Lighting ... —.............................................. ....... .................. ................................ B Figure 4:Terminal Exterior Canopy Lighting .................. ................. .......................... —....................... --S Figuu»EiCorpurotaHongar|nteriorLighdng------------—---------——--------Q Figure 6:Terminal Building Gas Usage 2UOS-2O1O........ ............................................................................ 1D Figure7:Aged Pumping System ................................................................................................................. 11 List of Tables Table 1:Summary of Low/No Cost Improvements ..... —........................... ................ —..................... --1G Table 2:Substantial Improvement Priority ................................................................. --................. ... 2D Table 3: Potential Project Funding Summary ............................. --- ................................ ........................ 21 Appendices AppendixA-Photographs Appendix B — HVAC Life Cycle Cost Analysis Garver Project No. /704/212 Page Aft CITY OF FAYETTEVILLE ARKANSAS 1.0 Introduction FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field Fayetteville — Drake Field (FYV) is a tower controlled, Part 139 (Class IV) general aviation airport located in Fayetteville, Arkansas. The airport serves the general aviation needs of the Northwest Arkansas region including the University of Arkansas and the US Forest Service. The City of Fayetteville places high priority on implementing sustainable efforts through many outlets and is currently rated as a 3 STAR community by the STAR communities Rating System that is used to help benchmark their sustainability progress by setting goals and reporting on improvements. Additionally, the City of Fayetteville implemented an Energy Action Plan that went into effect January 2018. The goal of this plan was to "build a framework and energize action around the City's efforts to be a resource and energy efficient community." Many of the improvements outlined in this report would assist the city in achieving the goals and strategies found in the energy action plan. In an effort to cooperate with the City's sustainability efforts, the Fayetteville — Drake Field Airport initiated the development of an energy assessment report for the terminal building, terminal parking, airfield lighting, and airfield vault at the airport. The purpose of the assessment was to evaluate the existing equipment and identify projects that would improve the overall energy efficiency at Drake Field. The airport staff was presented with the 2018 FAA Southwest Region Airports Conference environmental award for their efforts in pursing the energy assessment report and sustainable projects at the airport. 2.0 Background The Drake Field terminal building was originally designed and constructed in 1978 to provide a commercial and civilian air travel terminal for Fayetteville and the surrounding area. The original terminal building provided a large public lobby for ticket counters and passenger waiting, a commercial kitchen / restaurant, a baggage handling area, and various office spaces for rental car and airline offices. In 1998, Drake Field ceased handling commercial air traffic (other than charter aircraft) due to the construction of the Northwest Arkansas Regional Airport. After this change in operation, many changes were made to the existing building to accommodate its new role as a primarily general aviation airport. The baggage handling area was enclosed and made into a meeting room, the commercial kitchen and restaurant removed, and a large portion of the original open lobby enclosed to make additional offices for airport personnel and outside business which moved into the facility. An additional pilot lounge was also added on the east side of building, adjacent to the airfield. The exact timing and extent of these renovations is unclear since no plans or specifications for this work were provided to the assessment team for review. 3.0 Site investigation A site visit was conducted by the Garver team on December 6, 2017 to investigate the existing conditions at the terminal building, and to identify potential modifications, repairs, and upgrades to some of the building systems to improve the facility's energy efficiency and overall operational efficiency. The following sections summarize the results of the investigation. Garver Project No. 17041212 Page GARNER CITY OF FAYETTEVILLE ARKANSAS 3.1 Terminal Building FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field 3.1.1 Heating and Cooling System Based on the site investigation, it was determined that the bulk of the existing building HVAC system is largely original to the initial construction of the facility, circa 1978. The existing systems have been modified extensively to accommodate the changes to the facility over the years, notably the enclosing of the luggage area to create a meeting room and the creation of additional office space in portions of passenger waiting area. This report will address primarily the visually identifiable aspects of the existing systems and their functionality. Based upon the original plans and confirmed via field observation, there are multiple HVAC systems serving this facility. There are two large air handlers located in the main mechanical room, one of which is a constant volume unit that serves what is now the meeting room (formerly the baggage handling area) and also provide airflow to floor mounted diffusers installed along the perimeter of the passenger waiting area and entryways. The second air handler is a constant volume unit that provides air to main passenger lobby and the secondary lobby on the south end of the building, which has now been converted to an office area. A third large air handler creates a variable air volume system that serves variable air volume boxes with hot water reheat coils that serve office area primarily located in the southern wing of the building. There also appear to be at least 2 additional air handlers installed above the ceilings of various office area to provide conditioning to areas that were added after the original construction of the facility, but there is no documentation of these modification to determine the exact capacity or design of these systems. The main heating system in the building consists of two 1,260 Mbh natural gas fired hot water boilers located in the main mechanical room adjacent to the meeting room on the north end of the building. These boilers generate hot water that is distributed throughout the building by a single end - suction floor mounted pump located in the mechanical room. The cooling system consists of a single air-cooled chiller located outside the northeast corner of the building next to the airfield apron. Chilled water is circulated throughout the building by a single end -suction floor mounted pump located in the mechanical room, shown in Figure 1. The boilers and both pumps appear to be original Figure 1: Main Mechanical Room to the facility. The chiller appears to have been replaced at some point during the building history, but is still quite old, and the nameplate was sufficiently weathered to prevent gathering of make/model/capacity information on the chiller to determine its age. Garver Project No. 17041212 Page 6 CITY OF ._ FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field The HVAC controls, shown in Figure 2, appear to have been updated partially to electronic controls, with electronic thermostats to control the equipment. There are also remnants of the original pneumatic control system present on the major pieces of equipment such as air handler, so a full conversion was not completed. Based on discussion with on- site personnel, there was at one point a Java based front end that allowed control of the system via internet connection as well as a user interface computer, but these appear to have been removed at some point in the past. This makes the control system very difficult to monitor and control without significant on-site presence of service personnel. 3.1.2 Windows Figure 2: Mechanical Controls The windows currently in the facility appear to largely be original to the construction of the facility, with a few windows in the south wing of the building having possibly been added at a later date as these areas were converted to office use. The existing windows are predominantly storefront type, hollow metal frame windows with 1" double pane glass. In addition, the windows contain a sealed air gap of approximately 1/2" between the panes and a light solar tinting. These windows are mostly located on the east and west elevations of the passenger lobby, facing the parking lot entry and the airfield. These large windows span the entire elevation of lobby wits heights of approximately 14 feet on the east side and 10 feet on the west side. There are also additional storefront windows installed on the east side of the large meeting room, where the original baggage handling door openings were infilled around 1998. Entryways on the east and west sides are %" tempered and tinted sliding glass doors. 3.1.3 Lighting During the site visit all lighting within the terminal spaces was documented with fixture type, wattage, and control methodology. Where wattages were not obtainable, these were requested from the airport or assumed based on comparable fixture types and light output. In addition, light measurements were takes for most spaces. The measurements were taken after dark so that daylight would not interfere with the results. The light meter used was an Extech Instruments LT300. The spaces where measurements were unobtainable included spaces where fixtures or lamps were inoperable or the space was occupied by a private tenant and inaccessible during after-hours. Garver Project No. 17041212 Page 7 RVER CITY OF FYV Energy Assessment .� FAYETTEVILLE ARKANSAS City of Fayetteville and Fayetteville — Drake Field It should be noted that many fixtures were not fully operative: entire fixture inoperative, partial lamps inoperative, fixture lacking any lamps, fixture lacking some lamps, or partial lamps intentionally delamped as discussed in Section 4.0. For the purpose of this report it is assumed all fixtures are operational and the maximum number of lamps that could operate in a fixture were present and operational. This is primarily due to the fact that it was not possible to discern exactly which fixtures were intentionally delamped compared to those simply lacking maintenance attention. The terminal ramp lighting and the recent upgrades to it are not evaluated as part of this report, as neither are emergency lighting nor exit signage lighting. 3.1.3.1 Interior Lighting Generally, seventy-one (71) different space types were found to be evaluated during the investigation for the interior lighting of the terminal building and adjoining spaces. These space types roughly covered 25,281 square feet. It should be noted that this square footage value may exceed the recorded square footage of the facility since some of the areas evaluated are open space areas with closed office spaces within the open air area. Within the facility 455 individual fixtures were counted, excluding any decorative rope or Christmas lighting found in a meeting space. These 455 fixtures resulted in a total potential interior lighting load of 42,162 watts (W). Common fixture types found are can downlights of varying wattages; 2x4 lay -in fluorescent fixtures using 2-25W T8 lamps; 2x4 lay -in fluorescent fixtures using 4-25W T8 lamps; 2x2 lay -in fluorescent fixtures using 2-30W lamps; and 2x2 lay -in fluorescent fixtures using 4-40W lamps. The majority of the lights for the interior of the facility are controlled in one of two ways: wall knife switch or circuit breaker only control. However, some spaces do include occupancy sensors or occupancy sensor -enabled knife switches. Figure 3 illustrates the lighting found in the lobby of the Terminal Building. CITY OF FAYETTEVILLE ARKANSAS 3.1.3.2 Exterior Lighting FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field Generally, eighteen (18) different exterior locations, canopies, or wall segments were evaluated during the investigation of the terminal building and adjoining spaces exterior lighting. In these locations seventy-one (71) individual fixtures were identified resulting in 22,325 watts. It should be noted that many of the exterior building facade downlights were unidentifiable. Airport staff noted that they were 40OW lights. Some identifiable ones were 100W; but where unidentifiable, 40OW was used in the totaling of the exterior lighting wattage. Common fixture types found are the metal halide or mercury vapor 400W Figure 4: can downlight and the 10OW mercury vapor can downlight. Figure 4 shows the exterior canopy lights leading from the terminal to the Terminal Apron. Terminal Exterior Canopy Lighting The majority of the exterior lighting is photo -electric cell (PEC) controlled; however, a few spaces are controlled by wall knife switches or circuit breaker only. 3.1.3.3 Parking Lot Lighting The parking lot evaluated included approximately 240,000 square -feet of parking and drive space located west and north of the terminal building. Within this space are twenty-two (22) 40OW mercury vapor fixtures mounted on roughly 20 -foot tall poles, as well as one inoperative flood ight fixture. The total parking lot lighting load is approximately 8,800W. The flag pole lights and business signage lighting is not included in this evaluation. The parking lot lighting is all PEC controlled. 3.2 City Owned Corporate Hangar The city owned corporate hangar, shown in Figure 5, evaluated is approximately 125' x 80' (approximately 10,000 square -feet) with non -full -height office, restroom, and storage closet spaces. Since these spaces are individually enclosed and do not receive benefit of the overall hangar area lighting, they are considered separately and therefore the total square footage exceeds that of the hangar's exterior walls. Within the hangar space are twenty-three (23) 2x4 lay -in fluorescent fixtures using 4-32W T8 lamps and one 60W compact fluorescent (CFL) light. Outside of the hangar are five fixtures: three assumed 40OW high-pressure sodium flood fixtures for the aircraft door and two assumed 250W high-pressure sodium wall packs for the rear pedestrian door. The total hangar lighting -oad is approximately 4,624W interior and exterior lights are knife switch controlled. Figure 5: Corporate Hangar Interior Lighting Garver Project No. 17041212 Page 9 All rA GARVER Alift CITY OF FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field 3.3 Airfield Electrical Equipment The existing airfield electrical equipment room contains three active constant current regulators (CCR), one spare CCR, a Generac generator and Generac automatic transfer switch (ATS), and ancillary equipment for airfield lighting control and general space needs (lighting, receptacles, panels, etc.). 4.0 Utility Data Review Existing electric utility data from July 2005 through September 2017 was provided by the City for review. Along with the electric utility data provided, the City also provided a list of recent terminal improvement projects as well as a Monthly Energy Benchmark Report for July 2015 and Light Level Analysis and Recommendations report, both conducted by Viridian. The projects will be discussed further in the Equipment Evaluation section. However, it should be noted that the two reports from Viridian will not be taken into account during the evaluation. This is due to the fact that the results of the benchmark report are indicated by Viridian to be "extremely inaccurate", and the lighting analysis and recommendations report discusses existing and proposed illumination levels, but not what levels are recommended by the Illuminating Engineering Society (IES) to be kept. From reviewing the electric utility data, the following information can be deduced for the past five years (2012-2017): Terminal Building • Average Annual Electric Energy Usage: 750,277 kW -hr • Average hourly electricity load: 85,648W Corporate Hangar • Average Annual Electric Energy Usage: 5,056 kW -hr • Average hourly electricity load: 577W When reviewing the past five (5) years of electricity energy usage for both the terminal and the hangar, no trends in energy consumption are discernable nor is there an apparent correlation between total energy variations and lighting loads and/or delamping. Looking at gas consumption as illustrated in Figure 6, it appears that the deteriorating condition of the boilers is contributing to increased natural gas usage and cost. In year 2009, the total yearly usage of natural gas for the building was 24,222 ccf. By 2015, the total yearly usage had risen to 41,692 ccf, an increase of 72%. Looking at the airport fire station, which should experience the same general weather patterns, we see it had a much more 45000 40000 0 35000 a> 30000 rn ups 25000 (vs 20000 M 0 15000 10000 m 2009 2010 2011 2012 2013 2014 2015 2016 Z Year Figure 6: Terminal Building Gas Usage 2009-2016 Garver Project No. 17041212 Page 10 U_ GARVER! CITY OF FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field The air handling system are serviceable, but inspection of the visible components shows aging and the presence of dust and dirt in the ductwork system, as well as numerous undocumented alterations that are most likely impacting system efficiency and performance. The chiller is of an unknown age, but based on the exterior condition and appearance of the unit, probably dates at least to the 1998 conversion of the building to primarily civilian usage, and maintenance personnel indicated the unit functions poorly and has multiple failed condenser fans, which reduces unit efficiency and capacity. Due to the multiple modifications and reconfigurations of the building layout over the years, the efficiency and ability of the HVAC to provide comfort for the occupants has been negatively impacted. Occupants of the office areas added to the lobby area complain of poor comfort, as do occupants of the former restaurant area that was enclosed to make additional office space. The pilot lounge was added onto the existing air handling system with minor modifications and no increase in capacity, resulting in poor temperature control. The ventilation effectiveness of the existing systems is unknown due to modifications, but is very likely inadequate in relation to current ventilation requirements due to system age and configuration. Due to age of the boilers, chiller, and pumps, these components are currently operating much less efficiently than new components would be. For instance, the current boilers are estimated to be currently operating at 80% of peak efficiency, where a modern condensing boiler could produce peak efficiency in the 95% range. The exact chiller efficiency is unknown, but based on a 20 year age a new chiller would be at least 10% more efficient that the current unit if it was operating at peak efficiency, and likely even more due to the poor condition of the existing unit. 5.1.2 Windows The existing windows appear to be in good condition overall. The frames and glass of the existing windows did not exhibit significant physical wear and tear, and no broken glass or damage was noted. It was noted on some of the larger storefront windows on the east side of the terminal that there was some slight fogging in some of the windows closer to ground level. There was no noted physical damage to these windows, so it may be that the seals on these windows have failed and allow outside air into the air space between the panes. It would be beneficial to do an inspection on all windows for seal failures and repair as necessary. Further, the airport has had consistent trouble with leaking from the Figure 8: Fogging at East Lobby Windows skylight that is believed to be caused by failed sealing of the windows. This seal failure found throughout the terminal has resulted in the loss of R -value It was also noted that even though the bulk of the windows face either due east or west into the morning or evening sun, the tinting was fairly light. It is unclear if this is due to aging or if this was the original tint, but additional tinting would decrease the solar load on the building interior and increase energy efficiency. Garver Project No. 17041212 GARVER CITY o F FYV Energy Assessment FAYETTEVILLE ARKANSAS City of Fayetteville and Fayetteville — Drake Field The air handling system are serviceable, but inspection of the visible components shows aging and the presence of dust and dirt in the ductwork system, as well as numerous undocumented alterations that are most likely impacting system efficiency and performance. The chiller is of an unknown age, but based on the exterior condition and appearance of the unit, probably dates at least to the 1998 conversion of the building to primarily civilian usage, and maintenance personnel indicated the unit functions poorly and has multiple failed condenser fans, which reduces unit efficiency and capacity. Due to the multiple modifications and reconfigurations of the building layout over the years, the efficiency and ability of the HVAC to provide comfort for the occupants has been negatively impacted. Occupants of the office areas added to the lobby area complain of poor comfort, as do occupants of the former restaurant area that was enclosed to make additional office space. The pilot lounge was added onto the existing air handling system with minor modifications and no increase in capacity, resulting in poor temperature control. The ventilation effectiveness of the existing systems is unknown due to modifications, but is very likely inadequate in relation to current ventilation requirements due to system age and configuration. Due to age of the boilers, chiller, and pumps, these components are currently operating much less efficiently than new components would be. For instance, the current boilers are estimated to be currently operating at 80% of peak efficiency, where a modern condensing boiler could produce peak efficiency in the 95% range. The exact chiller efficiency is unknown, but based on a'20 year age a new chiller would be at least 10% more efficient that the current unit if it was operating at peak efficiency, and likely even more due to the. poor condition of the existing unit. 5.1.2 Windows The existing windows appear to be in good condition overall. The frames and glass of the existing windows did not exhibit significant physical wear and tear, and no broken glass or damage was noted. It was noted on some of the larger storefront windows on the east side of the terminal that there was some slight fogging in some of the windows closer to ground level. There was no noted physical damage to these windows, so it may be that the seals on these windows have failed and allow outside air into the air space between the panes. It would be beneficial to do an inspection on all windows for seal failures and repair as necessary. Further, the airport has had consistent trouble with leaking from the skylight that is believed to be caused by failed sealing of the windows. the terminal has resulted in the loss of R -value Figure 8: Fogging at East Lobby Windows This seal failure found throughout It was also noted that even though the bulk of the windows face either due east or west into the morning or evening sun, the tinting was fairly light. It is unclear if this is due to aging or if this was the original tint, but additional tinting would decrease the solar load on the building interior and increase energy efficiency. Garver Project No. 17041212 Me- GARVER CITY OF FAYETTEVIL.L.E ARKANSAS 5.1.3 Lighting FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field ASHRAE 90.1-2007 requires certain maximum power levels for specific areas not be exceed for lighting. These are commonly calculated as power (W) per area (square feet, sq -ft) or length (feet), are based on the specific use of the area or building type, and are known as lighting power densities (LPDs). The general compliance of the building will be discussed in the sub -sections below. It should be noted that two paths for compliancy exist: calculating the LPD by the "building area method" or the "space -by -space" method. The space -by -space method is what is used in this report with general mention of the building area method to qualify conclusions. In addition to power densities, ASHRAE 90.1-2007 also has mandatory provisions for lighting control methodologies. The specific LPDs and control requirements for each space will not be discussed; but rather useful general conclusions and trends will be evaluated. 5.1.3.1 Interior Lighting As previously mentioned, it was identified that the lighting power utilized for the terminal building and adjoining spaces is approximately 42,162W through seventy-one (71) individual areas totaling 25,281 sq -ft. When evaluating each of the seventy-one (71) spaces for the existing LPD versus the ASHRAE maximum LPD, fifty-seven (57) (80.3%) of the spaces have a lighting load that exceeds that of ASHRAE 90.1-2007 mandatory provisions. Only fourteen (14) (19.7%) of spaces comply with the ASHRAE standard for lighting power density. For comparison, if each space's individual LPD is evaluated with respect to the space's area, the total building interior lighting load would be capped at 28,718W. The existing load exceeds that by 13,444W. Trade-offs between spaces is permitted as long as the total is not exceeded. In comparison, if the building area method was used rather than the space -by -space method, the maximum LPD would be 1 W/ft2. For the 25,281 sq -ft space evaluate, the lighting load would be capped at 25,281W — even a greater deficit (16,881W) than when using the space -by -space method. It should be noted; however, that the 2014 lighting terminal delamping job does reduce these deficits somewhat, but the overall building is still significantly behind meeting ASHRAE 90.1-2007 lighting power density requirements. In addition, ASHRAE 90.1-2007 requires lighting control to automatically shut off lighting for all spaces within a building (with some exceptions) where the total building area exceeds 5,000 sq -ft. The terminal qualifies for this mandatory provision. This control can be accomplished through either a master lighting control system, individual space occupancy sensors, or relay control from another system such as an alarm system. As previously mentioned, some individual spaces within the terminal include occupancy sensor control, but for the large majority most spaces have no automatic control at all. Garver Project No. 17041212 Page 13 CITY OF FAYETTEVILL.E ARKANSAS 5.1.3.2 Exterior Lighting FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field As previously mentioned, it was identified that the lighting power utilized for the terminal building exterior and fagade spaces is approximately 22,325W through eighteen (18) individual spaces. When evaluating exterior spaces, ASHRAE allows the LPDs to be calculated based on facade length, door width, or canopy area depending on the space type. The exterior lighting of the terminal has areas that fit each type. Therefore, when evaluating the calculated existing LPD for the terminal exterior light versus the ASHRAE maximum LPD for the same space, seventeen (17) (94.4%) of the spaces have a lighting load that exceeds that of ASHRAE 90.1 -2007 -mandatory provisions. Only one (1) (5.6%) space complies with the ASHRAE standard for lighting power density. For comparison, if each space's individual LPD is evaluated with respect to the exterior allowable total LPD, the total building exterior lighting load would be capped at 7,358W. The existing load exceeds that by 14,967W. It should be noted that in 2015 the airport completed a project that replaced eighteen (18) 400W metal halide fixtures illuminating the apron area with 140W LED fixtures for a cost of around $11,500. For this report's evaluation of equipment the apron lighting is not considered, but this project is mentioned to communicate the reason for omitting this lighting from the evaluation. 5.1.3.3 Parking Lot Lighting As outlined in previous sections, it was identified that the lighting power utilized for parking lot is approximately 8,800W over 240,000 sq -ft. This results in a parking lot LPD of 0.04 W/ft2, under the ASHRAE cap of 0.15 W/ft2. It should be noted that only twelve (12) of the twenty-two (22) fixtures were operative, and the fixture coverage is only about half of the parking lot. 5.2 City Owned Corporate Hangar As previously discussed, it was identified that the lighting power utilized for the corporate hangar is approximately 4,624W. Of that total, 2,624W is related to interior spaces and 2,OOOW related to exterior spaces. When evaluating each interior space using the space -by -space method for the existing LPD versus the ASHRAE maximum LPD, two (2) spaces have a lighting load that exceeds that of ASHRAE 90.1-2007 mandatory provisions and two (2) spaces comply with the mandatory provisions for LPD. However, if we utilized the building method for the transportation category we are allowed to have an LPD of 1 W/ft2. The existing building LPD is 0.25 W/ft2 — compliant with ASHRAE 90.1-2007 mandatory provisions for LPD. With respect to lighting control; however, the corporate hangar still lacks in meeting automatic shutoff mandatory provisions as no occupancy sensors or lighting control system are installed in any space. 5.3 Airfield Electrical Equipment No significant evaluation was performed on the airfield electrical equipment; however, recommendations are made in the Proposed Improvements section. Garver Project No. 17041212 Page 14 I:i GARVER CITY OF JWM FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field 6.0 Proposed Improvements 6.1 No-Cost/Low-Cost Improvements 6.1.1 Terminal Building HVAC In general, due to age and condition, the HVAC system is likely to not be responsive to low cost improvements. However, replacing the missing control system components such as the operator interface and the web interface would allow better control of the building at a relatively low cost, approximately $10,000. This would help maximize what potential the system has remaining, but is only recommended if the funds for a complete HVAC replacement cannot be allocated. 6.1.2 Terminal Building Windows A few windows in the terminal lobby do exhibit some signs of leakage, which is causing fogging of the glass. It is recommended that on these windows, the outside glass be removed and replaced along with the window seals to prevent fogging. There is a potential for energy savings with the windows by additional tinting being applied to the terminal windows to reduce the solar load on the space and increase energy efficiency, especially on the west side of the building which gets large amounts of heat load in the summertime due to solar radiation. Energy savings on west facing rooms could reach 3-5% and reduce glare for occupant comfort. The estimated cost to complete window tinting on the west side of the terminal building along with partial window replacement in the lobby is $10,000. 6.1.3 Terminal Building Lighting Through sixty-five (65) interior spaces where lighting measurements were able to be collected, forty-three (43) (66.2%) of these exceed IES light level recommendations by more than 10%. One potential no- cost/low-cost improvement would be to determine if these spaces could be delamped further to reduce energy usage without falling below the IES recommended light level. It is not anticipated that delamping harms the fixtures as long as the ballast is rated to handle the delamping or the ballast is replaced. In contrast, however, fourteen (14) (21.5%) of the interior measured spaces fall short of IES light level recommendations. Another low-cost solution would be to make sure existing delamped fixtures are matched with ballasts rated for the lamps used. This would ensure greater efficiencies. The delamping is assumed to be completed by airport staff and is assumed to have a cost incidental to standard maintenance and therefore negligible. 6.1 A City Owned Corporate Hangar Lighting Similar to the terminal building, half of the spaces in the corporate hangar exceed IES light level recommendations by more than 10%. These specific spaces are the restroom and closet. It could be advantageous to further look at lower wattage lamps or delamping to reduce energy usage without failing below the IES recommended light levels. Garver Project No. 17041212 Page 15 GARVER Aft CITY OF FAYETTEVIILLE ARKANSAS 6.1.5 Airfield Electrical Equipment FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field Currently the lights are only controlled by the air traffic control tower and PEC. When the tower is unmanned, the lights operate continuously. Adding new control equipment and a pilot controlled radio receiver will allow pilots to operate the airfield lights as they are needed. It is reasonable to assume that pilot controlled airfield lighting would reduce the energy usage of the airfield by half. This project would require an upfront cost of approximately $50,000. 6.1.6 No-Cost/Low-Cost Improvement Summary Table 1 below is a summary of the no-cost/low-cost improvements previously discussed. As local funds become available, the airport will work toward completion of these project. The pilot controlled lighting improvement will be included with the airfield electrical improvement project discussed in Section 6.2.5. Table 1: SummarX of Low/No Cost Imi2rovements Improvement Estimated Capital Cost HVAC Control Upgrade $10,000 Easier and more convenient system controls Terminal Building Window Upgrade $10,000 Energy savings, improve occupant comfort Terminal Building Delamping Negligible Energy savings City Owned Corporate Hangar Delamping Negligible Energy savings Pilot Controlled Lighting $50,000 Approximately 50% reduction in Airfield energy consumption 6.2 Substantial Improvements 6.2.1 Terminal Building HVAC The terminal building HVAC system is in need of a complete replacement in the very near future, both for comfort and for energy efficiency. The equipment is old and difficult to maintain, and the system layouts are not suitable for the building layout and occupancy. The following are assumptions considered for the two alternatives discussed below. Each alternative assumes complete replacement of the existing HVAC system. It should be noted that utility incentives were not included in the ROI evaluation of the two HVAC units. The City of Fayetteville has extensive experience with the local utility incentive programs. In general, documentation will be submitted to the utility with an energy consumption summary of the existing equipment and the equipment that will be installed. Based upon the information provided, the utility company will determine the rebate that will be provided to the City. Once a final design of the system is completed, the airport will submit the appropriate documentation to the utility to determine what incentive could be received for the system upgrade. Any rebate received as part of the incentive program will be applied to the City's share of the project. Common Assumptions: • Approximate Maintenance and Repair Saving: $29,400 o Airport Labor @ $20/hr and 60 hr/month: $14,400 o Materials & Service Cost lump sum / year: $15,000 Garver Project No. 170141212 Page 16 GARVER CITY OF FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field It is estimated that a complete HVAC replacement for this facility would cost approximately $750,000 for a standard chilled water / hot water HVAC system. Based on utility bill analysis it appears this replacement would save at least 50% on the current gas usage of the building and approximately 10-15% on the electrical usage. This equates to about $2,000 per month energy savings based on the supplied utility information (approximately $1,500 per month on gas and $500 on electrical). This yields a simple payback of approximately 14 years. It should be noted however that delay in replacing the HVAC system will soon lead to a non-functional facility given the condition of the existing equipment. During this investigation it is noted that the facility operators have interest in the potential of utilizing a ground source heat pump (geothermal) system in lieu of the existing chilled water / hot water HVAC system. Ground source heat pumps tend to provide increased heating and cooling efficiencies and reduced maintenance over traditional HVAC systems, but at an increased first cost for wellfield installation. It is estimated that a new geothermal based system for this facility would add approximately 20% to the cost of a standard system, increase installed cost to $1,000,000. This system would. cut gas usage by 80% and electrical usage by 15-20% over the existing system, for a monthly savings of $2,800. This yields a simple payback of approximately 16 years. While operating costs and ROI provide a comparative insight into the annual costs savings for each unit, they do not provide detail regarding the life of the systems. Assuming good maintenance practices are implemented, it is expected that the traditional HVAC system would have a life expectancy of 30 years. After 30 years, significant equipment replacement, including boiler and or chiller, would be required. Appendix B contains a life cycle cost analysis for both the boiler -chiller HVAC system and the geothermal system. Similar to the traditional HVAC system, the mechanical equipment for the geothermal system would need to be replaced after 30 years. However, because much less equipment is required, the cost is significantly less. While the wellfield for the geothermal system has an expected life of 50+ years, it would be advisable to perform an evaluation and address any concerns when the mechanical equipment is upgraded at year 30. 6.2.2 Terminal Window Replacement While minor repairs to the terminal windows would provide benefit to the efficiency of the terminal building, the performance of the original windows will continue to decline. As such, replacement of all storefronts, sky light, and windows with tow E, tinted, high efficiency glazing and thermal break frames could result in a 20-30% decrease in solar load of the facility which would translate to approximately 5-10% reduction in energy savings for the terminal building. It is estimated that the cost for replacement would be approximately $150,000. Because the energy savings resulting from window replacement is difficult to quantify, ROI calculations would likely be misleading and were not included in this report. 6.2.3 Terminal Building Lighting For both the interior and exterior of the terminal building, a facility -wide LED upgrade would be a substantial improvement. A total of 549 fixtures were identified. Without taking into account of the addition of any fixtures to compensate for lower than recommended IES light levels or areas of the parking lot not covered, it would be anticipated that an LED upgrade project would significantly lower energy usage and lighting power densities. A reasonable reduction in power usage would be approximately 70%, but may vary depending on the fixture type. A quick return on investment (ROI) can be approximated as follow: Garver Project No. 17041212 Page GARNER'. CITY OF FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field Assumptions: • Approximate average LED fixture upgrade / replacement cost: $500/ea o 549 fixtures to be replaced o 1:1 replacement: $274,500 • Approximate total power reduction: 70% o Initial terminal lighting power load: 73,287W o Proposed terminal lighting power load: 21,986W o Assume $0.08 per kw -hr energy rate: $12,000 approximate annual savings • Hours based on half of average operating times of FBO • Assuming average of 2 total lamp replacements of each fixture per year and maintenance labor: o Material @ $10/fixture for 549 fixtures: $10,980 o Labor @ $20/hr for 1/2 hr per fixture: $10,980 Based upon the assumptions listed above, the reduced energy consumption and reduced maintenance for the terminal building would produce approximately $34,000 in annual savings and would result in an ROI of approximately 8 years. A faster ROI may be achieved by taking advantage of energy reduction rebate program incentives through the airport's electric utility. Although these programs may provide additional rebate opportunities that will reduce the ROI, their magnitude is not able to be estimated until the projects are taken into the design phase. The size of the rebate depends on the type of fixture being replaced, its wattage and source, as well as the type, wattage, and source of the replacement fixture — even to the point of needing to know the manufacturer and model of the replacement fixture. It is our recommendation to pursue these rebate programs during design, and we anticipate the ROI being improved as a result. In addition to the cost savings outlined above, many areas vary greatly from their IES illuminance recommendations. There variances can result in either wasted energy, potential inefficiency in work of the employees in these areas due to not having adequate light, reduced security around the building perimeter, or safety in the parking lot. By going to LED fixtures or changes in fixture layouts, light levels may be increased to recommended levels while still overall reducing power consumption. Garver Project No. 17041212 Page 18 GARNER Aft CITY OF FAYETTEVILLE ARKANSAS FW Energy Assessment City of Fayetteville and Fayetteville — Drake Field 6.2.4 City Owned Corporate Hangar Lighting Similar to the terminal building, an LED upgrade would be the major substantial improvement to consider. Using the same assumptions as above the following ROI can be calculated: Assumptions: • Approximate average LED fixture upgrade / replacement cost: $500/ea o 28 fixtures to be replaced 0 1:1 replacement: $14,000 • Approximate total power reduction: 70% o Initial hangar lighting power load: 4,624W o Proposed hangar lighting power load: 1,387W o Assume $0.08 per kw -hr energy rate: $540 approximate annual savings • Based on 8 hours per day on working days • Assuming average of 2 total lamp replacements of each fixture per year and maintenance labor: o Material @ $10/fixture for 28 fixtures: $280 o Labor @ $20/hr for 1/2 hr per fixture: $280 Based upon the assumptions listed above, the reduced energy consumption and reduced maintenance would produce approximately $1,100 in annual savings for the airport and would result in an ROI of approximately 8 years. Similar to the terminal recommendations, the hangar would also be available to participate in the utility energy savings rebate incentives program. We would evaluate this during design and determine the anticipated savings at that time. Additional improvements to consider would be adding daylight level sensors for the hangar to improve energy savings. This addition may also help in complying with the ASHRAE 90.1 lighting control requirements. 6.2.5 Airfield Electrical Equipment Significant improvements to the airfield electrical equipment can include the following: • Upgrading the existing generator and ATS to improve efficiency • Upgrading the existing CCRs to improve efficiency • Upgrade the existing runway lighting to LED It should be noted that the airport has identified the electrical upgrades listed above on an upcoming airfield lighting project that has been submitted on the most recent FAA Capital Improvement Plan (CIP) and, if approved by the FAA, would be completed in 2022. As shown in the most recent Capital Improvement Plan the total estimated construction cost of these improvements will be $1,100,000. No confirmation from the FAA has been received as to whether this project will be officially programmed as part of future FAA grant funding. Garver Project No. 17041212 Page 19 GARVER CITY OF FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field 7.0 Recommendation and Improvement Priority As demonstrated in Section 6.0 above, the terminal interior and exterior lighting offer the most economical and financially feasible improvement alternative. However, based upon the current state of the terminal heating and cooling system, the airport is an equipment failure away from being unable to condition the facility. As such, it is recommended that the City pursue the complete replacement of the HVAC system as their highest priority. Both HVAC replacement alternatives will provide the airport significant decreases in energy consumption, and if the City can obtain the additional capital to implement the geothermal system, it would provide a better long term benefit to the airport terminal. Table 2 below contains a priority ranking of the substantial projects that were evaluated as part of this report. For both the terminal building (interior, exterior, and parking lot) and the corporate hangar, it is recommended to perform a complete lighting rehabilitation. The majority of spaces evaluated do not meet ASHRAE 90.1-2007 mandatory provisions for lighting power densities or automatic control. There are significant areas where improvements can be made in energy efficiency and these have a reasonable ROI for an LED upgrade as indicated above. Many spaces throughout the terminal utilize lamps that contain mercury. The reduction or elimination of mercury is accomplished by reducing or removing the use of fluorescent or some high-intensity discharge types of lighting. By reducing or eliminating use of these lamp types, the harmful mercury content the airport disposes of into the waste system and requires to continue purchasing for those types of fixtures is inherently also reduced. Additional utility incentive rebates may be available to assist in shortening this ROL The impact of these rebates would be calculated during a greater lighting rehabilitation effort. In alignment with the City of Fayetteville's sustainable practices reducing the energy usage, complying with ASHRAE, and eliminating the need for mercury based lamps is recommended. Table 2: Substantial Improvement Priority Priority Improvement Estimated Annual Savings Capital Cost ROI Current Need 1 HVAC $24,000-$33,600 Traditional: $750,000 14 years Replacement Geothermal: $1,000,000 16 years 2 Terminal Lighting $33,960 $275,000 8 years Highly beneficial 3 Corporate Hangar Lighting. $1,100 $14,000 8 years Beneficial 4 Vault Upgrades 50% energy reduction for runway lights $1,100,000 - Beneficial 5 Window Upgrades $4,000 $150,000 - Beneficial Garver Project No. 17041212 Page 20 IARNER CITY OF FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field As outlined in the airport's most recent GIP and included in Table 3, the only projects identified above that will receive FAA funds are the HVAC Replacement and the Vault Upgrades. All projects not receiving FAA funds will be funded through local or state funds. Further, it is expected that the funding for the planned FAA projects will require both non -primary entitlement (NPE) and discretionary funds. In general, FAA Order 5100.38D Airport Improvement Program Handbook identifies the priority for discretionary funded projects as being from the runway centerline moving out. This results in only a small portion of terminal improvement projects being funding with discretionary funds. However, the project priority included in Table 2 was developed based upon the current needs of the airport. In an effort to minimize the amount of discretionary funds needed to fund an HVAC replacement project, the Airport's annual NPE funds will not be utilized for other projects on the airport until the project is planned for completion in 2021. Table 3: Potential Proiect Funding Summary $1,000,000 $275,000 Engineering, Testing, Admin,�5001 .: Etc. Est. 25% $937,500 $1,250,000 $343,750 State Share i # r„ (FAA Match Grant) $14,000 1,100,000 $150,000 $17,500 $1,375,000 $187,500 State Share (State Grant) $250,000 $15,750 $150,000 Sponsor$15,000 $15,000 $93,750 $1,750 $15,000 $37,500 Garver Project No. 17041212 Page 21 GARVER CITY OF FW Energy Assessment FAYETTEVILLE ARKANSAS R 9C A �! 5 A S City of Fayetteville and Fayetteville -Drake Field GARVER CITY OF FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville - Drake Field Figure B-1 —Terminal Building Boilers Figu ,e B-2 — Terminal Building Chiller Garver Proiect No. 17041211 Page A-1 GARVER' CITY OF FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville - Drake Field Figure B-3 - Terminal Building East Facing Lobby Windows CITY OF ._ FAYETTEVILLE IW ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field Figure B-5 — Terminal Building Interior Lighting Figure B-6 — Terminal Building Exterior Lighting Garver Project No. 17041211 Page A-3 GARVER CITY OF .� FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville — Drake Field Figure B-7 — Airfield Electrical Vault and Generator Figure B-8 — City Owned Corporate Hangar Interior Lighting Garver Project No. 17041211 Page A-4 IG"q�— ARVER CITY OF FAYETTEVILLE ARKANSAS FYN Energy Assessment City of Fayetteville and Fayetteville — Drake Field 0 tiiill 1111 1111� M111LI U U � 111 iii I HVAC Life Cycle Cast Analysis Garver Project No. 17041212 GARVER CITY OF FAYETTEVILLE ARKANSAS U FYV Energy Assessment City of Fayetteville and Fayetteville - Drake Field LIFE CYCLE COST ANALYSIS FYV ENERGY ASSESSMENT ALTERNATIVE A - TRADITIONAL HVAC SYSTEM (BOILER -CHILLER) HVAC System Cost $750,000.00 Life Cycle (Years): 40 Year Description Cost Present Worth Present Worth $ Factor (4%) Cost 0 Initial Construction $750,000.00 1.0000 $750,000.00 2 0.9246 $0.00 4 0.8548 $0.00 6 0.7903 $0.00 8 0.7307 $0.00 10 M&R $15,000.00 0.6756 $10,133.46 12 0.6246 $0.00 14 0.5775 $0.00 16 0.5339 $0.00 18 0.4936 $0.00 20 M&R $25,000.00 0.4564 $11,409.67 22 0.4220 $0.00 24 0.3901 $0.00 26 0.3607 $0.00 28 0.3335 $0.00 30 Major M&R (Equipment Replacement) $200,000.00 0.3083 $61,663.73 32 0.2851 $0.00 34 0.2636 $0.00 36 0.2437 $0.00 38 0.2253 $0.00 40 M&R $25,000.00 0.2083 $5,207.23 $838,414.10 Salvage Value 1.0000 $0.00 $838,414.10 TOTAL PRESENT WORTH DOLLARS: $839,000.00 Garver Project No. 17041211 Page B-1 GARVER CITY OF FAYETTEVILLE ARKANSAS FYV Energy Assessment City of Fayetteville and Fayetteville - Drake Field LIFE CYCLE COST ANALYSIS FYV ENERGY ASSESSMENT ALTERNATIVE B - GEOTHERMAL HVAC SYSTEM HVAC System Cost $1,000,000.00 Life Cycle (Years): 40 Year Description Cost Present Worth Present Worth $ Factor (4%) Cost 0 Initial Construction $1,000,000.00 1.0000 $1,000,000.00 2 0.9246 $0.00 4 0.8548 $0.00 6 0.7903 $0.00 8 0.7307 $0.00 10 M&R $15,000.00 0.6756 $10,133.46 12 0.6246 $0.00 14 0.5775 $0.00 16 0.5339 $0.00 18 0.4936 $0.00 20 M&R $15,000.00 0.4564 $6,845.80 22 0.4220 $0.00 24 0.3901 $0.00 26 0.3607 $0.00 28 0.3335 $0.00 30 Major M&R (Pump Replacement) $50,000.00 0.3083 $15,415.93 32 0.2851 $0.00 34 0.2636 $0.00 36 0.2437 $0.00 38 0.2253 $0.00 40 M&R $15,000.00 0.2083 $3,124.34 $1,035,519.54 Salvage Value 1.0000 $150,000.00 $885,519.54 TOTAL PRESENT WORTH DOLLARS: $886,000.00 Garver Project No. 17041211 Page B-2 IGARVER �J_ ORIGINAL U.S. Department of Transportation Federal Aviation Administration GRANT AGREEMENT PART I —OFFER Date of Offer §41:p_ 0 7 2i�117 Airport/Olanning Area AIP Grant Number DUNS Number TO: City of Fayetteville (herein called the "Sponsor") Drake Field 3-05-0020-045-2017 134398903 3-05-0020-045-2017 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 May 30, 2017, for a grant of Federal funds for a project at or associated with the Drake Field Airport, which is included as part of this Grant Agreement; and WHEREAS, the FAA has approved a project for the Drake Field Airport (herein called the "Project") consisting of the following: Conduct Airport Energy Efficiency Assessment which is more fully described in the Project Application. NOW THEREFORE, According to the applicable provisions of the former Federal Aviation Act of 1958, as amended and recodified, 49 U.S.C. § 40101, et seq., and the former Airport and Airway Improvement Act of 1982 (AAIA), as amended and recodified, 49 U.S.C. § 47101, et seq., (herein the AAIA grant statute is referred to as "the Act"), the representations contained in the Project Application, and in consideration of (a) the Sponsor's adoption and ratification of the Grant Assurances dated March 2014,and the Sponsor's acceptance of this Offer; and, (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the Grant Assurances and conditions as herein provided. THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay ninety (90) percent of the allowable costs incurred accomplishing the Project as the United States share of the Project. This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: CONDITIONS I. Maximum Obligation. The maximum obligation of the United States payable under this Offer is $25,740. The following amounts represent a breakdown of the maximum obligation for the purpose of establishing allowable amounts for any future grant amendment, which may increase the foregoing maximum 3-05-0020-045-2017 obligation of the United States under the provisions of 49 U.S.C. § 47108(b): $25,740 for planning $0 airport development or noise program implementation; and, $0 for land acquisition. The source of this Grant may include funding from the Small Airport Fund. 2. Period of Performance. The period of performance begins on the date the Sponsor formally accepts this agreement. Unless explicitly stated otherwise in an amendment from the FAA, the end date of the period of performance is 4 years (1,460 calendar days) from the date of formal grant acceptance by the Sponsor. The Sponsor may only charge allowable costs for obligations incurred prior to the end date of the period of performance (2 CFR §200.309). Unless the FAA authorizes a written extension, the sponsor must submit all project closeout documentation and liquidate (pay off) all obligations incurred under this award no later than 90 calendar days after the end date of the period of performance (2 CFR §200.343). The period of performance end date does not relieve or reduce Sponsor obligations and assurances that extend beyond the closeout of a grant agreement. 3. Ineligible or Unallowable Costs. The Sponsor must not include any costs in the project that the FAA has determined to be ineligible or unallowable. 4. Indirect Costs • Sponsor. Sponsor may charge indirect costs under this award by applying the indirect cost rate identified in the project application as accepted by the FAA, to allowable costs for Sponsor direct salaries and wages. S. Determining the Final Federal Share of Costs. The United States' share of allowable project costs will be made in accordance with the regulations, policies, and procedures of the Secretary. 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. 6. Completing the Proiect Without Delay and in Conformance with Requirements. The Sponsor must carry out and complete the project without undue delays and in accordance with this agreement, and the regulations, policies, and procedures of the Secretary. The Sponsor also agrees to comply with the assurances which are part of this agreement. 7. Amendments or Withdrawals before Grant Acceptance. The FAA reserves the right to amend or withdraw this offer at any time prior to its acceptance by the Sponsor. S. Offer Expiration Date. This offer will expire and the United States will not be obligated to pay any part of the costs of the project unless this offer has been accepted by the Sponsor on or before September 15, 2017, or such subsequent date as may be prescribed in writing by the FAA. 9. Improper Use of Federal Funds. The Sponsor must 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 for 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. The Sponsor must obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. The Sponsor must return the recovered Federal share, including funds recovered by settlement, order, or judgment, to the Secretary. The Sponsor must 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 require advance approval by the Secretary. 2 3-05-0020-045-2017 10. United States Not Liable for Damage or Inlury. The United States is not responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 11. System for Award Management (SAM) Reglstration And Universal Identifier. A. Requirement for System for Award Management (SAM): Unless the Sponsor is exempted from this requirement under 2 CFR 25.110, the Sponsor must maintain the currency of its information in the SAM until the Sponsor submits the final financial report required under this grant, or receives the final payment, whichever is later. This requires that the Sponsor review and update the information at least annually after the initial registration and more frequently if required by changes in information or another award term. Additional information about registration procedures may be found at the SAM website (currently at http://www.sam.gov). I B. 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 866-705-5771) or on the web (currently at http://fedgov.dnb.com/webform). 12. Electronic Grant Payment(s). Unless otherwise directed by the FAA, the Sponsor must make each payment request under this agreement electronically via the Delphi einvoicing System for Department of Transportation (DOT) Financial Assistance Awardees. 13. Informal LetterAmendment of AIP Proiects. 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 or five percent (5%), whichever is greater, the FAA can issue a letter amendment to the Sponsor unilaterally reducing the maximum obligation. The FAA can also issue a letter to the Sponsor increasing the maximum obligation if there is an overrun in" the total actual eligible and allowable project costs to cover the amount of the overrun provided it will not exceed the statutory limitations for grant amendments. The FAA's authority to increase the maximum obligation does not apply to the "planning" component of condition No. 1. The FAA can also issue an informal letter amendment that modifies the grant description to correct administrative errors or to delete work items if the FAA finds it advantageous and in the best interests of the United States. An informal letter amendment has the same force and effect as a formal grant amendment. 14. Air and Water Quality. The Sponsor is required to comply with all applicable air and water quality standards for all projects in this grant. If the Sponsor fails to comply with this requirement, the FAA may suspend, cancel, or terminate this agreement. 15. Financial Reporting and Payment Requirements. The Sponsor will comply with all federal financial reporting requirements and payment requirements, including submittal of timely and accurate reports. 16. Buy American. Unless otherwise approved in advance 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 which funds are provided under this grant. The Sponsor will include a provision implementing Buy American in every contract. 17. Maximum Obligation Increase For Nonorimary Airports.In accordance with 49 U.S.C. § 47108(b), as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer: A. May not be increased for a planning project; B. May be increased by not more than 15 percent for development projects; 3-05-0020-045-2017 C. Maybe 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. 18. Audits for Public Sponsors. The Sponsor must provide for a Single Audit or program specific audit in accordance with 2 CFR part 200. The Sponsor must submit the audit reporting package to the Federal Audit Clearinghouse on the Federal Audit Clearinghouse's Internet Data Entry System at http://harvester.census.gov/fatweb/. Provide one copy of the completed audit to the FAA if requested. 19. Suspension or Debarment. When entering into a "covered transaction" as defined by 2 CFR §180.200, the Sponsor must: A. Verify the non-federal entity is eligible to participate in this Federal program by: 1. Checking the excluded parties list system (EPLS) as maintained within the System for Award Management (SAM) to determine if the non-federal entity is excluded or disqualified; or 2. Collecting a certification statement from the non-federal entity attesting they are not excluded or disqualified from participating; or 3. Adding a clause or condition to covered transactions attesting individual or firm are not excluded or disqualified from participating. B. Require prime contractors to comply with 2 CFR §180.330 when entering into lower -tier transactions (e.g. Sub -contracts). C. Immediately disclose to the FAA whenever the Sponsor (1) learns they have entered into a covered transaction with an ineligible entity or (2) suspends or debars a contractor, person, or entity. 20. Ban on Textina While Drivina. A. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902. 10, Text Messaging While Driving, December 30, 2009, the Sponsor is encouraged to: 1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving when performing any work for, or on behalf of, the Federal government, including work relating to a grant or subgrant. 2. Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as: a. Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and b. Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. B. The Sponsor must insert the substance of this clause on banning texting while driving in all subgrants, contracts and subcontracts. 21. AIP Funded Work Included in a PFG APDlication. Within 90 days of acceptance of this award, Sponsor must submit to the Federal Aviation Administration an amendment to any approved Passenger Facility Charge (PFC) application that contains an approved PFC project also covered under this grant award. The airport sponsor may not make any expenditure under this award until project work addressed under this award is removed from an approved PFC application by amendment. 4 3-05-0020-045-2017 22. Exhibit "A" Property Masi. The Exhibit "A" Property Map dated 07/01/2011, is incorporated herein by reference or is submitted with the project application and made part of this grant agreement. 23. Employee Protection from Reprisal. A. Prohibition of Reprisals - 1. In accordance with 41 U.S.C. § 4712, an employee of a grantee or subgrantee may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing to a person or body described in sub -paragraph (A)(2), information that the employee reasonably believes is evidence of: L Gross mismanagement of a Federal grant; ii. Gross waste of Federal funds; iii. An abuse of authority relating to implementation or use of Federal funds; iv. A substantial and specific danger to public health or safety; or v. - A violation of law, rule, or regulation related to a Federal grant. 2. Persons and bodies covered: The persons and bodies to which a disclosure by an employee is covered are as follows: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Federal office or employee responsible for oversight of a grant program; V. A court or grand jury; vi. A management office of the grantee or subgrantee; or vii. A Federal or State regulatory enforcement agency. 3. Submission of Complaint — A person who believes that they have been subjected to a reprisal prohibited by paragraph A of this grant term may submit a complaint regarding the reprisal to the Office of Inspector General (OIG) for the U.S. Department of Transportation. 4. Time Limitation for Submittal of a Complaint - A complaint may not be brought under this subsection more than three years after the date on which the alleged reprisal took place. 5. Required Actions of the Inspector General — Actions, limitations and exceptions of the Inspector General's office are established under 41 U.S.C. § 4712(b) 5. Assumption of Rights to Civil Remedy - Upon receipt of an explanation of a decision not to conduct or continue an investigation by the Office of Inspector General, the person submitting a complaint assumes the right to a civil remedy under4l U.S.C. § 4712(c). 24. Small Airport Fund. The source of this grant may include funding from the Small Airport Fund. 61 3-05-0020-045-2017 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 AVI ION ADMINISTRATION —41 Glenn A. Boles Manager, Arkansas/ Oklahoma Airports District Office 6 3-05-0020-045-2017 PART II - ACCEPTANCE The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer, and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. I declare under penalty of perjury that the foregoing is true and correct.' Executed this 14—day of&f�=�Xm By (Typed Nome OfSponsor's Authorized Official) Title: -W04 (Title o Sponsor's Authorized Official CERTIFICATE OF SPONSOR'S ATTORNEY acting as Attorney for the Sponsor do hereby certify: T— That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of " Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at t{ (location) this ' Sf day ofS-s--•- ZD1 `7 r r ra l By: ti .. ——;SigeaWr ponsor`s Attorney) 'Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C. Section 1001 (False Statements) and could subject you to fines, imprisonment, or both. _ J t * 1M GARVER 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 195-17 File Number: 2017-0506 ENERGY ASSESSMENT GRANT ACCEPTANCE: A RESOLUTION TO AUTHORIZE THE MAYOR TO SIGN A GRANT OFFER ACCEPTING A 90/10 MATCHING GRANT FROM THE FEDERAL AVIATION ADMINISTRATION IN THE AMOUNT OF $25,740.00 FOR AN AIRPORT ENERGY EFFICIENCY ASSESSMENT, TO AUTHORIZE THE CITY ATTORNEY TO CERTIFY THE GRANT AGREEMENT, AND TO APPROVE 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 authorizes Mayor Jordan to execute a grant offer accepting a 90/10 matching grant from the Federal Aviation Administration in the amount of $25,740.00 for an airport energy efficiency assessment, and further authorizes the City Attorney to certify the grant agreement. 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. PASSED and APPROVED on 9/19/2017 Attest: J"'" & Sondra E. Smith, City Clerk Y 0 :FAYETTEVILLE*- A, W') "1111111it Page 1 Printed on 9120117