Loading...
HomeMy WebLinkAboutContract 43439 (2)FR311 U.S. Department of Transportation Federal Aviation Administration GRANT AGREEMENT PART I —OFFER July 12, 2012 -................_.......__........ .._._........._........ .._.._..... Date of Offer 3-48-0296-046-2012 Grant No _........_. 073170458__........_-- DUNS No Fort Worth Alliance (herein called the `Airport') TO: City of Fort Worth (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 March 7, 2012, for a grant of Federal funds for a project at or associated with the Fort Worth Alliance Airport, which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport (or Planning Area) (herein called the "Project") consisting of the following: Rehab Runways 16L/34R and 16R/34L; Design and 3onstruct Airport Perimeter Fence and Install CCTV; Conduct Wildlife Hazard Assessment all as more particularly described in the Project Application. FAA Form 5100-37 (10-89) 1 Of 7 NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49, United States Code, as amended, herein called "the Act," and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in said Project Application and its acceptance of this Offer as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the assurances and conditions as herein provided, THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States' share of the allowable costs incurred in accomplishing the Project, 90 per centum thereof. This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: CONDITIONS 1. The maximum obligation of the United States payable under this Offer shall be $731,028. For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 47108(b) of the Act, the following amounts are being specified for this purpose: $731,028 for airport development or noise program implementation. 2. The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consideration as to allowability under the Act. 3. Payment of the United States' share of the allowable project costs will be made pursuant to and in accordance with the provisions of such regulations and procedures as the Secretary shall prescribe. Final determination of the United States' share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4. The Sponsor shall carry out and complete the Project without undue delays and in accordance with the terms hereof, and such regulations and procedures as the Secretary shall prescribe, and agrees to comply with the assurances which were made part of the project application. 5. The FAA reserves the right to amend or withdraw this offer at any time prior to its acceptance by the Sponsor. 6. This offer shall expire and the United States shall not be obligated to pay any part of the costs of the project unless this offer has been accepted by the Sponsor on or before July 31, 2012, or such subsequent date as may be prescribed in writing by the FAA. 7. The Sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been expended. For the purposes of this grant agreement, the term "Federal funds" means funds however used or dispersed by the Sponsor that were originally paid pursuant to this or any other Federal grant agreement. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order, or judgment, to the Secretary. It shall furnish to the Secretary, upon request, all documents and records pertaining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the Sponsor, in court or otherwise, involving the recovery of such Federal share shall be approved in advance by the Secretary. 8. The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 9. CENTRAL CONTRACTOR REGISTRATION AND UNIVERSAL IDENTIFIER REQUIREMENTS A. Requirement for Central Contractor Registration (CCR) Unless you are exempted from this requirement under 2 CFR 25.110, you as the recipient must maintain the currency of your information in the CCR until you submit the final financial report required under this award or receive the final payment, whichever is later. This requires that you review and update the information at least annually after the initial registration and more frequently if required by changes in your information or another award term. B. Requirement for Data Universal Numbering System (DUNS) Numbers If you are authorized to make subawards under this award, you: FAA Form 5100-37 (10-89) 2 Of 7 1. Must notify potential subrecipients that no entity (see definition in paragraph C of this award term) may receive a subaward from you unless the entity has provided its DUNS number to you. 2. May not make a subaward to an entity unless the entity has provided its DUNS number to you. C. Definitions For purposes of this award term: 1. Central Contractor Registration (CCR) means the Federal repository into which an entity must provide information required for the conduct of business as a recipient. Additional information about registration procedures may be found at the CCR Internet site (currently at http://www,ccr.gov). 2. Data Universal Numbering System DUNS number means the nine -digit number established and assigned by Dun and Bradstreet, Inc. (D & B) to uniquely identify business entities. A DUNS number may be obtained from D & B by telephone (currently 866- 705-5711) or the Internet (currently at http://fedgov,dnb.com/webform). 3. Entity, as it is used in this award term, means all of the following, as defined at 2 CFR Part 25, Subpart C: a. A Governmental organization, which is a State, local government, or Indian Tribe; b. A foreign public entity; c. A domestic or foreign nonprofit organization; d. A domestic or foreign for -profit organization; and e. A Federal agency, but only as a subrecipient under an award or subaward to a non -Federal entity. 4. Subaward: a. This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. b. The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec. 210 of the attachment to OMB Circular A-133, "Audits of States, Local Governments, and Non -Profit Organizations"). A subaward may be provided through any legal agreement, including an agreement that you consider a contract. 5. Subrecipient means an entity that: a. Receives a subaward from you under this award; and b. Is accountable to you for the use of the Federal funds provided by the subaward. c. A subaward may be provided through any legal agreement, including an agreement that you consider a contract. 10. LETTER OF CREDIT: The Sponsor agrees to request cash drawdowns on the letter of credit only when actually needed for its disbursements and to timely reporting of such disbursements as required. It is understood that failure to adhere to this provision may cause the letter of credit to be revoked. 11. INFORMAL LETTER AMENDMENT OF AIP PROJECTS: It is mutually understood and agreed that if, during the life of the project, the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by $25,000,00 or five percent (5%), whichever is greater, the maximum obligation of the United States can be unilaterally reduced by letter from the FAA advising of the budget change. Conversely, if there is an overrun in the total actual eligible and allowable project costs, FAA may increase the maximum grant obligation of the United States to cover the amount of the overrun not to exceed the statutory percent limitation and will advise the Sponsor by letter of the increase. It is further understood and agreed that if, during the life of the project, the FAA determines that a change in the grant description is advantageous and in the best interests of the United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance of the aforementioned letter, either the grant obligation of the United States is adjusted to the amount specified or the grant description is amended to the description specified. 12. AIR AND WATER QUALITY: Approval of the project included in this agreement is conditioned on the Sponsor's compliance with applicable air and water quality standards in accomplishing project construction. Failure to comply FAA Form 5100-37 (IM9) 3 of 7 with this requirement may result in suspension, cancellation, or termination of Federal assistance under this agreement. 13. PAVEMENT MAINTENANCE MANAGEMENT PROGRAM: For a project to replace or reconstruct pavement at the airport, the Sponsor shall implement an effective airport pavement maintenance management program as is required by Airport Sponsor Assurance Number C-11. The Sponsor shall use such program for the useful life of any pavement constructed, reconstructed, or repaired with federal financial assistance at the airport. As a minimum, the program must conform with the provisions outlined below Pavement Maintenance Management Program An effective pavement maintenance management program is one that details the procedures to be followed to assure that proper pavement maintenance, both preventive and repair, is performed. An airport sponsor may use any form of inspection program it deems appropriate. The program must, as a minimum, include the following: a. Pavement Inventory. The following must be depicted in an appropriate form and level of detail: (1) location of all runways, taxiways, and aprons; (2) dimensions; (3) type of pavement, and; (4) year of construction or most recent major rehabilitation. For compliance with the Airport Improvement Program (AIP) assurances, pavements that have been constructed, reconstructed, or repaired with federal financial assistance shall be so depicted. b. Inspection Schedule. (1) Detailed Inspection. A detailed inspection must be performed at least once a year. If a history of recorded pavement deterioration is available, i.e., Pavement Condition Index (PC[) survey as set forth in Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," the frequency of inspections may be extended to three years. (2) Drive -By Inspection. A drive -by inspection must be performed a minimum of once per month to detect unexpected changes in the pavement condition. c. Record Keeping. Complete information on the findings of all detailed inspections and on the maintenance performed must be recorded and kept on file for a minimum of five years. The types of distress, their locations, and remedial action, scheduled or performed, must be documented. The minimum information to be recorded is listed below: (1) inspection date, (2) location, (3) distress types, and (4) maintenance scheduled or performed. For drive -by inspections, the date of inspection and any maintenance performed must be recorded. d. Information Retrieval. An airport sponsor may use any form of record keeping it deems appropriate, so long as the information and records produced by the pavement survey can be retrieved to provide a report to the FAA as may be required. e. Reference. Refer to Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," for specific guidelines and procedures for maintaining airport pavements and establishing an effective maintenance program. Specific types of distress, their probable causes, inspection guidelines, and recommended methods of repair are presented. FAA Form 5100-37 (10-89) 4 Of 7 14. PROJECTS WHICH CONTAIN PAVING WORK IN EXCESS OF $250,000: The Sponsor agrees to perform the following: a. Furnish a construction management program to FAA prior to the start of construction which shall detail the measures and procedures to be used to comply with the quality control provisions of the construction contract, including, but not limited to, all quality control provisions and tests required by the Federal specifications. The program shall include as a minimum: (1) The name of the person representing the Sponsor who has overall responsibility for contract administration for the project and the authority to take necessary actions to comply with the contract. (2) Names of testing laboratories and consulting engineer firms with quality control responsibilities on the project, together with a description of the services to be provided. (3) Procedures for determining that testing laboratories meet the requirements of the American Society of Testing and Materials standards on laboratory evaluation, referenced in the contract specifications (D 3666, C 1077). (4) Qualifications of engineering supervision and construction inspection personnel. (5) A listing of all tests required by the contract specifications, including the type and frequency of tests to be taken, the method of sampling, the applicable test standard, and the acceptance criteria or tolerances permitted for each type of test. (6) Procedures for ensuring that the tests are taken in accordance with the program, that they are documented daily, and that the proper corrective actions, where necessary, are undertaken. b. Submit at completion of the project, a final test and quality control report documenting the results of all tests performed, highlighting those tests that failed or that did not meet the applicable test standard. The report shall include the pay reductions applied and the reasons for accepting any out -of -tolerance material. An interim test and quality control report shall be submitted, if requested by the FAA. c. Failure to provide a complete report as described in paragraph b, or failure to perform such tests, shall, absent any compelling justification, result in a reduction in Federal participation for costs incurred in connection with construction of the applicable pavement. Such reduction shall be at the discretion of the FAA and will be based on the type or types of required tests not performed or not documented and will be commensurate with the proportion of applicable pavement with respect to the total pavement constructed under the grant agreement. J. The FAA, at its discretion, reserves the right to conduct independent tests and to reduce grant payments accordingly if such independent tests determine that sponsor test results are inaccurate. 15. BUY AMERICAN REQUIREMENT: Unless otherwise approved by the FAA, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for airport development or noise compatibility for which funds are provided under this grant. The Sponsor will include in every contract a provision implementing this special condition. 16. MAXIMUM OBLIGATION INCREASE FOR NONPRIMARY AIRPORTS: In accordance with Section 47108(b) of the Act; as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer: a* may not be increased for a planning project; b. may be increased by not more than 15 percent for development projects; c. may be increased by not more than 15 percent or by an amount not to exceed 25 percent of the total increase in allowable costs attributable to the acquisition of land or interests in land, whichever is greater, based on current credible appraisals or a court award in a condemnation proceeding. FAA Form 5100-37 (10-89) 5 of 7 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 ADMINISI (Signature) J. Michael Nicely (Typed Name) Manager, Texas Airport Development Office FAA Form 5100-37 (10-89) 6 of 7 PARTII=ACCEPTANCE The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in t is Offer and in the Project Application. Executed this day of , 04Ar4 .Z0/2 Attest: City of Fort Worth, Texas (Name f Sponsor) /Op{SEAL} (Signature of Sponsor's Designated Official ,Representative) sy: Fernando Costa (Typed Name of Sponsor's Designated Official Representative) Tttie: Assistant City Manager (Typed Title of Sponsor's Designated O�cia! Representative) �/ � I CERTIFICATE ©F SPONSOR'S ATTORNEY acting as Attorney for the Sponsor do hereby certify. That in my opinion the Sponsor Is empowered to enter into the foregoing Grant Agreement under the laws of the State of (-� ,k . 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 at0� 1�1Ur this day of N� FAA Form 59oQ-37 (90-$9} (Signature of Sponsor's Attorney} r 9i IrfgL .�G', 7 of 7 1 � r ZSL1� nt,r.acL Authoriaati.ox VM Date i 1 —-------- I — f NOnlAn LTJ. it t4 I S fORT YTiTlll LT" ALLIA -I11�1 CE —_ FOR r ; { Erj. p1 FaRTnoMLTJ.-------- Immk own ORTH -7 rt_u_irl_l_rh_+_ .' -- i I IRPO i T GxTN L I, - - _____ - —__ --_ —�— - - _ _ tl� It RAILROAD ;; it IIt ! RELOCATION " i L MAINLINE it r IMPROVEMENTS i--- r==�. -----mp - fa - - "Z 9a I IPRSU 'NpN sauce t'fl1 ._ _ --_- AIRFIELD 55 of i'1 — _ a t - .L P[Ii�ON wrt . ---' YIAO A19GE Me1M ROVEE ' A �f — — — — SECURITY T, b jj I i W iNECTAi AIRPORT- — - I t I J ROJEC.,,ram +, ry EA 0 PENIM too -K_.. ti i % �'. i f FF 11 ® AL IN',FSr1W, LP. aAla - •, i -. 1 Era Al RXNT NUIII�. ER',` I oEL"AmElt . t - -- -- 3111 -0296 - - 012 1Do�E�1- TAbu71F OpAfIC - — - --_ DfNfON MUNiY f - �jtoo IF w m�G�ex �`� I n arnsgmg ,�` \` Ir - „ - - � l -tdp5 w Nor eil Fee r rA° 5 oCLL '� a p imemo 1 Y.' tom to, te tF *`. ,t r $'. T - Ir t' i t' I� _,�`� IFrom.,� I t ��t I I to b to I L �r Y~ mYtxn j" 1 . $ xAacr crJ.' II '"� I t� i xwv For I mod t room mm. FORT MO?RI 4 \ �`� ' \ moveETJ. J i r+ y IF, i �.[ r in_ " OMB Number: 404M004 iration Date: 03/31/2012 pplication for Federal Assistance SF-424 * 1. Type of Submission * 2. Type of Application * If Revision, select appropriate letter(s): ❑ Preapplication IF New Airfield Rehabilitation Project F*P3. Application ✓❑ Continuation * Other (Specify) Chan ed/Corrected Am lication ❑ Revision Airfield Rehabilitation Project Date Received: 4. Application Identifier: 348-0296- -2012 5a. Federal Entity Identifier: I * 5b. Federal Award Identifier: State Use Onl 6. Date Received by State: 7 State 8. APPLICANT INFORMATION: * a. Legal Name: City of Fort Worth * b. Employer/Taxpayer Identification Number (EIN/TIN): 17-5005286 d. Address: * Streetl: 4201 N Main Street Street 2: Suite * City: Fort Worth County: Tarrant * State: Texas Province: Country: USA e. Organizational Department ame: Aviation on Identifier: *c. Organizational DUNS: 073170458 *Zip/ Postal Code: 76106 me: Fort Worth Alliance Airport r. Name ana contact information of person to a contacte on matters mvo ving t is app ication: re ix: Mr. first ame: Timothy Middle Name: D_ * Last Name: Ward Suffix: Manager of Fort Worth Airport Organizational Affiliation: President of Alliance Air Services � F i eiepnone Number: 817_gg0-1000 Fax Number: g17-430-2875 � *Email. Tim.Wardla�Hillwood.c�m � OMB Number: 4040-0004 Expiration Date: 03/31/2012 pplication for Federal Assistance SF-424 Type of Applicant 1: Select Applicant Type: C. City or Township Government Type of Applicant 2: Select Applicant Type: - Select One - Type of Applicant 3: Select Applicant Type: - Select One - * Other (specify): * 10, Name of Federal Agency: Federal Aviation Administration, SW Region, Fort Worth, Texas 76193-0650 11. Catalog of Federal Domestic Assistance Number: 20.106 CFDA Title: Airport Improvement Program 12, Funding Opportunity Number: 348-0296- -2012 Title: Airfield Rehabilitation Project 13. Competition Identification Number: Title: 14. Areas Affected by Project (Cities, Counties, States, etc.): City of Fort Worth/ North Tarrant County / Denton County Districts 6 and 12 * 15. Descriptive Title of Applicant's Project: Design and Construct Joint Rehab Runways 16L/34R & 16R/34L, Design and Construct Airport Perimeter Fence Install CCTV, Design and Construct ARFF/Tower Emergency/Crash Phone, Design and Construct ASOS Relocation, Conduct Wildlife Hazard Assessment, Credit as the Complete and Local Share for the Donation of Land, Parcel AIL 5C. Attach supporting documents as specified in agency instructions. OMB Number: 4040-0004 Expiration Date: 03/31/2012 pplication for Federal Assistance SF424 16. Congressional Districts Of: TX-006, TX-012 a. Applicant * b. Program/Project: Attach an additional list of Program/Project Congressional Districts if needed. 17. Proposed Project: Airfield Rehabilitation Project * a. Start Date: 4/1/2012 * b. End Date: 12/9/16 18. Estimated Funding ($]: *a. Federal $933,359.00 *b. Applicant $1031707.00 *c. State *d. Local *e. Other *f. Program Income *g. TOTAL $1,037,066000 *19. Is Application Subject to Review By State Under Executive Order 12372 Process? Z✓ a. This application was made available to the State under the Executive Order 12372 Process for review on ❑ b. Program is subject to E.O. 12372 but has not been selected by the State for review. c. Program is not covered by E.O. 12372. *20. Is the Applicant Delinquent On Any Federal Debt? (If "Yes", provide explanation.) ❑ Yes ❑✓ No 1. *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 comp) 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). 2 **1 AGREE EV * 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: Mr. *First Name: Fernando Middle Name: *Last Name: Costa Suffix: *Title: Assistant City Manager *Telephone Number: 817.392.6122 Fax Number: 817.392.6134 *Email: *Signature of Authorized Representative: Date Signed: .3 7P/z APPROVED AS Tp FC)R�' ^"�� �_�r,q�ITY: OMB Number: 4040-0004 APPLICATION FOR FEDERAL ASSISTANCE 2, DATE SUBMITTED 3/2/2012 Applicant Identifier 1. TYPE OF SUBMISSION: 3, DATE RECEIVED BY STATE State Application Identifier Application Construction Preapplication ❑ Construction 4. DATE RECEIVED BY FEDERAL AGENCY Federal Identifier rp Non -Construction ❑ Non -Construction APPLICANT INFORMATION Legal Name: Organizational Unit: AVIATION DEPARTMENT CITY OF FORT WORTH Department: Organizational DUNS: Division: Address: Name and telephone number of person to be contacted on matters involving this application (give area code) Street: 4201 N MAIN STREET SUITE 200 Prefix: MR. First Name: TIMOTHY City: FORT WORTH Middle Name: D. County: TARRANT Last Name: WARD State: TX Zip Code: 76102 Suffix: Country: UNITED STATES Email: TIM.WARD@HILLWOOD.COM 6. EMPLOYER IDENTIFICATION NUMBER E/M: Phone number (give area code): FAX number (give area code): 1 7_ f 5 0 0-5-1 2-F8[6U 817-8904000 817430-2875 8. TYPE OF APPLICATION: 7. TYPE OF APPLICANT: (See back of form for Application Types) ® New ❑ Continuation ❑ Revision If Revision, enter appropriate letter(s) in box(es): Other (specify) 9. NAME OF FEDERAL AGENCY (See back of form for description of letters) ❑ FEDERAL AVIATION ADMINISTRATION, SW REGION, Other (specify) FORT WORTH, TEXAS 76193-0650 11. DESCRIPTIVE TITLE OF APPLICANT'S PROJECT: Design and Construct Joint Rehab Runways 16L/34R & 16R/34L, Design and Construct Airport Perimeter Fence Install CCTV, Design and Construct ARFF/Tower J Emergency /Crash Phone, Design and Construct ASOS Relocation, Conduct Wildlife Hazard Assessment, Credit as the Complete and Local Share for the Donation of Land, Parcel AIL C5. 10, CATALOG OF FEDERAL ME DOSTIC ASSISTANCE NUMBER TITLE: AIRPORT IMPROVEMENT PROGRAM 12, AREAS AFFECTED BY PROJECT (cities, counties, states, etc.): CITY OF FORT WORTH I NORTH TARRANT COUNTY 13, PROPOSED PROJECT 14. CONGRESSIONAL DISTRICTS OF Start Date Ending Date a. Applicant b. Project 4/1/2012 12/9/2016 TEXAS 6,12 TEXAS 12 15. ESTIMATED FUNDING 16. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS a. Yes. ❑ THIS PREAPPLICATION/APPLICATION WAS MADE a. Federal $ 933,359 uu AVAILABLE TO THE STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEW ON b. Applicant $ 103,707 DATE: c. State $ uU b. No. ® PROGRAM IS NOT COVERED BY E. 0. 12372 d. Local $ OR PROGRAM HAS NOT BEEN SELECTED BY STATE FOR e. Other $ luu❑ REVIEW f. Program income $ 4UU 17. IS THE APPLICANT DELINQUENT ON ANY FEDERAL DEBT? ❑Yes If "Yes" attach an explanation ® No g. TOTAL $ 1,037,066 uu 18. TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION/PREAPPLICATION ARE TRUE AND CORRECT, THE DOCUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED. a. Authorized Representative ''refix MR. First Name FERNANDO Middle Name ast Name COSTA Suffix b. Title ASSISTANT CITY MANAGER c. Telephone number (give area code) 817-392=6122 d. Signature of Authorized Representative emef� e. Date Signed /Z DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569 PART II - SECTION C (CONTINUED) 9. Exclusive Rights. - There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the Sponsor except as follows: NONE 10. Land. - (a) The sponsor holds the following property interest in the following areas of land` which are to be developed or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A": FEE SIMPLE TITLE TO PARCELS: A-1 THRU A-9, 3 THRU 7, 9,10, 11A, 11-(1), 12 112B, 12, 14H, 14(1), 16, 17, 18, 19, 20, 27, 28, 30, 30A, 31A, 31131 32A, 32B, 32C, 33A, 3313,341351361371381391 H AND H-1 THRU H-28, AND EASEMENTS, CLEARANCE LICENSE, OR OTHER USE RESTRICTIONS TO PARCELS 8A, 861 111 11C, 12A, 14A,14C, 14C-1, 14D, 14F, 14L, 14M, 140114R, 15, H-1A, HA B, HAC, H-2A, H-213, H-3A, AIL-5B AND (this Grant Application AIL-5C). The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land" on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A": NONE (c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction work under the Project, the following property interest in the following areas of land" which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit "A FEE SIMPLE TITLE TO PARCELS: '`State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. a FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100(4-76) Page 36 BUDGET INFORMATION DEPARTMENT OFTRANSPORTATION -FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569 PART I11- BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1, Federal Domestic Assistance Catalog No, 20-106 2. Functional or Other Breakout SECTION B - CALCULATION OF FEDERAL GRANT COST CLASSIFICATION Use only for revisions Total Amount Required Latest Approved amount Adjustment + or H 1. Administration expense $ $ $ 2. Preliminary expense 3. Land, structures, right-of-way 103,707.00 4. Architectural engineering basic fees 5. Other architectural engineering fees 103,000,00 6. Project inspection fees 62,225,00 7. Land development 8. Relocation expenses 9. Relocation payments to individuals and businesses 10. Demolition and removal 51,850.00 11, Construction and project improvement 716,284.00 12, Equipment 13. Miscellaneous 14, Total (Lines 1 through 13) 11037,066,00 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 11037,066,00 17. Less: Ineligible Exclusions 18, Add: Contingencies 19, Total Project Amt. (Excluding Rehabilitation Grants) 1,037,066.00 20, Federal Share requested of Line 19 21, Add Rehabilitation Grants Requested (100percent) 22, Total Federal grant requested (Lines 20 & 21) 11037,066.00 23, Grantee share I 103,707,00 24. Other shares 25, Total project (Lines 22, 23. & 24) $ $ $1,037,066.00 FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 4 DEPARTMENT OF TRANSPORTATION -FEDERAL AVIATION ADMINISTRATION OM8 NO. 2120-0569 SECTION C -EXCLUSIONS Eneligibetor Excluded from n Contingency Provision jb cation (2) $ u g• Totals SECTION D -PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 27. Grantee Share $ 103,707.00 a. Securities b. Mortgages c. Appropriations (By Applicant) d. Bonds e. Tax Levies f. Non Cash g. Other (Explain) 103,707,00 h. Total — Grantee Share 103,707,00 28. Other Shares a. State b. Other c. Total Other Shares 29. TOTAL $ 103,707.00 SECTION E -REMARKS GRANTEE SHARE IS PROVIDED THROUGH THE VALUE OF DONATED LAND AS THE COMPLETE AND LOCAL I SHARE (Parcel AIL-5C) j{ l i I PART IV -PROGRAM NARRATIVE (ATTACH-SEEINsrRucrioNs) FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) PAGE 5 PART IV PROGRAM NARRATIVE (Suggested Format) DEPARTMENT OFTRANSPORTATION -FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-D569 PROJECT: PAVEMENT REHABILITATION AIRPORT: FORT WORTH ALLIANCE AIRPORT, TEXAS 1. Objective: Design and Construct for various airfield pavement rehabilitation and joint seal repair, Design and Construct Runway Guard Light rehabilitation, and Design and Construct PAPI Light rehabilitation, and Design and Construct AOA Security Gate rehabilitation, and Design and Construct Electrical Vault rehabilitation. 2. Benefits Anticipated: Maintain safety of aircraft pavements, increased safety enhancements through runway visual indicators 3. Approach: (See approved Scope of Work in final Application) Upon funding this grant the projects will be designed and constructed. 4. Geographic Location: Thge Fort Worth Alliance Airport is located in both Tarrant and Denton Counties, north of the central business district of the city of Fort Worth. The primary location of work for the runway extension is located Runway 16L, Main ARFF Apron, AOA Gate Entrances "D" and "C", and Main Apron Joint Seal. See attached Graphics. 5. If Applicable, Provide Additional Information: 6: Sponsor's Representative: (incl. address & teL no.) Timothy D. Ward President, Alliance Air Services 2221 Alliance Blvd, Ste, 100, Fort Worth, TX 76177 817-890-1000 FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) PAGE 6 PIS®JECT EXHIBITS tiLLrnrn,,�� µµEES5 1 I Z GENERAL NOTES ANNUAL LEGEND- RATE OF CHANGE O!' GRAPHIC SCALE 0 600 600 ( ) GRAPHIC IN FEET 777 MAIN STREET FORT WORTH TEXAS 76102=5304 PHONE (817) 735-6000 1. SEE SHEET FOR MASTER AIRPORT BUILDING TABLE. 2. SEE SHEET 6 FOR MASTER AIRPORT AIRPORT LAYOUT PLAN (EXISTING CONDITIONS) SHEET 2 OF 17 � W .�..J 4 T � Q O ro F� f(� 441 f •- - �v�«d���© � � � � > 2 � � ._ I . . . ro 2 $ \ I. WJ EF LL ^» i �L_ Rii t•F4siwi Ylf ti>i�ii _��' J +�' General information The indented purpose of this project is to improve the overall security of the AOA fencing and vehicle entrance gates at the Fort Worth Alliance Airport. The intent is to replace existing AOA fencing in certain locations, and to determine if the existing AOA entry gates, fencing and access control system meet the current FAA standards. The last component of the project is to install a closed circuit television system at each location specified below. lob Scope Project scope will include evaluation of the existing AOA fence and vehicle entrance gates at the Fort Worth Alliance Airport. Scope covers five separate areas: Main Ramp, which encompasses the fence and accesses points between the Alliance Air Services building and the Bell Customer Center, ARFF Station, Westport Parkway and Cargo Apron (see attachment 1). Each location has three different elements; Improvement of AOA fencing, evaluation of the vehicle entrance gates, including access control, and installation of closed a circuit television system (CCTV) at each location. The evaluation of each area will determine if the existing AOA and fence and vehicle access gates meet the current FAA Advisory Circular standards for Part 139 Airports. if existing conditions do meet the FAA guidelines the consultant shall explain how each area can be improved by replacing existing fence and vehicle entry gate. Consultant shall also explore and determine how a CCTV system can be installed and remotely tied back to the airport management office for monitoring. Ultimately, existing conditions, recommendations, work schedule and pricing should be presented to airport management for review and acceptance. jai w.4ot-1 `, i Remove and replace existing AOA wrought iron fencing that spans between the Bell Customer Center and the Alliance Air Services facility. This area must include installation of new footing for the fencing that can withstand extreme heat, as this area tends to harden and crack during summer months. Grass in this location is not irrigated (see attachment). In addition, this- area includes two AOA vehicle access gates, one at the Alliance Aviation Services building and another at the Bell Customer Center, Both AOA vehicle gates along with control boxes and vehicle gate motor should also be replaced. Chain driven gates are not acceptable. AOA vehicle gates vehicle gates should also be wrought iron to match the AOA fencing in this area (see attachment). Estimated cost far fence and gate improvements far this is $45,000 In addition to the above there is a requirement for a security comment at each entry gate. Details for each location will include: FBO Entry Gate: Requirements in this area include: <' � Installation of controller in server room ® Installation and mounting pedestal for card reader, keypad and intercom 0 Gate contractor to provide gate relay for gate control ® Installation of mounting poles for fixed and PTZ cameras to view vehicle and airport Quantities of Equipment: 1� Fixed camera ® 1- PTZ camera 2- Camera mount ® 1-Camera pole adapters ® 2- Camera power supply ® 1- Mounting pedestal ® 2- Camera mounting pole ® 2- Ethernet extenders ® 2- Network Switch ® 2- Water proof enclosure ® 2- Lighting Suppression unit e 1- Proximity reader 1- DSX keypad 1-DSX Controller ® 1-Lantronix Unit ® phone video substation 1- Misc. connectors, power supplies, cable etc Total cost for Security at FBd Entry: Bell Enfiry Gate: Requirements in this area include: $23,149.00 Installation of DSX controller, wireless fink receiver, transmitter, network switch and weather proof enclosure Installation of mounting pedestal for card reader, keypad and intercom Installation of mounting poles for fixed and PTZ cameras to view vehicle and airport ® Gate contractor to provide gate relay for gate control Quantities of Equipment: 1- fixed camera � 1- PTZ camera i 2- Camera mount ® 2- Camera pole adapters a 1- Power supply 2- wireless link transmitter & receiver i 2- Weatherproof enclosure ® 2- Camera mounting pole ® 2- Lighting suppression unit ® 1- Proximity reader i 1- DSX Keypad ® 1- DSX controller O 1- Lantronix unit 0 1-Aiphone video substation Misc. connectors, power supplies, cable etc Total cost for Bell Entry Gate: Total cost for fencing and security: $ 28,684.00 $96,833.Q0 ARFF Station Entry Replace existing AOA fencing along the south side of the We station. This location includes replacing the vehicle gate, control box and gate motor. In addition, the cyclone fencing that spans the area between the actual fire station building and the AOA vehicle gate also needs to be replaced with wrought iron fencing. Chain driven gates are not acceptable (see attachment). Estimated cost far this location is $25,500.00 !n addition to the above there is a requirement for a security comment at this location. Details for each location will include: Requirements in this area include: � installation of DSX controller, wireless (ink receiver, transmitter, network switch and weather proof enclosure Installation of mounting pedestal for card reader, keypad and intercom Installation of mounting poles for fixed and PTZ cameras to view vehicle and airport ® Gate contractor to provide gate relay for gate control Quantities of Equipment: s. ® 1-fixed camera ® 1- PTZ camera ® 2- Camera mount ® 2- Camera pole adapters ® 1- Power supply ® 2- wireless link transmitter & receiver 2- Weatherproof enclosure ® 2- Camera mounting pole ® 2- Lighting suppression unit f 1- Proximity reader ® 1- DSX Keypad ® 1- DSX controller ® 1- Lantronix unit ® 1-Aiphone video substation Misc. connectors, power supplies, cable etc Total cost for ARFF Entry Gate Security; $24,954.00 Total cost for fencing and security: $50,454400 Westport Parkway Remove and replace existing AOA cyclone fencing that spans form the intersection of Westport Parkway and Heritage Boulevard to the west side of the airport (See exhibit). Estimated cost for this is $25,000.00 Caro Apron Remove and replace existing AOA existing AOA vehicle gate, control box and motor. Chain driven gates are not acceptable. Estimated cost is $15,500400 In addition to the above there is a requirement for a security comment at this location. Details for each location will include: Requirements in this area include: ® Installatian of DSX controller, wireless link receiver, transmitter, network switch and weather proof enclosure ® Installation of mounting pedestal for card reader, keypad and intercom Installation of mounting pales for fixed and PTZ cameras to view vehicle and airport Gate contractor to provide gate relay for gate control Quantities of Equipment: 0 1-fixed camera b 1- PTZ camera 6 2- Camera mount ® 2- Camera pole adapters 0 1- Power supply 2- wireless link transmitter & receiver ® 2- Weatherproof enclosure ® 2- Camera mounting pole d 2- Lighting suppression unit ® 1- Proximity reader ® 1- DSX Keypad ® 1- DSX controller 1- Lantronix unit ® 1-Aiphone video substation ® Misc. connectors, power supplies, cable etc Total cost for ARFF Entry Gate: $24,954.00 t Total cost for fencing and security: $401454.00 To accomplish this portion of the project improvements will be need to be made to the existing facilities. These improvements are needed to house the needed hardware and reconfigure the work space as necessary. Each area and the needed changes are listed below. Ai�ort Operations Center fAOC1 The airport operations center (AOC} is located in the Alliance Aviation Services facility. This area will need to be updated in a manner that allows the area to serve as a functional operation command center when needed, while allowing for administrative functions on a daily basis. Requirements in this area include: ® Install computer server for access and video software ® Install four viewing monitors in control room Install video network recorder and interface cameras ® Install surge protection unit and wireless receivers Redesign cabinets and desk area as needed to accommodate equipment and workspace requirements Quantities of Equipment: 1- computerJmonitor ® 1- configuration of software ® 2- 42" Video viewing monitors 2- 24" Video viewing monitors ® Wall monitor mounts ® DSX video interface ® DS-SW-Cam license ® Aiphone master video unit • Misc. shipping, connectors cabling, patch panels, etc. Total cost for AOC: $30,084.00 ($5,000 for cabinetry) Server Room - The area will require additional hardware to be installed in the faciiMes server room. This room is located in the Alliance Air Services facility and will house the following hardware. Requirements in this area include: g Install computer server for access and video software ® Install video network recorder and network server Quantities of Equipment: ® 1- Computer/Monitor ® 1- Configuration of software ® 1- Network switch 24 port 1- Video network recorder Total cost for Server Room: Customer Service Counter- $14,990.00 install controls and intercom that will allow staff to communicate with each gate location and open each gate as necessary. Requirements in this area will include: � Install computer for control of intercom and access system Quantities of Equipment: 0 Computer and monitor Configuration of Software Total cost for Customer Service Counter: $5,730,00 Front Door -City Side Entrance - installation of one additional camera at main entrance. Requirements in this area include: ® installation of one fixed camera, network switch and weatherproof enclosure Quantities of Equipment: � 1- Fixed Camera Camera mount ® Ethernet extender ® Waterproof enclosure ® Camera power supply ® Lighting suppression unit ® Misc. shipping, connectors cabling, patch panels, etc. Total cost for Front Qoor Entry: $6,157.00 Project Management & As -built Drav�ings Total cost for Project Management: $3,650.00 Total cost Facilifiy upgrades: $60,611.00 Total Project Estimated Cost Total estimated cost for the entire project is � 277,852.Q0 8% contingency: $ 22,228.16 Estimated tax $ 22,922.79 Total project cost $ 323.D02.95 Budget Proposal for Alliance Exterior Security System Schedule of Equipment and Labor Site 0 Location: Flight control room and server room. Description: Install DSS computer server for access and video software. Install three individual computers for administration of system. Install three viewing monitors in flight control room. Install video network recorder and interface cameras. Install surge protection unit and wireless receivers on roof of building. OTY DESCRIPTION MODEL DSS Control Room Workstation DSS Computers/Monitors Configuration Software CF6-LBR Network switch 24 port SGE2000P Video network recorder DSSRV-060DVD Video viewing monitors(24") PMCL542NB Video viewing monitors(42") PMCL524FL Wall monitor mounts DSX video interface DS-SW-CAM liscense Aiphone master video unit Camera surge protection unit Misc. shipping, connectors, cabling,patch panels, etc. $ 38,154.OQ $ 51240400 $ 431304.OU Steve wend(e Dallas Security Systems, InC. \\iileroomistw�20121a(liance exterior security system (2i4)553-6103 Ext.153 10731 RockwaliRoad exterior security system (214)553-6110 (Fax) Dallas, Texas 7523t3 U5l2012 - i of 6 Budget Proposal for Alliance Exterior Security System Schedule of Equipment and Labor Site t Location: Three Wireless Gate locations Description: Install DSX controller, wireless link receiver/transmitter/network switch, weatherproof enclousure. Install mounting pedestal for card reader, keypad and intercom. Gate contractor to provide gate relay for gate control. Install mounting pole for fixed camera to view vehicle. WTY DESCRIPTION MODEL 3 Fixed camera IXEWLW-EAT 3 Camera mount IWM-24GY 3 Camera pole adapters PA101 3 Wireless Link transmitter/receiver WESIkl<T-P5 3 Weatherproof enclousure 3 Camera power supply 3 Mounting pedestal 3 Camera mounting pole 3 Lighting suppression unit 3 Proximity Reader FP3521A 3 DSX keypad DS12 3 DSX controller 1022 3 Lantronix Unit 3 Aiphone video substation IS4PDV 3 Misc. connectors, power supplys, cable,etc. $ 30,306.00 $ 12,720.00 $ 43,026,00 Steve Wendle Dallas Security Systems, lnC. Ufileroomistw\2012\ailianceexteriorsecuritysystem {214)553-6103 Ext. 153 10731 Rockwall Road exterior security system (2i4)553-61 i0 (Fax) Dallas, Texas 75236 1/5/2012 - 2 of 6 Budget Proposal for Alliance Exterior Security System Schedule of Equipment and Labor Site 2 Location: One Hardwire Gate location Description: Install DSX controller in equipment room. Install mounting pedestal for card reader, keypad and intercom. Gate contractor to provide gate relay for gate control. Install mounting pole for fixed camera to view vehicle. OTY DESCRIPTION MODEL 1 Fixed camera IXEIOLW-EAT 1 Camera mount IWM-24GY I Camera pole adapters PA101 1 Camera power supply 1 Mounting pedestal 1 Camera mounting pole 1 Ethernet extenders 1 Network switch ESULSP-D I Weatherproof enclousre 1 Lighting suppression unit i Proximity Reader FP3521A 1 DSX keypad DS12 1 DSX controller 1022 1 Lantronix Unit I Aiphone video substation IS-IPDV 1 Misc. connectors, power supplys, cable,etc. $ 9,752A0 $ 3,18oV $ 12,932.00 Steve Wendte Dallas Security Systems, InC. 1lfileroomlstwl2012�allianceexteriorsecuritysystem (214)553-6103 Ext. 153 10731 Rockwall Road exterior security system (214)553-6110 (Fax} Dallas, Texas 75238 1/5/2012 - 3 of 6 Budget Proposal for Alliance Exterior Security System Schedule of Equipment and Labor Site 3 Location: One Wireless Camera location for Tank Farm Description: Install fixed camera, wireless link receiver/transmitter/network switch, weatherproof enclousure. Install mounting pole for fixed camera to view vehicle. CITY DESCRIPTION MODEL Fixed camera IXE1 OLW-EAT Camera mount IWM-24GY Camera pole adapters PA101 Wireless Link transmitter/receiver WESII-KT-P5 Weatherproof enclousure Camera power supply Camera mounting pole Lighting suppression unit Misc. connectors, power supplys, cable,etc. $ 6,092.00 $ 2,120.00 $ 81212*00 Site 4 Location: Three Wireless PTZ Cameras Description: Install PTZ camera, wireless link receiver/transmitter/network switch, weatherproof enclousure. Install mounting pole for PTZ camera. CITY DESCRIPTION MODEL 3 PTZ Camera SD4E35-PG-El 3 Camera mount IWM-24GY 3 Camera pole adapters PA101 3 Wireless Link transmitter/receiver WESII-KT-P5 3 Weatherproof enclousure 3 Camera power supply 3 Camera mounting pole 3 Lighting suppression unit 3 Misc. connectors, power supplys, cable,etc. $ 25,476.00 $ 6,360.00 $ 315836*00 stevewendle DailasSecuritySystems,InC.\\fileroomistwt2012\al8anceexteriorSecuritysysfem I , (214}553-6103 Ext. 153 10731 Rockwall Road exterior security system (214}553-5110 (Fax} Gallas, Texas 75238 1/5/2012 - 4 of 6 Site 5 Location: Description OTY 1 1 1 1 1 1 1 1 Site 6 Description OTY 1 1 1 Budget Proposal for Alliance Exterior Security System Schedule of Equipment and Labor one Hard Wire PTZ Camera Install PTZ camera, wireless link receiver/transmitter/network switch, weatherproof enclousure. install camera on building. DESCRIPTION MODEL PTZ Camera SD4E35-PG-E1 Camera mount IWM-24GY Network switch ESUL5P-D Ethernet extender Camera power supply Camera mounting pose Lighting suppression unit Misc. connectors, power supplys, cable,etc. Project management/As/Bunts DESCRIPTION Project Management As/bullt Manlift %ta! Cost Not includinr�applicable taxes $ 7,567.00 $ 2,650.00 $ 10,217.00 $ 3,650.00 $ 3,650.00 $ 153,267A0 Steve Wendle Dallas Security Systems, Inc. 1\fileroomistw12012\alliance exterior security system (214j553-6103 Ext. 153 10731 Rockwall Road exterior security system {214)553-6110 (Fax) Dallas, Texas 7523ti 1/5J2012 - 5 of S Sudget Proposal for Alliance Exterior Security System Schedule of Equipment and Labor ITEMS NOT NORMALLY INCLUDED IN SCOPE flF WORK Customer to provide all electrical power and UPS. Customer to provide all required gate control relays and pate loops This price does not include any access cards. Customer to provide all necessary electrical to complete project Client to provide all conduit and electrical stub -ups (unless specified differently above) Client to provide any patching, painting or cosmetic touch-up that installation of these devices may cause to be necessary Client to provide access to all wire chases and above ceiling areas when necessary Client to pay applicable sales tax Client to provide any additional insurance (if required) Client to provide for any saw -cutting and/or penetrations not specified in Description of Equipment and Labor Steve Wendle Dallas Security Systems, InC. Utileroomistcv12012\alliance exterior security system (214}553.6103 Ext. 153 10731 Rockwall Road exterior security system (214J553-6110 (Fax) Dallas, Texas 75238 115/2012 - 6 of 6 AFW ASOS Relocation NOTES 1 REFER TO SHEET G-102 FOR LOCA710N 2- REFER TO SHEET C-it0 iHRU C-172 FC CROSS-SEr:TION � JOIN7 DETAiIS 3. CONTRACTOR TO VERIFY LOCATION AND REMOVED PRIOR TO BEGINNING CONSTRU 4. CONTRACTOR TO RE-ESTABLISH DOVIELEG OF REINFORCING STEEL 5 AFTER REPLACING CONCRETE PANELS, All CONTRACTOR TO SAY: -CUT GROOVES AN§§§§§§ 6. CONTRACTOR TO MATCH EXISTING PAVEM 7 CONTRACTOR TO REMOVE CURING C054P0 MARKINGS 400' 200' 0 400' BOO SCALE IN FEET 'a APRON SAW -CUT. REMOVt REPLACE CONCRETE -- —_---�__— ---- --_.--- -- PAVEMENT AND CI1P.B EXPANSION JOINT—z. fUGHT IINF ROAD RIGHT LIME ROAD i MATCH EXISTING PAVEMENT ELEVATION REF 3/C-112 FOR CURB DETAILS EXISTING MANHOLE AP,FF STATION PHASE B 1� ARFF STATION STAGING APRON PAVEMENT REPAIRS PHASE I REF SCALE I. = 30. NOTES i REFER TO SHEET G-lU2 FOR LGCATION OF PAVEMENT P,EPAfR. REFEk TO SHEET C-110 iHRU C-112 FOR PAVEP.dEPIT CROSS-SECTION & JOINT DETAILS 3. CONTRACTOR TO NOTIFY ARFF COMMANDER AND AIRPORT OPERATIONS 72 HOURS PRIOR TO BEGINNING CONSTRCUTION. PHASE I AND PHASE 2 CAN NOT BE CONSTRUCTED SIMULTANEOUSLY. 4. CONTRACTOR TO MATCH EXISTING PAVEMENT L CURB ELEVATIONS. 5. CONTRACTOR WALL NOT BE ALLOWED TO BLOCK THE ADJACENT OPEN TRUCK BAY WITH PERSONNEL OR CONSTRUCTION VEHICLES. CONTP,ACIOR'S SUPERINTENDENT TO BE ON SITE AT ALL TIMES DURING CONSTRUCTION OF ARFF APRONS_ G CONTRACTOR TO COORDINATE EMERGENCY ALARM SOUNDS WTH ARFF STATION COMMANDER AND PREPARE APPROPRATE ACTION PLAN TO BE INITIATED BY CONTRACTOR DURING EMERGENCIES. i i� I E%IST�NG LlANHOLE Pc I EXPANSION JOINT—/ ARFF STATION PHASE B 2 J ARFF STATION STAGING APRON PAVEMENT REPAIRS PHASE II REF SCALE I" = 30, — Exlsnrlc LEGEND EYISTING ELECTRICAL LINE EXISTING SANITARY SEVIER EXISTING TELEPHONE LINE DOWELED LONGITUDINAL/TRANSVERSE CONSTRUCTION JOINT, TYPE "D" (REFER TO SHEET C-111) I^� DOVLLED CONTRACTION JOINT, TYPE "F" (REFER TO SHEET C-111) �U --- HINGED CONTRACTION JOINT, TYPE "G" (REFER TO SHEET C-111) PROPOSED NEW 8" ARFF STATION APRON CONCRETE PAVEMENT (REFER TO SHEET C-112) s PAATl71 EXISTING SIDEVlALK EIEVATiOId VA1H CIIRfl Ed'3Fi.9 — REF 2 & 3/C-112 FGR CURE DETAILS 30" IS' 0 xl• 60' SCALE IN fEET fEB F- Z W i W Z Q O a l_ IQ � zr - O V) Fm � Z a W= as z v m z Q n,Q Z J a Qd Q H W S Q 1 = x d Qa 0 w r- o O =Q a n� wO Q 2 a tl BELL HELLICOPTER SAW -CUT, REIdOyE'&_—. REPLACE CONCRETE �. PAVEMENT AND CURB TERMINAL ACCESS GAT] TERMINAL APRON 1 112 THICKENED EDGE 7 FXPANSION IOINT I FOR CURB DETAILS (TYP ) CONTRACTOR TO FIELD VERIFY AND MATCH EXISTING LOCATION 9• I D OF REFLECTORIZED PAVEMENT -- - - MARKERS (TYPE II -A -A), AND TRAFFIC BUTTONS (TYPE Y). REF I, -112 5 & 6 /1 I _ X.__ X.._�X_ PHASE C 1 AOA ENTRANCE GATE PAVEMENT REPAIRS REF. SCAE I' = 10" TERMINAL APRON SAII REMOVE PAVEMENT AND `CURB \� 0 :-THICKENED EDGE EXPANSION AIR '=) c vREF 2 y 3/C-Ih _ — FOR CURB DETAILS (TYP.) CONTRACTOR TO FIELD VERIFY D AND MATCH EXISTING LOCATION OF REFLECTORRED PAVEMENT ' 1 MARKERS (TYPE II -A -A), AND G-11 TRAFFIC BUTTCl15 TYPE Y). REF 5 8; 6/C 113 'X - X X - -X - Y. X- -X /X7- TERMINAL ACCESS GATE I' "-"- TERMINAL It BLDG SECURITY FENCE I 1 It It NOTES: I REFER i0 SHEET G-102 FOR LOCATION OF PkL�EtAEIJT REPAIR. 2 P,EfER TO SHEET C-110 �. C-112 FOR PAVEI.SEHT CROSS-SECTION r JOIIJT DETAILS 3. ONL'f ONE GATE ENTRANCE CAN BE CLOSED FOR CONSTRUCTION AT A LIME 4. CONTRACTOR TO MATCH EXISTING PAVEMENT Ik CURB ELEVATIONS. 5 CONTRACTOR TO VERIFY PAVEMENT THICKNESS. RECORD DRAWNGS, REFLECT A 6" REINFORCED CONCRETE PAVEMENT PHASE D 2�AOA ENTRANCE GATE PAVEMENT REPAIRS REF SC E I" = 10• LEGEND ��� DOV'ELED LUNGINDINAL/TP,ANSVEP,SE CONSTRUCTION, JOINT TYPE "7 ' ' �J (REFER TO SHEEET C-itl) F OOV,ELED CONTP.ACTIGN JOINT, TYPE IF IF (REFER TO SHEET C-111) EXISTING �� THIC(ENED EDGE EXPANSION JOINT, TYPE "B' (REFER TO SHEET C� III) PROPOSED NEW CONCRETE ENTRANCE ROAD PAVEMENT (REFER TO SHEET C-111) 70' 20' SCALE IN FEET 2 � EXISTING DAMAGED TRENCH DRAIN REF. i/C-101 SCALE If T.S 3� EXISTING DAMAGED JOINT LINE REF t/C-l0i SCALE NTS SAVO-CUT, CLEAN UP OAMAGEO PCC IN -� SOUTH6VEST CORNER OF EXISTING TRENCH DRAIN & REPAJR WTH POLYMER PATCHNG A4ATERIAL SILSPEC FLEXPATCH SAW -CUT, REMOVE AND -' REPLACE 18" PCC FIRE STOP TAXIVVAY 'A' L7 6 SAW -CUT, REMOVE ANO 11 REPLACE CONCRETE PANELS TERMIPIAL APR0�1 1`\ THICXENED EDGE PANEL Y /".' (REFER TO SHEET C-1I1. i ' x PHASE E APRON PAVEMENT REPAIRS 1 rREF SCALE. I' NorEs: 1 REFER. TO SHEET G-120 FOP. LUCATIWJ OF PAVEPAENT REPAIR _ REFER TO SHEET ;-110 & C-ill FOR EXISTING PAVEIAENT GROSS -SECTION & JOIIJT DETAILS 3 CONTRACTOR. TO VERIFY LOCATION AND NUMBER OF PANELS TO BE REMOVED PRIOR. TO BEGINNING CONSTRUCTION. 4 CONTRACTOR TO RE-ESTABLISH DOV+ELED JOINTS PRIOR TO INSTALLATION OF REINFORCING STEEL 5 FOR PAVEMENT REPAIR USING POLYMER PATCHING MATERIAL SILSPEC FLEXPATCH, CONTRACTOR SHALL FOLLOW THE CONSTRUCTION METHOD & MATERIAL PROADFD BY THE MAHUFACTUP.ER. 6 CONCRETE PAVEMENT REPAIR WORK USING SILSPEC FLEXPATCH PATCHING MATERIAL WILL BE PAID FOR AT CONTRACT LUMP SUM PRICE BID. THE PRICE SHALL BE FULL COMPENSATION FOR SAW -CUTTING, REMOVAL OF CONCRETE, ALL LABOR, EQUIPMENT, ALL MATERIALS AND INCIDENTALS TO COMPLETE THE ITEH 7 CONTRACTOR TO RE-ESTABLISH DOVELS, INSTALL REINFORCING STEEL PRIOR TO PLACING PCC AIRFIELD PAVEMENT. LEGEND ExlrnNc EXPANSION JOINT, TYPE 'B' T (REFER TO SHEET C-111) T A DOWELED LONGITUDINAL/TRANSVEP.SE CONSTRUCflBN JOINT, TYPE 'b" �T (REFER TO SHEET C-111) � DOV""+FLED CONTRACTION JOINT, TYPE "F" (REFER TO SHEET C-111) PROPOSED 3p' 15' 0 30' 60' SCALE IN FEET PHASE J TAXIWAY'A' AIRFIELD PAVEMENT REPAIRS REF SUIE I" = 30, NOTES: 1 REFER TO SHEET G-102 FOR LOCATION OF PAVEMENT P,EPAIR. Z REFER TO SHEET C-110 THRU C-112 FOR EXISTING PAVEMENT CROSS-SECTION & JOINT DETAILS 3 CONTRACTOR TO VERIFY LOCATION AND NUMBER OF PANELS TO BE REMOVED PRIOR TO BEGINNING CONSTRUCTION S CONTRACTOR TO RE-ESTABLISH DOWELED JOINTS PRIOR TO INSTALLATION OF REINFORCING STEEL 5 AFTEP. REPLACING CONCRETE PANELS, AND CONCRETE HAS CURED, CONTRACTOR TO SAW -CUT GROOVES AND REPLACE RUNWAY MARKINGS. 6 CONTRACTOR TO MATCH EXISTING PAVEMENT ELEVATIONS 7 CONTRACTOR TO REMOVE CURING COIAPOUND PRIOR TO PAINTING MARKINGS 8. REF SHEET C-100 FOP. PHASING PLAN ON TAXIWAY ,A & TAXIWAY 'E LEGEND EXISTING— DOWELED LONGITUDINAL/TRANSVERSE CONSTRUCTION Jp11JT. TYPE "0" �'If�l DOWELED CONTRACTION JOINT, TYPE IF IV PROPOSED '-__-'"--__--__--"-__-m TAXIWAY IA' AIRFIELD PAVEMENT TO BE REMOVED AND REPLACED 1 pp SAW -CUT, REMOVE AND REPLACE CONCRETE PANELS PHASE F 1� TAXIWAY'A' AIRFIELD PAVEMENT REPAIRS IYEF ECAE 1' = 301 0 <0 SCALE IN FEE U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION SELECTION OF CONSULTANTS CITY OF FORT WORTH FORT WORTH ALLIANCE 3-48-0296- -2012 (Sponsor) (Airport) (Project Number) l )escri/Nion q/ Work ork: Various Design & Construction For Pavement, Rehabilitation, Security AOA Access Gates, Runway Guard Light & PAPI Rehabilitation, And Electrical Vault Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General standards for selection of consultant services within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. Sponsors may use other qualifications -based procedures provided they are equivalent to specific standards in 49 CFR 18 and FAA Advisory Circular 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standard. Yes No N/A 1. Solicitations were or will be made to ensure fair and open competition from a wide area of interest. ® ❑ ❑ 2. Consultants were or will be selected using competitive procedures based on qualifications, experience, and disadvantaged enterprise requirements with the fees determined ® ❑ ❑ through negotiations. 3. A record of negotiations has been or will be prepared reflecting considerations involved in the establishment of fees, which are ® ❑ ❑ not significantly above the sponsor's independent cost estimate. 4. If engineering or other services are to be performed by sponsor force account personnel, prior approval was or will be obtained ❑ ❑ frorn the FAA. 5. The consultant services contract clearly establish or will clearly establish the scope of work and delineate the division of responsibilities between all parties engaged in carrying out ® ❑ ❑ elements of the project. 6. Costs associated with work ineligible for AIP funding are or will be clearly identified and separated from eligible items in ® ❑ ❑ solicitations, contracts, and related project documents. 7. Mandatory contact provisions for grant -assisted contracts have ® El ❑ been or will be included in consultant services contracts. 8. The cost -plus -percentage -of --cost methods of contracting prohibited under Federal standards were not or will not be used. ® ❑ ❑ Page 1 of 2 9. If the services being procured cover more than the single grant project referenced in this certification, the scope of work was or ❑ ❑ will be specifically described in the advertisement, and future work will not be initiated beyond five years. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of Fort Worth (Name of Sponsor) (Signature of Sponsor's Designated Official Representative) William Welstead (Typed Name of Sponsor Designated Official Representative) Acting Aviation Director (Typed Title of Sponsor's Designated Official Representative) 3 Page 2 of 2 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION PROJECT PLANS AND SPECIFICATIONS CITY OF FORT WORTH FORT WORTH ALLIANCE 3-48-0296- -2012 t Number (Sponsor) (Airport) (Projec) Description of Work: Various Design & Construction For Pavement, Rehabilitation, Security AOA Access Gates, Runway Guard Light & PAPI Rehabilitation, And Electrical Vault Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One --General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. The plans and specifications were or will be prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set ® ❑ ❑ forth in the advisory circulars, or State standard, is necessary other than those previously approved by the FAA. 2. Specifications for the procurement of equipment are not or will not be proprietary or written so as to restrict competition. At ® ❑ ❑ least two manufacturers can meet the specification. 3. The development included or to be included in the plans is ® ❑ ❑ depicted on the airport layout plan approved by the FAA. 4. Development that is ineligible for AIP funding has been or will ® ❑ ❑ be omitted from the plans and specifications. 5. The ;process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 ® ❑ ❑ are or will be included in the project specifications. 6. If a value -engineering clause is incorporated into the contract, ❑ ❑ concurrence was or will be obtained from the FAA. 7. The plans and specifications incorporate or will incorporate applicable requirements and recommendations set forth in the ® ❑ ❑ Federally approved environmental finding. 8. For construction activities within or near aircraft operational Yes No N/A areas, the requirements contained in Advisory Circular 150/5370-2 have been or will be discussed with the FAA as well ❑ ❑ as incorporated into the specifications, and a safety/phasing plan has FAA's concurrence, if required. 9. The project was or will be physically completed without Federal participation in costs due to errors and omissions in the plans ® ❑ ❑ and specifications that were foreseeable at the time of project design. I certify, for the project idented herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of Fort Worth (Name of Sponsor) (Signature of Sponsors Uesrgnatea unrcrar Kepresenrauve� William Welstead (Typed Name of Sponsor's Designated Official Representative) Acting Aviation Director (Typed Title of Sponsor's Designated Official Representative) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION PROJECT PLANS AND SPECIFICATIONS CITY OF FORT WORTH FORT WORTH ALLIANCE 3-48-0296- -2012 (Sponsor) (Airport) (Project Number) Description of Work: Various Design & Construction For Pavement, Rehabilitation, Security AOA Access Gates, Runway Guard Light & PAPI Rehabilitation, And Electrical Vault Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One --General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. The plans and specifications were or will be prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set ® ❑ ❑ forth in the advisory circulars, or State standard, is necessary other than those previously approved by the FAA. 2. Specifications for the procurement of equipment are not or will not be proprietary or written so as to restrict competition. At ® ❑ ❑ least two manufacturers can meet the specification. 3. The development included or to be included in the plans is ® ❑ ❑ depicted on the airport layout plan approved by the FAA. 4. Development that is ineligible for AIP funding has been or will ® El ❑ be omitted from the plans and specifications. 5. The process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 ® ❑ ❑ are or will be included in the project specifications. 6. If a value -engineering clause is incorporated into the contract, ❑ concurrence was or will be obtained from the FAA. El 7. The plans and specifications incorporate or will incorporate applicable requirements and recommendations set forth in the ® ❑ ❑ Federally approved environmental finding. Yes No N/A 8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 150/5370-2 have been or will be discussed with the FAA as well ❑ ❑ as incorporated into the specifications, and a safety/phasing plan has FAA's concurrence, if required. 9. The project was or will be physically completed without Federal participation in costs due to errors and omissions in the plans ® ❑ ❑ and specifications that were foreseeable at the time of project design. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of Fort Worth (Name of Sponsor) (Signature of Sponsors Designated Official Representative) Fernando Costa (Typed Name of Sponsor's Designated Official Representative) Assistant City Manager (Typed Title of Sponsor's Designated Official Representative) (Date) APPROVEp AS _�C FORM ANL LEGALITY- City of Fort WOth U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION EQUIPMENT/CONSTRUCTION CONTRACTS Fort Worth Alliance 3-48-0296- 0% (Sponsor) (Airport) (Project Number) Description of Work Various Design & Construction For Pavement, Rehabilitation, Security AOA Access Gates, Runway Guard Light & PAPI Rehabilitation, And Electrical Vault Title 49, United States Code (USC), section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One --General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A (f 1. A code or standard of conduct is or will be in effect governing the performance of the sponsor's officers, employees, or agents ® ❑ ❑ in soliciting and awarding procurement contracts. 2. Qualified personnel are or will be engaged to perform contract administration, engineering supervision, construction inspection, ® ❑ ❑ and testing. 3. The procurement was or will be publicly advertised using the ® ❑ ❑ competitive seGled bid method of procurement. 4. The bid solicitation clearly and accurately describes or will describe: a. The current Federal wage rate determination for all ® El Feelcoi-lslructicn projects, and b. All other requirements of the equipment and/or services to be provided. 5. Concurrence was or will be obtained from FAA prior to contract award ur)der any of the following circumstances: a. Cnly one qualified person/firm submits a responsive bid, b. he contract is to be awarded to other than the lowest responsible bidder, ® ❑ ❑ c. Life cycle costing is a factor in selecting the lowest responsive bidder, or d. Prcp,-.)5Pd contract prices are more than 10 percent over the sponsor's cost estimate. cx Yes No N/A 6. All contracts exceeding $100,000 require or will require the following provisions: a. A bid ouarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent; b. Conditions specifying administrative, contractual, and legal remedies, including contract termination, for those ® ❑ ❑ instances in which contractors violate or breach contact terms; and c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)), Section 508 of the Clean Water Act (33 USC 01368), and Executive Order 11738. 7. All construction contracts contain or will contain provisions for: a. Compliance with the Copeland "Anti -Kick Back" Act, and b. Preference river in the employment of labor (except in ® ❑ ❑ executive, administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans. 8. All construction contracts exceeding $2,000 contain or will contain the following provisions: a. CompFance Wit'r the Davis -Bacon Act based on the current ® ❑ ❑ f=ederai wage rate determination; and b. Cnrnoliance with the Contract Work Hours and Safety Standards Act 1'40 USC 327-330), Sections 103 and 107. 9. All construction contracts exceeding $10,000 contain or will contain apt)rooriate clauses from 41 CFR Part 60 for ® ❑ ❑ compliance %vith Executive Orders 11246 and 11375 on Equal Emp!ol&;rrent Opportunity. 10. All contracts and subcontracts contain or will contain clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and ® ❑ ❑ 49 CFR 26 for Disadvantaged Business Enterprises, 11. Appro.: -::e. r_I+t� :'cs hw� been or wi'I be made to assure that contract; or subcontracts are not awarded to those individuals or firms S,t:spc sided. debarred, or voluntarily excluded from ® ❑ ❑ doing business with any U.S. Department of Transportation (DOi1 eiewient and appearing on the DOT Unified List. I certify, for the prcliect identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. i� ;ty of roil Worth �Nanre or Sponsor) If'g7; ate,a ct Snnnsor's Designated Official Representative) 4^Jl+iran- Vllelstead Name of Soonsor's Designated Official Representative) acting_ Aviaifon Director (Tvcmd Title of Sponsor's Designated Official Representative) 3�? r.o��tFr U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION REAL PROPERTY ACQUISITION City of Fort Worth Fort Worth Alliance 3-48-0296- -2012 (Sponsor) (Airport) (Project Number) Description of Work: Various Design & Construction For Pavement, Rehabilitation, Security AOA Access Gates, Runway Guard Light & PAPI Rehabilitation, And Electrical Vault Title 49, United States Code, section 47105(d), � uthorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on real property acquisition and relocation assistance are in Title 49, Code of Federal Regulations (CFR), Part 24. The AIP project grant agreement contains specific requirements and assurances on the Uniform Relocation Assistance and Real Property Acquisition Act of 1970 (Uniform Act), as amended. Except for th:� certified item^, below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. The sponsors attorney or other official has or will have good and sufficient Mile as well as title evidence on property in the project. 2. If defects and/or encumbrances exist in the title that adversely impact the soonsor's intended use of property in the project, they have been or will be extinguished, modified, or subordinated. 3. If propert; for ai-port dev��lopment. is or will be leased, the following conditions have been moot: a. The term is for 20 years or the useful life of the project, b. The lessor is a public agency, and c. The lease contains no provisions that prevent full compliance wah the grant agreement. 4. Property in the project is Jr will be in conformance with the current Exhibit A property map, �rfhich is based on deeds, title opinions, !and surveys, the approved airport layout plan, and project documentation. 5. For any acouisition of property interest in noise sensitive approach zones and related areas, property interest was or will be obtained to ensure land is used for purposes compatible with noise levels associated with operation of the airport. 6. For any acquisition of property interest in runway protection zones and areas related to 14 CFF: 77 surfaces, property interest was or will be cbtained for the following: a. -� I ie right of fligin, b. _i_ io n;1ht of ingress and egress to remove obstructions, and c. The right to restrict the establishment of future obstructions. Yes No N/A /1 �1 �1 /1 u 1•1 �J Yes No N/A 7. Appraisals prepared by qualified real estate appraisers hired by the sponsor include or will include the following: a. Valuation data to estimate the current market value for the property „Iterest acquired on each parcel, and ® ❑ ❑ b. Verification that an opportunity has been provided the property owner or reoresentative to accompany appraisers during inspections. 8. Each appraisal has been or will be reviewed by a qualified review appraiser to recommend an amount for the offer of just ® ❑ Elcompensation, and the written appraisals as well as review appraisal are available to FAA for review. 9. A written offer to acquire each parcel was or will be presented to the property owner for not less than the approved amount of just ® ❑ ❑ compensation. 10. Effort was or will be made to acquire each property through the following negotiation procedures: a. No coercive action to induce agreement, and ® ❑ ❑ b. Supporting documents for settlements included in the project files. 11. If a ne(Iotiated cettleynent is not reached, the following procedures were or will be used: a. Condemnation initiated and a court deposit not less than the ® El El;Lip t cor•:1.1= nsation made prior to possession of the property, and b. Su�)poC }ing documents for awards included in the project files. 12. If disr.)lac:em(int of persons, businesses, farm operations, or non- profit crcanizatcns is involved, a relocation assistance program was or will be established, with displaced parties receiving general ® ❑ ❑ inform :,':ion on the program in writing, including relocation eligibility, and a 90-day notice to vacate. 13. Reloc&tion assistance se vices, comparable replacement housing, and ray r nent P_;f necessary relocation expenses were or will be ® ❑ ❑ providP(j ;v;tI1ir ;: raasonab?e time p^riod 0,or each displaced occupc,rt i^, , rd�,nca �,ilh the Ur+ifcrnr Act. I certify, X1. atree prcjeo ;uentifietl herein, responses to the forgoing items are accurate as marked and have prepared r?��:r�r-rr= af�,tion :�ttachednerato for any item marked "no" that is correct and complete. wily of Fort 4"Jorth j5rynalu�• of �lPw-fsors Gesignateo Oificial Representative) 1rViiliam vVelstead Tr^o'1 dame of Spersor's Designated Official Representative) Acting_ Aviation Director (T /cted Title of Sponsor's Designated Official Representative) City of Fort Worth U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION DRUG -FREE WORKPLACE Fort Worth Alliance 3-48-0296- as (Sponsor) (Airport) (Project Number) Description of Work: Various Design & Construction For Pavement, Rehabilitation, Security AOA Access Gates, Runway Guard Light & PAPI Rehabilitation, And Electrical Vault Title 49, United States Code, section 4i 1U5(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug -free workplace within Federal grant programs are described in Title 49, Code of Federal Regulations, Part 29. Sponsors are required to certify they will be, or will continue to provide, a drug -free workplace in accordance with the regulation. The AIP projec' grant agreement contains st:jecific assurances on the Drug -Free Workplace Act of 1988. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of proj ec1. irn.plementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying 41h all applicable statutory and administrative standards. Yes No N/A 1. A statement has been or will be published notifying employees that the uniawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition. 2. An ongoing drug -free awareness program has been or will be established to inform employees about: a. Tne rangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug -free workplace; El F Co Any available drug counseling, rehabilitation, and employee assistance programs; and d. `t lie penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. 3. Each emrloltera to h(n engaged in the performance of the work has been vv;J1 he given a copy of the statement required within item 1 above. 4. Employees have been or will be notified in the statement required by item 1 above 'hat, as a condition employment under the grant, the employee will: a. Abide by the terms of the statement; and b. Notify the employer in writing of his or her conviction for a vioiatior of a criminal drug statute occurring in the workplace no later Hiatt live calendar days after such conviction. Yes No N/A 5. The FAA will be notified in writing within ten calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title of ® ❑ ❑ the employee, to the FAA. Notices shall include the project number of each affected grant. 6. One of the following actions will be taken wn 30 calendar days of receiving a notice under item 4b above with respect to any employee who is so convicted: a. Take appropriate personnel action against such an employee, up fo and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; ® ❑ ❑ cr b. Require such employee to participate satisfactorily in a drug a'ruso assistimce or rehabilitation program approved for such parp_)ses L�y Federal, State, or local health, law enforcement, or other appropriate agency. 7. A goon faith effcrt will he :made to cortinue to maintain a drug -free ® ❑ ❑ workplace. f.hrough implementation of items 1 through 6 above. I have prepare;) documentation shown below or attached hereto with sites) for performance of work (street address, city, c�unty, !:I ate, zip code). There are no such workplaces that are not identified below or in the attachment. I hale pr.c.1pared additional documentation for any above items marked "no" and attached it hereto. I certify that, for the project identified herein, responses to the forgoing items are accurate as marked ar:ui attachnpilants are connect and complete. Location Street Adr'r ass: State: Zit; code. Location Location City of Fort Worth Name of Sponsor Signature of Sponsor's Designated Official Representative William Welstead Type Name of Sponsor's Designated Official Representative Acting Aviation Director Typed Title 9f Sponsor's Designated Official Representative Date of AI P GRANT ASSURANCES Airport Sponsors A. General. 1. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants for airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term "public agency sponsor" means a public agency with control of a public -use airport; the term "private sponsor" means a private owner of a public -use airport; and the term "sponsor" includes both public agency sponsors and private sponsors. 3. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become part of this grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of this grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of the terms, conditions, and assurances with respect to real property acquired with federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances. 2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of acceptance of Federal aid for the project. 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 30, 32, 33, and 34 in section C apply to planning projects. The terms, conditions, and assurances of this grant agreement shall remain in full force and effect during the life of the project. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: Airport Sponsor Assurances (4/2012) ARP Page 1 of 17 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 fiends for this project including but not limited to the following: Federal Legislation a. Title 49, U.S.C., subtitle VII, as amended. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seq. c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act — 5 U.S.C. 1501, et seq. e. Uniform Relocation Assistance and Real Property Acquisition Policies Act 12 of 1970 Title 42 U.S.C. 4601, et seq. f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f). g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469c. h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et seq. i. Clean Air Act, P.L. 90-148, as amended. j. Coastal Zone Management Act, P.L. 93-205, as amended. k. Flood Disaster Protection Act of 1973 we Section 102(a) - 42 U.S.C. 4012a. 1. Title 49, U.S.C., Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of 1973 - 29 U.S.C. 794. n. Civil Rights Act of 1964 - Title VI we 42 U.S.C. 2000d through d-4. o. Age Discrimination Act of 1975 we 42 U.S.C. 6101, et seq. p. American Indian Religious Freedom Act, P.L. 95-341, as amended. q. Architectural Barriers Act of 1968 42 U.S.C. 4151, et seq. r. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373. s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq. t. Copeland Anti kickback Act - 18 U.S.C. 874.1 u. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq. v. Wild and Scenic Rivers Act, P.L. 90-542, as amended. w. Single Audit Act of 1984 - 31 U.S.C. 7501, et seq. x. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Executive Orders: Executive Order 11246 - Equal Employment Opportunity Executive Order 11990 we Protection of Wetlands Executive Order 11998 —Flood Plain Management Executive Order 12372 -Intergovernmental Review of Federal Programs Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Construction Executive Order 12898 - Environmental Justice Airport Sponsor Assurances (4/2012) ARP Page 2 of 17 Federal Regulations a. 14 CFR Part 13 - hlvestigative and Enforcement Procedures. b. 14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. c. 14 CFR Part 150 - Airport noise compatibility planning. d. 29 CFR Part I - Procedures for predetermination of wage rates. e. 29 CFR Part 3 - Contractors and subcontractors on public building or public work financed in whole or part by loans or grants from the United States. f. 29 CFR Part 5 owLabor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non -construction contracts subject to the Contract Work Hours and Safety Standards Act). g. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements). h. 49 CFR Part 18 - Uniform administrative requirements for grants and cooperative agreements to state and local governments. i. 49 CFR Part 20 - New restrictions on lobbying. j. 49 CFR Part 21 - Nondiscrimination in federally -assisted programs of the Department of Transportation - effectuation of Title VI of the Civil Rights Act of 1964. k. 49 CFR Part 23 - Participation by Disadvantage Business Enterprise in Airport Concessions. 1. 49 CFR Part 24 - Uniform relocation assistance and real property I2 acquisition for Federal and federally assisted programs. m. 49 CFR Part 26 — Participation By Disadvantaged Business Enterprises in Department of Transportation Programs. n. 49 CFR Part 27 - Nondiscrimination on the basis of handicap in programs and activities receiving or benefiting from Federal financial assistance. o. 49 CFR Part 29 — Government wide debarment and suspension (nonprocurement) and government wide requirements for drug -free workplace (grants). p. 49 CFR Part 30 - Denial of public works contracts to suppliers of goods and services of countries that deny procurement market access to U.S. contractors. q. 49 CFR Part 41 -Seismic safety of Federal and federally assisted or regulated new building construction. Office of Management and Budget Circulars a. A-87 -Cost Principles Applicable to Grants and Contracts with State and Local Governments. b. A.133 - Audits of States, Local Governments, and Non -Profit Organizations These laws do not apply to airport planning sponsors Airport Sponsor Assurances (4/2012) ARP Page 3 of 17 These laws do not apply to private sponsors. 49 CFR Part 18 and OMB Circular A-87 contain requirements for State and Local Governments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this grant agreemenI . 2. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to apply for this grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for this grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with this application; and to provide such additional information as may be required. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under this grant agreement which it will own or control. 4. Good Title. a. It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. b. For noise compatibility program projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal funds will be expended or will give assurance to the Secretary that good title will be obtained. Airport Sponsor Assurances (4/2012) ARP Page 4 of 17 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. c. For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to the same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility program project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial non-compliance with the terms of the agreement. d. For noise compatibility program projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial non-compliance with the terms of the agreement. e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public -use airport in accordance with these assurances for the duration of these assurances. f. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in this grant agreement and shall insure that such arrangement also requires compliance therewith. g. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property Airport Sponsor Assurances (4/2012) ARP Page 5 of 17 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. �. 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. Air and Water Quality Standards. In projects involving airport Location, a major runway extension, or rumvay location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, it assures or certifies that it has implemented an effective airport pavement maintenance -management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement Urport Sponsor Assurances (4/2012) ARP Page 6 of 17 condition and pavement management programs as the Secretary determines may be useful. 12. Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this grant, the total cost of the project in connection with which this grant is given or used, and the amount or nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to this grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which this grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six (6) months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under this grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis -Bacon Act, as amended (40 U.S.C. 276a-276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 15. Veteran's Preference. It shall include in all contracts for work on any project funded under this grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to Airport Sponsor Assurances (4/2012) ARP Page 7 of 17 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 fiends 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. Airport Sponsor Assurances (4/2012) ARP Page 8 of 17 19. Operation and Maintenance. aa. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States. shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non -aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for- t) 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 including the adopt UseIt will take appropriate actionto the extent reasonable 22. Economic Nondiscrimination. a. It will make the airport available as an airport for public use on reasonable Airport Sponsor Assurances (4/2012) ARP Page 9 of 17 [7 c d. 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. In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to- 1) furnish said services on a reasonable, and not unjustly discriminatory, basis to all users thereof, and 2) charge reasonable, and not unjustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. 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. 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. Each air carrier using such airport (whether as a tenant, non tenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and utilize similar facilities, subject to reasonable classifications such as tenants or non tenants and signatory carriers and non signatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classification or status. f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees [including, but not limited to maintenance, repair, and fueling] that it may choose to perform. g. In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. i. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessary for the safe Airport Sponsor Assurances (4/2012) ARP Page 10 of 17 operation of the airport or necessary to serve the civil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any person providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of the services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services, and b. If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -based operator and such airport. It further agrees that it will not, either directly or indirectly, grant or permit any person, firm, or corporation, the exclusive right at the airport to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self-sustaining as possible under the circumstances existing at the particular airport, taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development, airport planning or noise compatibility project for which a grant is made under Title 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. 25. Airport Revenues. a. All revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner or operator of the airport 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 AirportSponsor Assurances (4/2012) ARP Page 11 of 17 26. 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. b. As part ofthe annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit will review, and the resulting audit report will provide an opinion concerning, the use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. c. Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Section 47107 of Title 49, United States Code. 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; Airport Sponsor Assurances (4/2012) ARP Page 12 of 17 c 0 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 in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: 1) all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2) all services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property. 27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that — a. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather -reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at alt 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 Airport Sponsor Assurances (4/2012) ARP Page 13 of 17 and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon; and (4) all proposed and existing access points used to taxi aircraft across the airport's property boundary. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. b. If a change or alteration in the airport or the facilities is made which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the airport and which is not in conformity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested, by the Secretary (1) eliminate such adverse effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in the airport or its facilities except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary's design standards beyond the control of the airport sponsor. 30. Civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits, or (b) the period during which the sponsor retains ownership or possession of the property. 31. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes, including land serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition Airport Sponsor Assurances (4/2012) ARP Page 14 of 17 which is proportionate to the United States' share of acquisition of such land will be, at the discretion of the Secretary, (I) 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 471 17(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes, the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. b. For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair- market value of the land. That portion of the proceeds of such disposition which is proportionate to the United States' share of the cost of acquisition of such land will, (1) upon application to the Secretary, be reinvested or transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 471 17(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 malting such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. Airport Sponsor Assurances (4/2012) ARP Page 15 of 17 d. Disposition of such land under (a) (b) or (c) will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 32. Engineering and Design Services. It will award each contract, or sub -contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping or related services with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under Title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent qualifications -based requirement prescribed for or by the sponsor of the airport. 33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. 34. Policies, Standards, and Specifications. It will carry out the project in accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed in the Current FAA Advisory Circulars for AIP projects, dated January 25, 2012 and included in this grant, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. 35. Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property, to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse property owners for necessary expenses as specified in Subpart B. (2) It will provide a relocation assistance program offering the services described in Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. (3) It will make available within a reasonable period of time prior to displacement, comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36. Access By Intercity Buses. The airport owner o►• operator will permit, to the maximum extent practicable, intercity buses or other modes of transportation to have access to the airport; however, it has no obligation to fund special facilities for intercity buses or for other modes of transportation. 37. Disadvantaged Business Enterprises. The recipient shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT -assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure non discrimination in the award Airport Sponsor Assurances (4/2012) ARP Page 16 of 17 and administration of DOT -assisted contracts. The recipient's DBE program, as required by 49 CFR Part 26, and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. l 001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801). 38. Hangar Construction. If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for the aircraft at the aircraft owner's expense, the airport owner or operator will grant to the aircraft owner for the hangar a long term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose. 39. Competitive Access. a. If the airport owner or operator of a medium or large hub airport (as defined in section 47102 of title 49, U.S.C.) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that - I ) Describes the requests; 2) Provides an explanation as to why the requests could not be accommodated; and 3) Provides a time frame within which, if any, the airport will be able to accommodate the requests. b. Such report shall be due on either February I or August I of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. Airport Sponsor Assurances (4/2012) ARP Page 17 of 17 REQUIRED F®R USE IN MFAA tAirports Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated: 1/25/2012 View the most current versions of these ACs and any associated changes at: http://www.faa.gov/airports/resources/advisory circulars 70/7460-1 K � Obstruction Marking and Lighting 150/5000-13A I Announcement of Availability—RTCA Inc., Document RTCA-221, Guidance and Recommended Requirements for Airports Surface Movement Sensors 150/5020-1 � Noise Control and Compatibility Planning for Airports 150/5070-6B I Airport Master Plans Change 1 150/5070-7 I The Airport System Planning Process 150/5100-1313 � Development of State Standards for Non Primary Airports 150/5200-281D I Notices to Airmen (NOTAMS) for Airport Operators 150/5200-30C I Airport Winter Safety and Operations 150/5200-3313 I Hazardous Wildlife Attractants On or Near Airports 150/5210-51D I Painting, Marking and Lighting of Vehicles Used on an Airport 150/5210-71D I Aircraft Rescue and Fire Fighting Communications 150/5210-13C I Airport Water Rescue Plans and Equipment 150/5210-14B I Aircraft Rescue Fire Fighting Equipment, Tools, and Clothing 150/5210-15A I Airport Rescue &Firefighting Station Bung Design 150/5210-18A (Systems for Interactive Training of Airport Personnel FAA Advisory Circulars Required for Use in Updated 1/25/2012 AIP Funded and PFC Approved Projects ARP Page 1 of 5 150/5210-19A Driver's Enhanced Vision System (DENS) 150/5220-10E � Guide Specification for Aircraft Rescue and Firefighting Vehicles 150/5220-16D � Automated Weather Observing Systems for Non -Federal Applications 150/5220-17B � Aircraft Rescue and Firefighting (ARFF) Training Facilities 150/5220-18A (Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 150/5220-20 I Airport Snow and Ice Control Equipment Change 1 150/5220-21B (Guide Specification for Lifts Used to Board Airline Passengers With Mobility Impairments 150/5220-22A � Engineered Materials Arresting System (EMAS) for Aircraft Overruns 150/5220-23 � Frangible Connections 150/5220-24 � Foreign Object Debris Detection Equipment 150/5300-76 I FAA Policy on Facility Relocations Occasioned by Airport Improvements or Changes 150/5300-13 I Airport Design Changes 1 - 18 150/5300-1413 (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 I General Guidance and Specifications for Aeronautical Survey Airport Imagery Acquisition and Submission to the National Geodetic Survey 150/5300-186 General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards 150/5320-5C Change 1 150/5320-6E 150/5320-12C Change 8 150/5320-15A Surface Drainage Design Airport Pavement Design and Evaluation Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces Management of Airport Industrial Waste FAA Advisory Circulars Required for Use in Updated 1/25/2012 AIP Funded and PFC Approved Projects ARP Page 2 of 5 150/5325-4B Runway Length Requirements for Airport Design 150/5335-5B � Standardized Method of Reporting Airport Pavement Strength PCN 150/5340-1 K (Standards for Airport Markings 150/5340-5C � Segmented Circle Airport Marker System 150/5340-18F � Standards for Airport Sign Systems 150/5340-30F � Design and Installation Details for Airport Visual Aids 150/5345-3G � Specification for L821 Panels for the Control of Airport Lighting 150/5345-56 I Circuit Selector Switch 150/5345-7E � Specification for L824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-10G � Specification for Constant Current Regulators Regulator Monitors 150/5345-12F � Specification for Airport and Heliport Beacon 150/5345-136 I Specification for L841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-26D � Specification for L823 Plug and Receptacle, Cable Connectors 150/5345-27D � Specification for Wind Cone Assemblies 150/5345-28G � Precision Approach Path Indicator (PAPI) Systems 150/5345-391D I FAA Specification L853, Runway and Taxiway Retroreflective Markers 150/534542F I Specification for Airport Light Bases, Transformer Housings, Junction Boxes and Accessories 150/534543F I Specification for Obstruction Lighting Equipment 150/534544J I Specification for Taxiway and Runway Signs 150/534545C I Low -Impact Resistant (LIR) Structures 150/534546D I Specification for Runway and Taxiway Light Fixtures 150/534547C (Specifications for Series to Series Isolation Transformers for Airport Lighting System 150/5345-49C I Specification L854, Radio Control Equipment FAA Advisory Circulars Required for Use in Updated 1/25/2012 AIP Funded and PFC Approved Projects ARP Page 3 of 5 150/5345-508 Specification for Portable Runway and Taxiway Lights 150/5345-51 B � Specification for Discharge -Type Flasher Equipment 150/5345-52A � Generic Visual Glideslope Indicators (GVGI) 150/5345-53C � Airport Lighting Equipment Certification Program 150/5345-54B � Specification for L-1884, Power and Control Unit for Land and Hold Short 150/5345-55A Specification for L893, Lighted Visual Aid to Indicate Temporary Runway Closure 150/5345-566 Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360-9 � Planning and Design of Airport Terminal Facilities at Non -Hub Locations 150/5360-12E � Airport Signing and Graphics 150/5360-13 I Planning and Design Guidance for Airport Terminal Facilities Change 1 150/5360-14 � Access to Airports By Individuals With Disabilities 150/5370-OE: � Operational Safety on Airports During Construction 150/5370-10F I Standards for Specifying Construction of Airports 150/5370-11 B I Use of Nondestructive Testing Devices in the Evaluation of Airport Pavement 150/5380-6B I Guidelines and Procedures for Maintenance of Airport Pavements 150/5390-2B I Heliport Design 150/5395-1 1 Seaplane Bases FAA Advisory Circulars Required for Use in Updated 1/25/2012 AIP Funded and PFC Approved Projects ARP Page 4 of 5 THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY DATED: 1 /25/2012 150/5100-14D I Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects 150/5100-15A (Civil Rights Requirements for the Airport Improvement Program 150/5100-17 Changes - 6 I Land Acquisition and Relocation Assistance for Airport Improvement Program 1 Assisted Projects 150/5200-37 � Introduction to Safety Management Systems (SMS) for Airport Operators 150/5300-15A � Use of Value Engineering for Engineering Design of Airports Grant Projects 150/5320-17 � Airfield Pavement Surface Evaluation and Rating (PASER) Manuals 150/5370-6D I Construction Progress and Inspection Report —Airport Grant Program Changes 150/5370-12A (Quality Control of Construction for Airport Grant Projects 150/5370-13A � Offpeak Construction of Airport Pavements Using Hot -Mix Asphalt 150/5380-7A � Airport Pavement Management Program THE FOLLOWING ADDITIONAL APPLY TO PFC PROJECTS ONLY DATED: 1 /25/2012 150/5000-12 Announcement of Availability —Passenger Facility Charge (PFC) Application (FAA Form 5500-1) FAA Advisory Circulars Required for Use in Updated 1/25/2012 AIP Funded and PFC Approved Projects ARP Page 5 of 5 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 302092 = Ordinance No. 20098-03-20lz DATE: Tuesday, March 06, 2012 LOG NAME: 55AFW 2012 CARGO ENTITLEMENT REFERENCE NO.: C-25480 SUBJEC : Authorize Application for and Accept, if Awarded, a Grant from the Federal Aviation Administration in the Amount of $1,200,000.00 to Design and Construct Airfield Perimeter Fence Rehabilitation and Closed Circuit Television Security Improvements, Automated Surface Observing System Relocation, Airport Rescue and Firefighting Tower Emergency Telephone, Pavement Joint Rehabilitation on Runways, Taxiways and.Aprons, and Conduct a Wildlife Hazard Assessment for Fort Worth Alliance Airport and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Authorize application for and accept a grant, if awarded, from the Federal Aviation Administration in the amount of $1,200,000.00 to design and construct airfield perimeter fence rehabilitation and closed circuit television security improvements, automated surface observing system relocation, airport rescue and firefighting tower emergency telephone, pavement joint rehabilitation on runways, taxiways and aprons, and conduct a wildlife hazard assessment for Fort Worth Alliance Airport; 2. Authorize the use of land credits in the amount of $63,157.89 for the City's in -kind local match of five percent of the project cost; and 3. Adopt the appropriation ordinance increasing estimated receipts and appropriations in the Airports Grant Fund by $112631157.$91 subject to receipt of the grant. DISCUSSION: Each year Fort Worth Alliance Airport (Alliance Airport) is eligible to receive Airport Cargo Entitlement and Non -Primary Airport money from the Federal Aviation Administration (FAA). This is based on the amount of cargo activity from the previous calendar year and discretionary dollars available in the Airport Improvement Program. The total amount of entitlement and non -primary airport money available to Alllance Airport this year is up to $1,200,000.00. Upon receipt of a grant from the FAA, this Airport Cargo Entitlement and Non -Primary Airport Money will be used for: 1. Design and construction of airfield perimeter fence rehabilitation and Closed Circuit Television Security (CCTV} improvements; 2. Design and construction of Automated Surface Observing System (ASOS) relocation; 3. Design and construction of Airport Rescue and Firefighting Tower Emergency Telephone; 4. Design and construction of pavement joint rehabilitation on runways, taxiways and aprons; and 5. Conducting a wildlife hazard assessment. Logname: SSAFW 2012 CARGO ENTITLEl�&UNT Page 1 of 2 Fort Worth Alliance Airport is located in COUNCIL DISTRICT 2. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations, and adoption of the attached appropriation ordinance, funds will be available in the current operating budget, as appropriated, of the Airports Grant Fund. FUND CENTERS: TO Fund/Account/Centers GR14 451856 055218542000 GR14 5(VARIOUS) 055218541010 GR14 488189 055218542000 GR14 541110 055218542990 $1,200.000.00 $1,200,000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: $63.157.89 $63,157.89 FROM Fund/Account/Centers Fernando Costa (6122) Bill Welstead (5402) Aya Ealy (5406) ATTACHMENTS 1. 55AFW 2012 CARGO ENTITLEMENT A012.doc (Public) Logname: 55AFW 2012 CARGO ENTITLEMENT Page 2 of Z M&C Review Page 1 of 2 C)fticial site of the City of Fort Worth, Texas COUNCIL ACTION: Approved on 4/17/2012 - Ordinance No. 20178-04=2012 DATE: 4/17/2012 REFERENCE C-25567 LOG NAME: 55AMEND AFW 2012 NO.: CARGO ENTITLEMENT CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING. SUBJECT: Amend M&C C-25480 to Increase the Amount of Land Credits Used for the City's In -Kind Local Grant Match from Five Percent to Ten Percent of the $1,333,333.33 Project Cost, if Awarded a Grant from the Federal Aviation Administration to Design and Construct Airfield Perimeter Fence Rehabilitation and Closed Circuit Television Security Improvements, Automated Surface Observing System Relocation, Airport Rescue and Firefighting Tower Emergency Telephone, Pavement Joint Rehabilitation on Runways, Taxiways and Aprons, Conduct a Wildlife Hazard Assessment for Fort Worth Alliance Airport and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Amend M&C C-25480 to increase the amount of land credits used for the City's local in -kind grant match from five percent to ten percent of the $1,333,333.33 project cost, if awarded a grant from the Federal Aviation Administration to design and construct airfield perimeter fence rehabilitation and closed circuit television security improvements, automated surface observing system relocation, airport rescue and firefighting tower emergency telephone, pavement joint rehabilitation on runways, taxiways and aprons, and conduct a wildlife hazard assessment for Fort Worth Alliance Airport; and 2. Adopt attached appropriation ordinance increasing estimated receipts and appropriations in the Airports Grant Fund in the amount %J $70,175.44, subject to receipt of the grant. DISCUSSION: On March 6, 2012, (M&C C-25480) the City Council authorized the application for and acceptance of a grant, if awarded, from the Federal Aviation Administration (FAA) in the amount of $1,200,000.00 to design and construct airfield perimeter fence rehabilitation and closed circuit television security improvements, automated surface observing system relocation, airport rescue and firefighting tower emergency telephone, pavement joint rehabilitation on runways, taxiways and aprons, conduct a wildlife hazard assessment for Fort Worth Alliance Airport and the use of land credits in the amount of $63,157.89 for the City's in -kind local match of five percent of the project cost. After passage of the Mayor and Council Communication (M&C), Staff was notified that the FAA is now requiring a grant match of ten percent of project costs. This M&C is necessary to increase the grant match from five percent to ten percent of the $1,333,333.33 in project costs. Approval of this M&C will result in an additional use of land credits in the amount of $70,175.44. Fort Worth Alliance Airport is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. http://apps.cfwnet.org/council�acket/mc review.asp?ID=16647&councildate=4/17/2012 9/4/2013 M&C Review Page 2 of 2 TO Fund/Account/Centers GR14 488189 055218542000 GR14 541110 055218542990 $70,175,44 $70,175.44 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (6122) Bill Welstead (5402) Aya Ealy (5406) ATTACHMENTS 55AMEND AFW 2012 CARGO ENTITLEMENT A012doc.doc http://apps.cfwnet.org/council�acket/mc review.asp?ID=16647&councildate=4/17/2012 9/4/2013