Loading...
2001-184FILE REFERENCE FORM 2001-184 X Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other FILE(S) Date Initials Agreement with Consultant, Coffman Associates attached 05/17/01 JR ORDINANCE NO°ar V AN ORDINANCE OF THE CITY OF DENTON, TEXAS, AUTHORIZING AN AIRPORT PROJECT PARTICIPATION AGREEMENT BETWEEN THE CITY OF DENTON AND THE STATE OF TEXAS, ACTING THROUGH THE TEXAS DEPARTMENT OF TRANSPORTATION TO PROVIDE FOR FINANCIAL ASSISTANCE TO THE DENTON MUNICIPAL AIRPORT FOR DESIGN/ENGINEERING COSTS, AUTHORIZING THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE WHEREAS, Pursuant to Council Resolution No R2000-035 the City Manager or his designee was authorized to enter into all contracts with the State of Texas, acting through the Texas Department of Transportation ("TxDOT") necessary for financial assistance for the Denton Municipal Airport Master Plan (the "Project'), and WHEREAS, TxDOT has presented to the City an Airport Project Participation Agreement which provides for federal funds for design/engmeenng costs associated with the Project, a copy of which is attached hereto and made apart hereof by reference (the "Participation Agreement'), and WHEREAS, the City Council finds that the Participation Agreement is in the public interest, NOW, THEREFOR, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION 1 The City Manager or his designee is hereby authorized to enter into the Participation Agreement on behalf of the City of Denton SECTION 2 The expenditure of funds as set forth in the Participation Agreement is hereby authorized SECTION 3 This ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the day of 2001 EULINE BROCK, MAYOR ATTEST JET ER BY><W -O SC APPROVED AS TO LE L FORM THFRAFRT L-.-A0U CITY ATTORNEY By S \Our Documents\Ordmences\O1\TxDot Airport Participation doc TEXAS DEPARTMENT OF TRANSPORTATION AIRPORT PROJECT PARTICIPATION AGREEMENT (Federally Assisted Airport Development Grant) TxDOT Contract No 13WA002 TxDOT CSJNo 0118DNTON TxDOT Project No AP AMP DENTON Part I - Identification of the Project TO The City of Denton, Tares FROM The State of Texas, acting through the Texas Department of Transportation This Agreement is made and entered mto by and between the Texas Department of Transportation, (hereinafter referred to as the "State"), for and on behalf of the State of Texas, and the City of Denton, Texas, (hereinafter referred to as the "Sponsor") This Grant Agreement is entered into between the State and Sponsor shown above, under the authority granted and in compliance with the provisions of Title 49 United States Code, Section 47101 et seq, and under V T C A. Transportation Code, Title 3, Chapters 21-22, et seq (Vernon and Vernon Supp) The project is described as follows update airport master plan at the Denton Municipal Airport The Sponsor applies for federal financial assistance and desires the State to act as the Sponsor's agent in matters connected with the project described above The parties, by tins Agreement, do fix their respective responsibilities, with reference to each other, with reference to the accomplishment of the project and with reference to the united States Pursuant to and for the purpose of carrying out the provisions of Title 49 U S C , and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in the Airport Project Participation Agreement and its acceptance of this Offer as 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 provided, THE TEXAS DEPARTMENT OF TRANSPORTATION, FOR AND ON BEHALF OF THE UNITED STATES, FEDERAL AVIATION ADMINISTRATION (HEREINAFTER REFERRED TO AS THE "FAA"), OFFERS AND AGREES to pay, as the United States share of the allowable coats incurred in accomplishing the project, mnety percentum of all allowable project costs Tins grant is made on and subject to the following terms and conditions Page 1 of 26 Part H - Offer of Financial Assistance The allowable costs of the project shall not include any costs determined by the State to be meligible for consideration as to silowabflity under Title 49 US C , the V T CA Transportation Code, Title 3, Chapters 21-22, et seq , (Vernon and Vernon Supp), and the Anport Zoning Act, Tex Loc Govt Code Ann 241 001 et seq (Vernon and Vernon Supp) 2 It is estimated that design/engineenng project costs will be approximately $165,150 00 (Amount A) It is further estimated that approximately $165,150 00 (Amount B) of the project costs will be eligible for federal financial assistance, and that federal financial assistance will be for ninety percent (90%) of the eligible project costs Final determination of federal eligibility of total project costs will be determined by the State in accordance with federal guidelines following completion of project In the event that federal funds are unavailable, this Agreement shall automatically be voided and become of no force and effect, except that unexpended or unencumbered moneys actually deposited by the Sponsor and held with the State for project purposes shall be returned to the Sponsor The maximum obligation of the United States payable under this offer shall be $148,635 00 (Amount C) This grant should not be construed as block grant funds for the Sponsor, but as a grant for funding of the scope items as listed on page one of tlus agreement It is the intent of the State to provide funding to complete the approved work items of this grant and not to amend the scope of work to include items outside of the current determined needs of this project Scope of work may be amended as necessary to fulfill the unforeseen needs of this specific development project within the spirit of the approved scope, subject to the availability of state, federal, and/or local funds 4 It is estimated that the Sponsor's share of the total project costs will be $16,515 00 (Amount D) The Sponsor specifically agrees that it shall pay any project costs, winch exceed the sum of the federal share (Amount C) It is further agreed that the Sponsor will reimburse the State for any payment or payments made by the State in behalf of the Sponsor winch are in excess of the federal percentage of financial participation as stated in Part II-2 The State shall refund to the Sponsor, at the financial closure of the project, any excess funds provided by the Sponsor it is mutually understood and agreed that it; during the life of the project, the State determines that the grant amount exceeds the expected needs of the sponsor by $5,000 or five (501*) percent, whichever is greater, the grant amount can be unilaterally reduced by letter from the State advising of the budget change and a refund of the sponsor share of the reduction will be done Conversely, if there is an overrun in the eligible project costs, the State may increase the grant to cover the amount of overrun not to exceed the Page 2 of 26 statutory fifteen (15%) percent limitation, and will advise the Sponsor by letter of the increase Upon receipt of the aforementioned letter, the maximum obligation of the United States is adjusted to the amount specified and the Sponsor will ramt their share of the increased stint amount. Participation in additional federally eligible costs may require approval by the Texas Transportation Commission The State will not authorize expenditures in excess of the dollar amounts identified in this Agreement and any amendments, without the consent of the Sponsor Payment of the United States share of the allowable project costs will be made in accordance with the provisions of such regulations and procedures as the State and the FAA, shall prescribe Find determination of the United States share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs 6 Sponsor's share of project costs (Amount D) shall be paid initially in cash when requested by the State At project closeout, Sponsor will be reimbursed for any credited amounts that exceed Sponsor's share 7 Sponsor, by executing this Agreement certifies, and upon request, shall furnish proof to the State that it has sufficient funds to meet its share of the costs The Sponsor grants to the State and federal government the right, upon advance written request during reasonable and regular business hours, to audit any books and records of the Sponsor to verify said funds In addition, the Sponsor shall disclose the source of all funds for the project and its ability to finance and operate the project Following the execution of this Agreement and upon written demand by the State, the Sponsor's financial obligation (Amount D) shall be due and payable to the State State may request the Sponsor's financial obligation in partial payments Should the Sponsor fad to pay the obligation, either in whole or in part, within 30 days of written demand, the State may exercise its rights under Part V-7 Likewise, should the State be unwilling or unable to pay its obligation in a timely manner, the failure to pay shall be considered a breach and the Sponsor may exercise any rights and remedies it has at law or equity Expenditures for eligible project costs for the above project made by the State or the Sponsor prior to the award of a federal grant for the project, and prior to actual receipt of the authority to expend federal grant funds, shall be made from Sponsor funds PART M - Sponsor Responsibilities In accepting the Agreement, the Sponsor guarantees that a it will comply with the Attachment A, Certification of Airport Fund, attached and Page 3 of 26 made a part of this Agreement, and ►t will comply with the Attachment B, Certification of Project Fund, attached and made a part of this Agreement, and ►t will comply with the Attachment C, Airport Assurances (9/99XState Modified 9/99), attached and made a part of this Agreement, and d ►t will, in the operation of the facility, comply with all applicable state and federal laws, rules, regulations, procedures, covenants and assurances required by the State of Texas or the FAA in connection with the federal grant, and e the Airport or navigational facility which ►s the subject of this Agreement shall be controlled for a period of at least 20 years, and improvements made or acquired under this project shall be operated, repaired and maintained in a safe and serviceable manner for the useful life of said unprovements, not to exceed 20 years, and f consistent with safety and security requirements, ►t shall make the airport or au navigational facility available to all types, kinds and classes of aeronautical use without unjust discrimination between such types, kinds and classes and shall provide adequate public access during the term of this Agreement, and g ►t shall not grant or permit anyone to exercise an exclusive right for the conduct of aeronautical activity on or about an airport landing area Aeronautical activities include, but are not limited to scheduled airline flights, charter flights, flight instruction, aircraft sales, rental and repair, sale of aviation petroleum products and aerial applications The landing area consists of runways or landing strips, taxiways, parking aprons, roads, airport lighting and navigational aids, and h it shall not permit non-aeronautical use of airport facilities, unless noted on an approved Airport Layout Plan, without prior approval of the State/FAA, and it shall not enter into any agreement nor permit any aircraft to gam direct ground access to the Sponsor's airport from private property adjacent to or in the immediate area of the airport Further, Sponsor shall not allow aircraft direct ground access to private property Sponsor shall be subject to tlus prohibition, commonly known as a "through-the-fence operation," unless an exception ►s granted in writing by the State due to extreme circumstances, and ►t will acquire all property interests identified as needed for the purposes of this project and comply with all applicable state and federal laws, rules, regulations, procedures, covenants and assurances required by the State of Texas or the FAA in connection with the federal grant in the acquisition of such property interests, and that airport property identified within the scope of this project and Attorney's Certificate of Airport Property Interests shall be pledged to airport use and shall not be removed from such use without prior written approval of the State, and Page 4 of 26 k the Sponsor shall submit to the State annual statements of airport revenues and expenses as requested, and all fees collected for the use of an airport or navigational facility constructed with funds provided under the program shall be reasonable and nondiscriminatory The proceeds of such fees shall be used solely for the development, operation and maintenance of the Sponsor's system of airport(s) or navigational facility(ites) Sponsor shall not be required to pledge income received from the mineral estate to airport use unless state and/or federal funds were used to acquire the mineral estate of airport lands or any interests therein, and m an Airport Fund shall be established by resolution, order or ordinance in the treasury of the Sponsor, or evidence of the prior creation of an existing airport fund or a properly executed copy of the resolution, order, or ordinance creating such a fund shall be submitted to the State Such fund may be an account within another fund, but must be accounted for in such a manner that all revenues, expenses, retained earnings, and balances in the account are discernible from other types of moneys identified in the fund as a whole All fees, charges, rents, and money from any source derived from airport operations must be deposited in said Airport Fund and shall not be diverted to the general revenue fund or any other revenue fund of the Sponsor All expenditures from the Airport Fund shall be solely for airport or airport system purposes Sponsor shall be ineligible for a subsequent grant or loan by the State unless, prior to such subsequent approval of a grant or loan, Sponsor has complied with the requirements of this subparagraph, and the Sponsor shall operate runway lighting at least at low intensity from sunset to sunrise, and insofar as it is reasonable and within its power, Sponsor shall adopt and enforce zoning regulations to restrict the height of structures and use of land adjacent to or in the immediate vicinity of the airport to heights and activities compatible with normal airport operations as provided in Tex Loc Govt Code Ann 241 001 et seq (Vernon and Vernon Supp) Sponsor shall also acquire and retain aviation easements or other property interests in or rights to use of land or airspace, unless Sponsor can show that acquisition and retention of such interests will be impractical or will result in undue hardship to Sponsor Sponsor shall be ineligible for a subsequent grant or loan by the State unless Sponsor has, prior to such subsequent approval of a grant or loan, adopted and passed an airport hazard zoning orduiance or order approved by the State, and p it will provide upon request of the State, the engineering or planning consultant, and the FAA copies of any maps, plans, or reports of the project site, applicable to or affecting the above project, and q after reasonable notice, it will permit the State, the FAA, and any consultants and contractors associated with this project, access to the project site, and will obtain permission for the State, the FAA, and consultants and contractors associated with Page 5 of 26 this project, to enter private property for purposes necessary to this project, and all development of an airport constructed with program funds shall be consistent with the Airport Layout Plan approved by the State and maintained by the Sponsor A reproducible copy of such plan, and all subsequent modifications, shall be filed with the State for approval, and it shall take all steps, including litigation if necessary, to recover funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon winch Federal and State funds have been expended For the purposes of tins grant agreement, the term "funds" means fiends, however used or disbursed by the Sponsor or Agent that were originally paid pursuant to this or any other grant agreement It shall obtain the approval of the State as to any determination of the amount of such funds It shall return the recovered share, including fiends recovered by settlement, order or ,judgment, to the State It shall €urmsh to the State, upon request, all documents and records pertaining to the determination of the amount of the funds 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 funds shall be approved in advance by the State 2 The Sponsor certifies to the State that it will have acquired clear title in fee simple to all property upon winch construction work is to be performed, or have acquired a leasehold on such property for a term of not less than 20 years, prior to the advertisement for bids for such construction or procurement of facilities that are part of the above project, and within the tune frame of the project, a sufficient interest (easement or otherwise) in any other property which may be affected by the project The Sponsor, to the extent of its legal authority to do so, shall save harmless the State, the State's agents, employees or contractors from all claims and liability due to activities of the Sponsor, the Sponsor's agents or employees performed under tlus agreement The Sponsor, to the extent of its legal authority to do so, shall also save harmless the State, the State's agents, employees or contractors from any and all expenses, including attorney fees which might be incurred by the State in litigation or otherwise resisting the chum or liabilities which might be unposed on the State as the result of such activities by the Sponsor, the Sponsor's agents or employees The Sponsor's acceptance of this Offer and ratification and adoption of the Agreement incorporated shall be evidenced by execution of this instrument by the Sponsor, and the Agreement shall comprise a contract, constituting the obligations and rights of the State of Texas and the Sponsor with respect to the accomplishment of the project and the operation and maintenance of the airport Such Agreement shall become effective upon execution of this instrument and shall remain in full force and effect for a period of at least 20 years Sponsor agrees to name an individual, as the Sponsor's Authorized Representative, who shall be the State's contact with regard to tins project, and winch individual shall have the authority to make approvals and disapprovals as required on behalf of the Sponsor Page 6 of 26 6 Sponsor agrees to name at least three individuals, as the Sponsor's Consultant Selection Committee, to represent the Sponsor in the selection of engineering and/or planning consultants, and to name a chairperson of the selection committee, and to provide a suitable location for pre-bid and for pre-construction conferences, and for the submission and opening of construction bids 7 The Sponsor and not the State shall, for all purposes, be the "Sponsor" of the project identified above as defined in Title 49 U S C Sponsor agrees to assume responsibility for operation of the facility in compliance with all applicable state and federal requirements including any statutes, rules, regulations, assurances, procedures or any other directives before, during and after the completion of this project 8 The Sponsor shall have on file with the State a current and approved Attorneys Certificate of Airport Property Interests and Exhibit A property map 9 The Sponsor shall have on file with the State, Attachment D, Certification Regarding Drug-Free Workplace Requirements, attached and made part of this agreement 10 Unless otherwise approved by the State, 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 11 SPECIAL CONDITION Except for instrument landing systems acquired with AIP Rinds and later donated to and accepted by the FAA, the Sponsor must provide for the continuous operation and maintenance of any navigational aid funded under the AIP during the useful life of the equipment The sponsor must check the facility, including instrument landing systems, prior to commissioning to ensure it meets the operational standards The Sponsor must also remove, relocate, or lower each obstruction on the approach or provide for the adequate lighting or marking of the obstruction if any aeronautical study conducted under FAR Part 77 determines that to be acceptable, and mark and light the runway, as appropriate The Federal Aviation Administration will not take over the ownership, operation, or maintenance of any sponsor-acquired equipment, except for instrument landing systems 12 SPECIAL CONDITION 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 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 to the provisions in Attachment E "Pavement Maintenance Management Program", attached and made part of this agreement Part IV- Nomination of the Agent Page 7 of 26 The Sponsor designates the State as the party to apply for, receive and disburse all funds used, or to be used, in payment of the costs of the project, or in reimbursement to either of the parties for costs incurred 2 The State agrees to assume the responsibility to assure that all aspects of the grant are done in compliance with all applicable state and federal requirements including any statutes, rules, regulations, assurances, procedures or any other directives, except as otherwise specifically provided The State shall, for all purposes in connection with the project identified above, be the Agent of the Sponsor The Sponsor grants the State a power of attorney to act as its agent to perform the following services Receiving Disbursing Agent a apply for, accept, receive, and deposit with the State Treasury any and all project funds granted, allowed, and paid or made available by the State and/or the United States under Title 49 U S C and congressional appropriation, Paying Agent receive, review, approve and process Sponsor's reunbursement requests for approved project costs, and pay to the Sponsor, from granted funds, the portion of any approved reasonable and eligible project costs incurred by the Sponsor that are in excess of the Sponsor's share receive, review, approve and pay invoices and payment requests for services and materials supplied in accordance with State executed contracts, Contracting Agent: e advertise for professional engineering and/or planning services for, but not limited to, the preparation of planning studies, plans and specifications for the above project and for the management of the construction of the above project, certify consultant selection procedures, provide notification of contract award for professional services, and negotiate professional services fees, and execute, on behalf of the Sponsor, a professional services agreement as related to this project, f administer Disadvantage Business Enterprises (DBE) and/or H:stoncally Underutilized Business (HUB) Programs in accordance with federal and state regulations Contract Management Agent: g exercise such supervision and direction of the project work as the State reasonably finds appropriate Where there is an irreconcilable conflict or difference of opinion, judgment, order or direction between the State and the Sponsor, any a:gineer, contractor, or matenalman, the State shall issue a written order, which shall prevail and be controlling, Page 8 of 26 h coordinate and review project plans, specifications and construction, coordinate and conduct progress and final inspections PART V - Recitals The State and the Sponsor shall obtain an audit as required by federal or state regulations The Sponsor, and not the State, shall be the contractual party to sll construction and professional service contracts entered into for the accomplishment of this project The power of attorney, as granted by the Sponsor to the State in Part IV - Nomination of Agent, Is a limited power to perform acts in connection with airport improvegats as specified in or necessitated by this Agreement The Sponsor agrees to pursue and enforce contract items, which are required by federal and/or state regulations, laws and orders to insure satisfactory performance of contract vendors Such items include, but are not limited to, bid bonds, payment bonds, and performance bonds Pursuit and enforcement of contract items may require litigation and other remedies of law 4 The United States and the State of Texas shall not be responsible or liable for damage to property or mjury to persons which may anse from, or be incidental to, compliance with tins grant agreement This Agreement is executed for the sole benefit of the contracting parties and is not intended or executed for the direct or incidental benefit of any third party Furthermore, the State shall not be a party to any other contract or commitment, winch the Sponsor may enter into or assume, or have entered into or have assumed, in regard to the above project 6 N the Sponsor fads to comply with the conditions of the grant, the State may, by written notice to the Sponsor, suspend the grant in whole or in part The notice of suspension shall contain the following a The reasons for the suspension and the corrective action necessary to lift the suspension, b A date by which the corrective action must be taken, Notification that consideration will be given to terminating the grant after the corrective action date in the case of suspension or termination, the Sponsor may request the State to reconsider the suspension or termination Such request for reconsideration shall be made within 45 days after receipt of the notice of suspension or termination 7 Tins Agreement is subject to the applicable provisions of Title 49 U S C, the V T C A. Page 9 of 26 Transportation Code, Title 3, Chapters 21- 22, et seq , (Vernon and Vernon Supp and the Airport Zoning Act, Tex Loc Govt Code Ann 241 001 et seq (Vernon and Vernon Supp ) Failure to comply with the terms of this Agreement or with the rules and statutes shall be considered a breach of this contract and will allow the State to pursue the remedies for breach as stated below a Of primary importance to the State is compliance with the terms and conditions of this Agreement If, however, after all reasonable attempts to require compliance have faded, the State finds that Sponsor is unwilling and/or unable to comply with any of the terms and conditions of this Agreement, the State may pursue any of the following remedies (1) require a refund of any money expended pursuant to the Agreement, (2) deny Sponsor's future requests for aid, (3) request the Attorney General to bring suit seeking reimbursement of any money expended on the project pursuant to the Agreement, provided however, these remedies shall not limit the State's authority to enforce its rules, regulations or orders as otherwise provided by law, (4) declare this Agreement null and void, or (5) any other remedy available at law or in equity Venue for resolution by a court of competent jurisdiction of any dispute ansing under the terms of this Agreement, or for enforcement of any of the provisions of this Agreement, is specifically set by Agreement of the parties in Travis County, Texas The State reserves the right to amend or withdraw this Agreement at any time prior to acceptance by the Sponsor The acceptance period cannot be greater than 30 days after issuance unless extended by the State, which extension shall not be unreasonably be denied or delayed This Agreement constitutes the full and total understanding of the parties concerning their rights and responsibilities in regard to this project and shall not be modified, amended, rescinded or revoked unless such modification, amendment, rescission or revocation is agreed to by both parties in writing and executed by both parties 10 All commitments by the Sponsor and the State are subject to constitutional and statutory limitations and restrictions binding upon the Sponsor and the State (including 5 and 7 of Article 11 of the Texas Constitution, if applicable) and to the availability of funds which lawfully may be applied 11 The Sponsor's acceptance of this Agreement and ratification and adoption of the Airport Project Participation Agreement shall be evidenced by execution of this instrument by the Sponsor This Offer and Acceptance shall comprise a Grant Agreement, as provided by the Title 49 US C , constituting the contractual obligations and rights of the United States, the State of Texas and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided The Grant Agreement shall become effective upon the State's written Notice to Proceed issued following execution of this agreement Page 10 of 26 Part VI - Acceptance of the Sponsor The City of Denton, Texas, does ratify and adopt all statements, representations, warranties, covenants and agreements constituting the described project and incorporated materials referred to in the Agreement, and does accept the Offer, and agrees to all of the terms and conditions of the Agreement Executed this % day of , 2001 The City of Denton Texas Sponsor i ess Signature Signature City Secretary Interim City Manager Witness Title Title Certificate of Sponsor's Attorney t Ed Snyder , acting as attorney for City of Denton Texas, do certify that I have fully examined the Agreement and the proceedings taken by the Sponsor, and find that the manner of acceptance and execution, of the Agreement by the Sponsor, is in accordance with the laws of the State of Texas Dated at Denton Texas, this day 2001 'Witness Signature AirRort Manager Witness Title Signature Page 11 of 26 Part VII - Acceptance of the State Executed by and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs and grants heretofore approved and authorized by the Texas Transportation Commission STATE OF TEXAS TEXAS DEPARTMENT OF TRANSPORTATION By cC~tri/2 d /i z~~iyvcC YGV2 Karon Wiedemann Director Grant Management Aviation Division Texas Department of Transportation Date 3/0 K10 Page 12 of 26 ATTACHMENT A OF AMPORT FUND The Sponsor does certify that an Airport Fund has been established for the Sponsor, and that all fees, charges, rents, and money from any source derived from airport operations will be deposited for the benefit of the Airport Fund and will not be diverted for other general revenue fund expenditures or any other special fund of the Sponsor and that all expenditures from the Fund will be solely for airport purposes Such find may be an account as part of another fund, but must be accounted for in such a manner that all revenues, expenses, retained earnings, and balances in the account are discernible from other types of moneys identified in the hind as a whole The City of Denton, Texas (Sponsor) By~1 Title ACM, Finance Date April 17, 2001 Page 13 of 26 ATTACIiMENT B CERTIFICATION OF PROJECT FUNDS TxDOT Contract No 1=A002 TxDOT CSJNo 0118DNTON The Sponsor does certify that sufficient funds to meet the Sponsor's share of project costs as identified in the Airport Project Participation Agreement for said project will be available in accordance with the schedule shown below SPONSOR FUNDS C ,O. Bonds $12,000 10-20-2001 General Fund 4,60 10-1-ZUUI Sponsor, has caused this to be duly executed in its name, this 1.14-- The day of VK AA 2001 The Coy of Denton Texas (Sponsor) By-flu IK2osL Title ACM, Finance Page 14 of 26 ATTACHMENT C PART V ASSURANCES Airport Sponsors A. Cwsavd. 1. Thee ammnou dull be aamplied with lo the pafamunoe of Brad agroammds far aupmt develapmerd, aupmt Pluming, and noise compatibility program graft far airport sponsors. 2 Theo usurians are rapshed to be suhmNed as part ofthe project Airport Project Participation Agreement (Imminafter rotmidto u "APPA') y graaas ro*mstiogAmds under the provmorn of TNe 49, US C, sulft VII, amen" Amused hando,*Aterm"pubgoagency spoma"memo apublic agency with control of a publlo wimport, theUnit "pivatesponsor" metro a private owner of a pubAo-uw airport, and the tam "spanaY" hmlmmdn bah public, agency spomas and private RKMBGM 3. Upon acceptance ofdw grad aft by the spamoor, thew aruramoa are incorporated m and become put of the grad agreanem R. Du*dmandAffNenb ft. 1 Airport davdapesat or NuYe Comps dli ft Program Pmjeda Undatahw by a Public, Agency Spurner The tams, conditions roduara=ofdwBractsamsematdugremain InBillfarceandeffedtiuoughmatheusr&tlifetitheAudhba developed at equipment aoquiredhe an amport development or roam aampuMldy program project, esihroughodthe misfit lift ofdw projectAmn installed within a Amogdy, under a nolw covgWnbddy program project, but in any event not to exceed twenty (20)4mm fiaatbe data ofacceptaw of a grad offer of Federal Amts for the project. However, these shag be an limit on the duration of0 o assmsncw regarding Exclwl" Rights and Airport Revenue w long a the airport is used u mxmmpomt Tbae roll be no link ontlw duration ofthe tame, comdrtiaa, and ammra with romped to red property aovkw whir 6sdwW Biala. Purilsooss%&a duMloo ofthe Civil Rights assurance doll be specified In the awAswa L Ah7o"vffdopmadwKobe CampooftProjects UndestalwyaPrivate SpmwrTheFrooadmgparagraph I aYo toaprivdetparareauepttioettlssuseBilE6dprojadkarooWaliedwttinnafiudlayatioeuss&Igfedthe mbveloped or egaipmed acquired order a aigwrt develapmad es robe oompaiibdky progrunprojed shag be ro less tlunten (10) yon Boom dw date of aooaplame of Federal aid for the project. 3 Airport Planning Undaetnlna by a Sparer. Unless otherwise specified in dw grad agreraatt, only Assurances 1, 2,3. 5, 6,13,18, 30, 32, 33, wad 34 In radian C apply to planning prgeds. Toe tama, condition, wad amrnmw ofdw grad agromsad dull remain Infill, Man; and off ct during do life of time projed. C Sponsor Cn"csden. The gwmwr hereby asmres and oedi8a, with romped to thin grad floes. L General Fed" Rogdrm ota, R will comply with all applicable Federal laws, rogulanan, executive orders, pelicans, 8ddegoa, ad raryiraonds a sayroWe to the project, acceptance and uw ofFoderd Audi for dds projed Including last not lhaited to We fogowing FederalLegbLtion M. Title 49,U6C,m61RleVD,aameoded. h Davb-BwmAct - 40 U 6 C. 276(a~ gjgg' o Federal Fah Labor Btandads Act-29 U8C. 201, at wq d Hams Ad-5 U8 C. 1501, at s%s G. Uaillmn Rdamhon Assistance ad Red property Aopusidon Fohaw Ad of19707"Ne 42 U 8 C 4601,ot wo" f National Hkaric Preservation Ad of 1966 - Section 106.16 U 8 C. 470(1)' Mdredo" and Historic preservation Ad 41974 -16 U 8 C. 469 through 469Q' L Native Americans Grave Repatriation Ad-25 U 8 C Section 3001, gM L Clan Air Ac4 P L 90-148, as amuded. J Coadd Zcoe Manama d Act P L 93.203, u amended L Flood Diss" Front" Act of 1973 • Section 102(a) - 42 U S C 4012x.' L Title 49,U8C,Sedion303,(frtoalylmowuon Sedron 4(1)) UL RohaMlBNionAdd1973-29U8C.794 a. Civil RWO Act d1964-MVI-42U8C.2000d0in*d-4 o. Age DhahdoalimAd ofVIS.42 U B C. 6101, glM Is Aoadom Indian Religious Freedom Ad, P L 95-341, u xmmdei q ArdatchnslBorders Adof1%9.42U5C.4131,gjyg' r Power pWd maid hdu*W Fad Use Ad of IM- Section 403.2 U S C. 8373 L Counted Wendt Hour and Soft Ruder&Ad-40USC.327,MMB.' L Copeland AdfidokbakAct -18U8C.874' U. National Mmkom=W policy Ad 41%9.42 U 8 C. 4321,g1g i IF WiMandSombRivers Ad,PL90.342,usmended w Bungle Audit Ad 41984.31 U S C. 7501, AM x Drug-Fuse Workplace Act41988-4lU8C. MIfirogo706 Reeeodve Orden EtaculM Order 11246 -Equd Empto3, o Opportunity' EneaB" Order 11990 -Preledion d Wdlands Executive Order 11998 -Flood Plain Mmagawad Executive Order 12372 - hkergavaamadd Review ofFedenl Pmr® Remain Order 12699 -8eirinb Sahty 4Fedenl and Federally Assisted New Building Construction ' Exwdive Order 12898 - Favhoranedal Justice Page 15 of 26 Feted Regulations a 14 CFR Put 13 - Investigative aid Fnthiceno d Procedures. b 14 CFR Part 16 - Rules of practice For Federally ArWed Airport Enforcement promedings. a 14CFRPut150-Airport nowoampWbddyplumm& d. 29 CFR Part 1- Procedure for pmddambubm of wage rates.' a 29 CPR Put3- Contractors and suboartradan on public budding or pmbhc work 8nuwd in whole in part by town awants A mtheL%kwSt", f 29 CPR part 3 -fisher standards provision applicable to contracts covering federally financed out aesWed ooMrudion (ales labor standards provision applicable to mo~ mmuten counters sublaa to the Coedited Work Hour and Safety Standards Ad)' S 41 A CFR. Put 60.OHim of Pdaal Contract Compliance Programs, Equal Employment Opportunity, Department (Federal and Pderally auldd oeitradmg roquiresnb}' It. 49 CM Part 18 -Uniform administrative requirements far grants and cooperative agreamads to state and load Sa'r L 49 CFR Part 20- New restrictions on lobbying. 49 CFR Put 21 - Nmdborimkstlan in federally-as idad programs of the Department of Transportation - effectuation of Title VI oftbe Civil Rights Ad of 1964 IL 49 CFR Put 23 - Putlolpalim by Disadvantage Business Enterpue in Airport Concessions. L 49 CFR Put 244A[fsm relocation mutance and red property acquisition for Federal and federally awbld is PMF=kL M. 49 CPR Put 26-participation By DuadwAaged Busmen Enterprises in Department of Transportation programs, m. 49CFRPut27-NondWaudmh mon thebeen ofhatdmcapupognmsand"vitimremoving; carbecoming Sam Federal HmamdalauWenM' a 49 CPR Pat 29- Government wide debamwd and suspamm(momiproasemeu) and government wide requirements for dmg floe wodnplase (grids} p 49 CPR Part 30 - Denied ofpubho wart contracts to suppliers of gods and services ofooumkim that deny procurement market wom to U B contractors. ¢ 49CFRPart41 SebmlosapdyofFedoWuWfadaWlymioWmrq latodmwbuddmgoomWaraa' Omer of Management and B"llet Cbredes a A-87- Cat Pdmolpla Applicable to Oran and Contracts with BMW and lual(bvammms. b M133-Audits afflicts, laid Govirianords, aid Non-Profit Organizations (1) Thee laws do rat apply to supot planning sponsors (2) Them laws do td apply to private spouses (3) 49 CPR Part 18 and OMB Circular A-87 cadain m"ka cents for State and Low Governments receiving Federal aeidence. Any regssamd lewd upon RW sad I.oal Governments by 66 regulation aid circular tars also be applicable to pnvate spo sons moaving Federal assidema under Title 49, Udead State Coda Specific asmrawe te*ikodto be included In Sant agreements by w of the above laws, regulations or moolan are incorporated byadlesa arum grad &Wmna t. 2. Respasdh08yandAalhmMyoftheSponsor a Mile Agmcy Spomor it bar legal euummy to apply for the Bad, and to Science and arty out one KW=W project, 69 a modutiam, motion in similar action his been duly adopted or pamd in an omoW act ofthe appSadln SovamhtSbody autlarsringthe filing mfthe APPA, including all mdadamdimgn and eamraoce codamd them, and daoctmg and authorizing the person Wentm6ed as the official representative oftbi applicant to adWconnection with do APPA and to provide each additional fidbrundues as tiny be required. b. PagvnteSpomw Rhelegal uthodtyto apply fatlsgreat send mfmmaudcarry outdo proposed project and ocngdy wM alltems, oc ddias, and asmsum ofdw gad agreement, It shell deigrsta ron ilaW r%Wwmatlvemddoll imwttmcigduedamd audience that person to file do APPA. Including all understandings ad munmce cadaimd theram, to m in connection with this APPA, and to powde mesh additional infamebon u may be required. A wpm 7=d AvaBabft it has sufficient Ante available for that paten ofthe pgect mods which m notto be paid by On UAW grate. It as sufloladNds available to ,sure operation and mandeamoe of town Am" under the Snod &&momet which it will owns control. 4. Goof TWO, L M. a public agency or dw Federal government, holds god tine, eudaotory, to the Secretary, to tls lading arcs of un airport or she dumo& or will give amaaroe saudactory to the garoary that good tulle win be soqubod. b For aides compatibility prognnprojects tobe oan Wouton theproperty o(dwsponsor,AboWsSend! inte saudlalasyto So Sooduyto that portion ofthe property upon which Federal foods will be expanded a will give muranmetous Sacrdary dot good We will be obtained S Preserving Rights and Powesa L Rwill nottdmor paaManyaction whichwould operate bdeprive it of any of the rights and powers nommany, to pafoem any or all ofthe tams, conditions. and ammanas in the pact apartment without the written approval of the Secretary, and will not promptly to wquse, eatsngush or modify my aadadmg rights in claims cfrigbt of Page 16 of 26 others which would hserfine with such parfamuwe by the sponsor This dull be time in a mummer acceptable to fie Smrday, b It will end end,h%K ecumba, or odwrwm transfer or depose ofany, part of its title or other moderate in the prapaty shown an Exhibit Atothis APPAa. fir a none oompatibGky worm project, that portion ofto popnty ups whichh Federal Abed; haw been expended, fir the duntim oftbe term, oo ddioaa, wad asurenca in the pant apeemedWithout approvalbydoSecretary Ifdwttwndx"isbond bytheSecretary to be eligible under Tide 49. United Boom Code, to worse the obligations ofthe pad agreement and to haw the paver, authority, and fuurolal taerneato oauy out at wish obhga wits, the spmm;hail based in the counted a doamsmttraoefamng or dkpomW ofthe spamrs idered, and mks bending Mm do trwfaae all of the tam, wudNam, and aasuranoa coitahod in due pus apaansrt C. For all noise compadbWty pmpm projects which we to be caned out by another um of local goverommut or we an property owrod by aunit of local government other thantlo sponsor, it will order into an agreement with that govaummt Exospt a of wwm eperuAed by the Sunday, that agreement dell obligate that pwanment to the same taw, oonditutea, and aanuanoa that wmW be applicable to d if it applied directly to the FAA far a gaol to uiderhketo noise cow*"* psgtmh project. That agromers and dwtga tlnefdo mud be aafufadaryto the Seorday, it wSltakedep to sea= thbagamedagamdtlteloalgovmpmedifdmiawibdadedmn- compliance with t the taw tithe agremonc d. For noise oanpatibtity propem Argo ds to beamed out an privately owned popaly, it will now into an ogrranas wdhdo owner oft at property, which includes provisions, Wea6ed by do Secrelay It witt tab dap to eafem tin sp m a d apbrlt the property owner whenever does is mbdmtW uon~ Whace with the tams of doapwmat e. Ifthe qmm is aprivab gxmw, it will take depe satisfactory to the Secretary to mom that do airport will cosduue to Awdm a apubhoiue Wgml in accordance with tbae aaauranca for do duration oftho eaanuanca i Ilan anaoganed is made formaeagmud and operation ofthe airport by any agency or person odor dean the sponsor or an anploya ofthe spm w, the worm will reserve mfticidd nAls and mWlm*to im m tha the airport will be operated aid maintained In accordance Idle 49, united Swa Code, the roguWions and the Used, conditions aidamornroaIn a post strummed adshell hours that mdraaangmudalso regmraomplhance dorowdt. 6. Coeddus67wMhlad Plre. Mwprgodismsme*mm d"wehplau(eaidmgaitlodmofmbmrulmoftlm APPA) afpublio epala that srovidwind byte State m wbch do protectls kmW to planfwdw drmopmsot oft a aces arcmardingde abpat 7 CoddasdmofL4wdlo$uwL Ithaspvoahkamrdadtmbdcadded of oammndramarouwbaretlreproject may be located & CeardtdlaawMk User. Ltwkbtgadeoidcdtomdalakewyaupmldwdopnadpoledlwler TN649.Umled Sfata Code,Mhaundertaken moon" oamltsumwith affecledparties undgdosupatdwhich poteolapnvmo& 9. PdOc Heuhp. InprqjeotainvolvmgdakwWmofmakporkmauport r y.aamgamewaywdamagithm allodeddte apparbudty SrrAW hark p fordo purpose ofcomdahngdo mionon ic, so" and mvirmmonW effa a of do sbport ormmvey, loontm and its om admoy with goals and objeedvec ofsuch phi mmg a has berm carried owl by der comamdty and k drab, vd mregnedad bydw Bmstary, wham a oopy afdstrammpt of mahhowinp In do Beeratary Fordem, for such pvjoca,it hamitsmwgmredboard other Voting repnuntnmthem dooo mowbawheredoprotect is boded or bs advised do communities "toy have the n& to poiduan the Seardary coioawmg a proposed pry 10. Mrad Wda Qmdlty Shmkr& lapmjeabktwlvmgwpmtbahman4wmmwycdaWAN6w wwaybanmd will provide ter do Governor aftte doe In which do project is boded to cwl* inwriting to the Seadary dotda project will be bod4 darpoq, constructed, and operated so as to comply web appkable ere and water quality standards. In any case where richsfaodaib have not been approved not where applicable air and water tpably dsddweds have bemptmulpded by do AdodokAreor arts hwimmadal hdodion Apmy, oaddatim shall be obtained Auto rich Admmbstrdor Node of owdlima es arollout In cwlW dog be provided within Wily days after t the protect APPA has bamreceived by do Saorotary 11. Pawmad PrevdWe bfabdeomm With raped to a p vjod approved aAw January 1, 1995, far die replacement or roooMnotlm ofpwnnwa dtlo akputt, it awry or cadBa doh it has mphmubd an effective airport pavement mobdommmopmat pmpam ad it aanres dot it will on mesh propamfordo uselld life ofmypawwnt conNaded, monstr mled or rgmkW with Federal Aamid aaidaoce d the anpat. M will provide such reports on pavemend aeddhm sod pavement m-mpaed program as the Secretary ddamma may be uae0d 11. TambdbmdopamtPswegabdda. For prgedrwhhhinclude tammddevelopmeddapubBoonsirport.adefined m 71de 49, Mho, media dab oPdl6mlital tithe project gat raped, ail die safety equipnmt sapnhed far ardSodim ofmch shport under window 44706 of Tide 49, Untied Sot= Code,, and all do ssomdy egmpmd required by mb a regulation, and has pavbded for momtod o pmsmga witilanbg and deplanive area of main airport to pamensm aaplming and deplwng Arm aircraft other dean air carter ahadt. 15 Accounting Ilyden, AWK ads Record Kaptsg Ragmswemh. S. It doll keep all prcjat aoainb anti reeerda which Bdly devices the amount and dmapordhm by the Impart ofthc proceeds of the gram, the Intel oat of the pored in mwdumn with winch the pad is ism or wad, and the tommt ormnae ef*d padanafrine sod ofdo protect supplied by odor sources, and such odor Amaral records papaot to do project. The moment add reseals deatl be kept in accordance with m sooamting system dot will Aeadnde an sffeadve amdd in accordance with do Single Athde Ad of 1994 L itdead wireavailable todoSoordaywaldoComptroller ClaoraleftsUnited SWa,aanyofdoirduly adlorired repraedadvem, ferric purposo of add and ezamatcn, any brooks, doemeds, papas, and roomds of do radpknt 69 am peAlmdtothe put The Seorday mayregum that an appmpdate audit be conducted by a Page 17 of 26 reception. In any cue in which an uWape dash audit a made of the accounts eta gpansor miaung to the disposition oflhe proceeds oft gnat or misting to the pmjed in corectmm we&which the great was given at mail, it dull file a oeethfied copy ofadt alit with the CanVbvU r Oa oral oftbe United Stale not later than sin (6) swaths following the close oftbe fiscal you far which the audit was made. 14. MWmmn Wage Rates, Rshall inchulkinallcontracts aexoasof$2,000for week on any prqacts funded under the grant agreement which involve labor. provisions alablirbmg mmman rata ofwaga, to be predetermined by the Socrdary, of labor, in accordance with the Devisdlaoon Acl, a amended (40 US C 276a276a n whw h oonbutm shall payto s d1w and unskilled lobar, and in& miobmtm rose dace be dead in the invitation for ads and duff be included in proposals or bits artbewak. IS Veterr4 Prahrence. It dace include in all aoolyds for work on any project fiinded underthe gnat agreement which involve labm such provWar was mamaya norms thq miles employment of labor (euoepl in exeoutive, alminuhathve, and supervisory paadlern), freBereuon a1Wl be given to Vdeans ddhe Vietnam ea and doubled voters= as defined in Section 47112 dT& 49, United Stan Coda However, do prferemm shall apply only, where the individuals as swelable and passed to perform the work to w" &a employment rondo. d6. CanformRy a Plan asd apadadloas a wdl exaaaada pged subjeda pWik q eafcatian, am loo w&da approved by des Secretary Such plw,apeolsatton,andadedulashall bemb WWtoOaSecretary prior to oommmmnat of me preperadom aarbrdlon, or other paamamoe under this mind agreement, and, upon approval ofthe Secretary shall be fnoaporated into 96 Smut agroanent. Anynwdifiahma the approved plan, specifications, and sdedula data oho be sugedto approval dthe Seortary, and incorporated We the P" ameauad. 17 Carhwctios Lispeesca and Approval. R will provde and muntam competent technical supervision at the comrudim site throughout the project to aamro 64 the wait oanfavr to the plan, sparSahons, and schedules approved by the Secretary for the project. R loll sulootthe aontrugam work on any projed contained in an approved prjod APPAto impeatim and approval by the Searday and rich work shell be in accordance with regulations and procedures psaon'bed by the Secretary Such regulation and procedures doff respire such cat and progrea reporting by the sponsor or spanon dsudh project as the Secretary shall deem necessary 18. Planning Projeca. In carrying rot plaanlag projeob a pt will ewrute one prjed in aaoodawe wdhthe approved program narrative contained in the project APPA or with the nwNfioatiom s W iltdy approved. b R will Asmish the Secretary with inch periodic repute as requvad patruag to the Planning prolan and pig work activities. a R will include in as published material prepped in connection with the planing project a notice that the material was proposed under a Smut provided byte United Sates d. R will make such material available for exammation by the public, and agrees thet no material prepared with ands under ddsprojecldoll beodd" tooopy &mtlaUMelStates or my other country L R will give the Saadaryuratrided authority to publhb, dowse, distribute, and oWasxve use any ofdw material prepared in ocmactaomwith do gran. P R will snot the Ileordary, the right to dualism the spanah enploymmt of speorfio cosmhitWs and them suboannoar to do as or any part ofilds project a well as the right to disapprove the proposed scope and cod of p rewires 91 R will grant the Secretary the right to disapprove the use of the sponsors employees to do all a any pat of the F*& h. R much di ds and agrees that the Secretary's approval of this project gnat or the Staetarys approval deny planing mamnal developed as part dihis mad aces not constitute or reply any announce or oommk mud on the pad oththee Secretary to approve any pending or fidwe raryat for a Federal airport greoL 19. Opmasaaasd MaYtmanea. L The alspatamd aff9offitim whichae moraaya serve the somwtial users dtbe airport, odurthanaaldha awmd a controlled byti a United Sane, flail be operated atas tunss im a safe ad saveablecomdhacn s ad in aooordmos withdw m6umhm standards a army be rarysred or prescribed by applicable Federal, date and local agencies arrmaanshee and operation R will not cause or permit ary activity or action thereon which secede! bbeareewith ibweerrairport purpmesHwillsuitablyoperateandmaintain 60airport adall&dkN durm or ocrinndad therewith, with due raged to chmstic and flood conditions. Any proposal to temporarily close to airport f err monaacmutla( purposes mad first be approved by the Secretary InAntm ms oftha aaunnca, the spanor will have in effectarnganwdsar- (1) operabagl60 supo fta mccom"l aceldia wiemever"Wrad, (2) Promptly making and ffgldlag hazards resubag&in airport continuum including temporary conditions; east (1) Promptly metwingairman of any condition affecting aaauaaal use doe s rpcrt Nothing omtWOW bercnshall be roosuwdto rapnro that the airport be operated he amow0al use during tmpaaryperiods who anew. Hood or other dimado condition Werf n, with wain operedon and maWemanca Further. Nothing bamin doff be cosubued as roquuingthe maunaunca, mquur, reparation, or mplaoenwd dany Mnwam or file ft which is substantially damaged a destroyed due to an as dOod or other condition ar c1mumdm= beyond to control dtie sponsor R will volubly operas wit maintain moose compatibildy program neon the it owas a controls upmwhich Federal Aside have berm epanded g0. Nand Removed and hadpaap. R wig take appropriate soft= to assure that such terminal airspace as is captured to protect instrument and visual operations ache airport (including edsbh dod minimum Right ahituda) will be adequately cleared and Page 18 of 26 proacted by enmving lowering, Woodntg, making, or 1109-9 or obenvae mnagating eamng airport humnix and by parading the ataWkMmmad or creation dature aupat huirb 21 Compadble I.ani Use. It will take appropriate achon, to the ederd reasonable, including the adoption ofzmng laws, to rahialthe use, of land a4soo dto a In the kmwdate vniony of the auport to adrvma and qupaa compatible with norinal ahpod operations, imiudmg landing and Ukuffof avaa8. N addition, nfthe project is for noes compatibility program lmpkmedatiaq it will not awe or permit any drags in Ionic use, wuha sea juruxhawe, that will raduee its omipetibhly, with romped to the airport, dthe mime omVWbilhy programs nseawne upon which Federal Auds have base expers" 22. Room=k NoodberbobwAGIL L It will nrke the ahport avallable u an airport for public use on reasonable turns and withal unjust dimaknbrtlon to all type, kir b W classiest daeronautial activities, including drnaherdd ==adial adtvNla offrbg maviouto the peen attire airport b. In any agmomml, oamtiad. lease, or other arrangement under which a nght or pnvdege at the airport is gaoled to any person, firm, or oapaaUanto cwdud or to engage in any aeronautical aanvuy_forAtmimbing srvtoa to the (1)Ai dth said services on a reasonable, and not uryudly dour icastory, bask to all users t w*4 and (5) ahmap roasaab[e, and rot unjustly ilucrummmusiory, picom for each unit or service, pw4wW that the contractor maybe allowed b make reamonable and mdumrmuary duodms, rebates, a other similmrtypa of price naductiorr to vohme pwbuam. Q. &ahAxed4semed operator at the airport srdd be abject to tla ante rata, fea, rentals, W oilier charges u ono unifaurly applicable to all otherfixadbued operators wkingdo sense or similar uses of much airport and utilizing gr mine ambnilarfimoAdhea d Each air amen using much airport ahail have the right to service dulfaa use arty fixo&buW operator that is authorized or pwAW by do airport to maw any air qmr at much airport. a Each aircarrier using much airport (whembruatrum,ramermd,aaMautofanlearsit carrier tumad) shall be abject to such aoodimahnGrkbty, and substantially comparable suds, regulations, cerdittiaa, eta, fora, rmtab, and other charges with respect to fioiliba dnmagy and substantially related to povidng amir transportation as are applicable to all ash air camas which make munlar nee of such airport W uUh= similarfadlMa, subject to reasonable daaiBaUau suds u tame or nedards and signatory amen W nemigatary, caritas. ClaaiAaWa or datia u twat or signatory dell not be unreasonably w&&W by any supat provided an ear carrier anima obligations substantially sunder to those already unposed on an amen in much classification or dabs. f It will notezawaagrant uryright orpnWWwhich operates topwatanyperson, Arm,aoorporadm operatingakoraft an the Airport Aomparliament; may kaviak an its own armA wee he own mmployas [including but not limited to wimwuae, repair, and Awlmg) the It may drae to perform S in &a aed the spomma hselPexaanaem any oftla rights and privileges reAmd to in this assurance, the mrvraes brvolved will be podded on the am conditions u would apply to the Amusdng ofsuch services by oamneroal aedrr AWd aervla providers authorized by the sponsor under those proviuom. Is. The mpaner may establish such reasonable, and not unjustly dummuatay, oorditwns to be and by all ukan ofthe ahpod a may be nacawyArgin mile and offima t operation tithe airport. i 7Moperate many probihitabatmaygiven ty1wkind or daseofaeraaubaduse oftheahpatrfrich motion a necessary fortlr made operation *film mupat a neoeaary to save the civil aw.hon needs stir puddle. 23 Rachel" RldW. n will permit no maohudve ri&for theses often airport by key panda provumg, or ht" to provide, mamueal services to de, pubUa perpuposa olgw paragraph, the provdng tithe service; at an import by a single thom& basis! mperdmrtlWlnotbec odrimduan aodudveright ifbothdalefollowing apply L RwouW be unreasonably cagy,brdaroaa, or knpmdnal for more than one fiadbseed operator to prwWe rich urvloa, and b Ifallowing mmrathat, amA=64simedoperator toFWA eaabaerviamwouWrapiro6mrodomtiwmfmpaoeleedd pwwantb an adgiag agroamemt between muse mingle 6xed-0mmed operator and much shport. AAulheragroathat it win m(, either olkedly or ioduectly, gad or permit arty person, fins, or corporation, the Wudve ngld at Weairport toan"airymerorodmodactivities, knducksSbitadlen lindmid to charter flights, Oka training, aircraft distal and miglta spins aerial photogrep y, asp dusting, aerial advertising mod surveynsg, ink carir operations, akaaft mica and srviose, ode davallmapekdom produces whether sad concluded In oajuraaan with other aaonadral adrvhy, rgav and maimarmm dahomA, main ofakaaft pants, and my other activities which because of their dusd relationship to the operationdar mmberoprdaduan aamautW adlvity, W 69 It Will taminee dry exolunve fight to oooduct an aeronautical utivtymw exiting At rich met airport begins, the gout deny assistance under M 49. UwW States Code. 24 Feemad RaddlYmwetnee. RwApmaimabaaeWvmWstmmwarihefaa Wsa at%oakpmntwbnbwtp makathe airport u mel&udahdaga paanble undarthe maandarnca edsfmg ego Mould aupae, taking into Awoud "heads utla volumes mfbaAb and moarmy of collection. No pad tithe Federal taro dw akpod developmd, airport planning or mime oompaliMAgrpwjM err which a gad is made under M 49, United Slates Code, tits Airport W Airway Irnprmamam Ad of 198$ the Federal Airport Ad ache Airport W Airway Development Ad of 1970 moll be included In die rate bash in astablul ft foam, rem, W churga err unions of" airport. 35. Ah"A Revenues. L All roam== generated by do spat and any local tau on avu4om Awl established after December 30,1987, will be expiated by kartlw capital or operating oats tithe airport, the lows auport system, or other local facilifies which are owaed or operated by the owner or operator tithe serpod and which are do=* W substantially related to the adnal uetratagw1atim dpauamgam aproperW. a for rake mbgemon purposes on or offthe akpoR provided, bowman, tint if covenants or awva o s in debt obligations issued before September 3.1985, bygone owner or operator tithe shpoK or provisions mated bdm September 3, 1982, In groaning denea controlling Page 19 of 26 the owner or opwataA ftnanwbg, provide for the eau of the rewom frcn any tithe anport owner or operators AdIdtu, including the aupurt, to support not only the airport but also the airport owner or opratars poeral debt obhptiae or otherAailetim than tits Insulation on the use of all revama Saturated by the airport (and, in the use of a public abprt, low tazes on aviation theQ shaft not apply As part ofta annual Budd rapdrod under the Single Audit Ad of 1984, the sponsor will direct thin the audd will revmw. and to resulting audit report will provide an opinion conoatwhS, the no of aupo t revenue and tam in paragraph (a),adinihog Swhethr&adrpaidat truhdarodtotheowner aopentarsuepaidahamtenedma mrmr cormead with Tdb 49, United States Code and any other applicable provision of law. including any regulationpromdgated by the Secretary a Admmuuator Any civil pandle; or other sanalhom will be impend fa violence ofthe usuram in accordance with the provisions of Seollon 47107 of Tide 49, Unded Stator Code 26, Rpoebasallnapectim Bwit a. aback to the Secretary such amts! or rperal fkumul and oprshom reports as the Secretary way reasonably coquet and make sudueports available to the pubbo; nuke available to the pubha at reasonable times and planes a report ofthe anpest budget in alerted prescribed by San Socrolaw. b. for airport development projects, mace the airport and all anport sane and doe mods affectlag to akpat, including; deals, beam, operation and ere agreanuds, regulations and other urtrunow1% available fa n pactou y any duly authorized aged rite Secrduy upon reasonable spat, o. for mdan oampdiMli(y program projau, make rex I rd documents rolatmg to the project and oamtnued oamhplianoe with the taus, conditions, and assunhhea tithe grad asimmit Including deeds, bus, agreements, roplatae, and other nWmmols, available for inspection by any duly authorized egad of the Seaotary upon reason" repund, No d in a fo rrut and tine prescribed by the Secretary, provide to the Secretary and make available to to pubho Mewing" ditsftsca years, anannual report hding m detup (1) all swards paid by the airport to airy other suit dgovaunent and to puapoea foe which adh such primed was made, and (u) all senvlea and property provided by the aupatto other unit of govaoman and the amount of coc prrdionreeived for province of each such service and property 27 UK byGwernmeatAIMML IS will make available aucftbehoftesoftheairport developed with Mind finanow anditane and all Ohm usable for leading and takeoff of aacnaft to the [kited States Sr m by Goverment "craft Inoommon with other aircraft at aft tours wkhoul charge, swept, rite use by Government anaaft to substantial, dirge nay be nude tar a reasonable au%pupatond to rich men for the oast ofopraung and nunamiugtlu fadlim need. Unlm odwrodse determined by the Secretary. or dhrwvin agrad to by the apamor and to erg agaoy, substantial use ofan airport by awaommt aircraft will be oamdderod to evil when operabau of rich aircraft are in wo m oftau which, in the opinion of to Seaetry. would unduly iatsrfate with use ofthe hording saes by other authorized aircraft, or during any calendar mouth thet- a Five (3) or man Oovermrd aircraft are regulrly baud at do aupout or on lid adjacent thereto, or b. Tiutotal number ofmovamntr(couting cub lending u a torammt) ofOovermun airordt is 300 ormomor the pan aooamwlative weight of 0ovanmed akaaft uamgthe airport (the total movemerd of Government aircraft multiplied by you woode of rich woraft) Is In ezcm ofSve nithon pouaM 28. lairdforFederalFaeStbs. it will finnishwithout ooabtheFederalGovernment foreauanoamedacawith anyerkafBo 00ntdaaknavipt(onaCbWd ,aweatlrrrapoNngaidoammethonadlvNaroutedbcur Udkoontrol,cryaread lad orwatsq or mirktherdm, or rights in building tithe parser u the Secretary ooo dos numrary or dakableSir ocutnsotan, operation, and maimeaamoe at Federal apanse of space or faalma for rich purporea Such area or cry patron d redwilh be made available a provided ban= within few months after reoerpt of a written request flomt the Secretary 29. AlepmlLhgautPlew L IS will keep up to date at all thm in airport byad plan ofthe airport amwng (1) boundaries aft he airport and Ali proposed additions therein, together with the bourehim dab ode arose owned or controlled yt the spoaa fa akpat pwpaw sill l I l additions; torso; (2)de location and nature Ball existing and proposal airport fidNes and enucluros (suite u mmwwys, tazlwwys, spraur Unionist bnldmg, lunge and roads), including all "anal aatmiar andreducticm of welding airport hollitus, and (3) the location of all existing and proposed aodavidlm arose and Ball existing kgroveowdstherecs. Such airport layout pion ad each amendment. nvLaon, at modrtataatkae4 auft be subpactto the approval tithe Secretary %tec h approval shat be aidanoed by to signature eta duly authorized ropraentative dtbe So relay on the faoe tithe airport layout plan. Tae spamor will not maze a parent any cher" a aiteratrum in the airport or any Bits facilities which sae ad in omfmdty with the airport layout plan u approved by to Secretary and which augld, in the opinion ofthe Secretary, dveraly and the uftty, utility or o idemy dtke aupat b. We chanpeor afteratm inter airport or the facilities as made which the Serdary ddamim dvasely affects to soft utft ao idamyofayMorallyowned,lased,atfndedproperlyon or offdw airport aidwhichlsnil is oomthrmity with the airport layout plan as approved bytes Serdary, do owner or operator will, ifropasted, by the Secretary (1) dietician rich dvau effect in a manner approved by the Secretary, or (2) bees all once of relocating such property (or seplaomee t the oof)to a sale aoceptabie to the Secretary and all mss drestalag mob property (ornplaamadthered) to the level of safbty, utility, efficiency, and cost of operation existing before do unapproved their late airport a its fioilhha. 30. ChtRW" ftwilleomplywithsuchmlausuepmolptedtoherethenepramshall,onthepoundsdnoe,creed, alai national crigio, sex, age, or handicap be exoldd from participating in any activity conducted with or bmefitiogflnm lidde secelved ltam tlhls grant. This ineuro a obligates the sparor fbrt a period during which Federal financial saidance is eardedto ties program, exaapt where Federal funneled aaWme is to provide, or is is the form of personal property or rap property or imeraetherein or structures or ioptovanau thereon in which can the assurarhoe obligates the sponsor a any Page 20 of 26 Qsruferae for the longer ofthe fallowing periods (a) the period daring which the property u used far a puspose fa which Federal finmdal emidenas is admded, or for another purpose involving the prowwn of sunder services or bmefi4, or (b) the period during which the sponsor rdWm ownership or possession of the property 31 Disp osd of lend, a For Wdpurclumil under a Raid for airport erne compatibility purposes, it will dupae of the land, wheat %a IW is no larger needed tie soh purposes, at fear mrsrhet value, at the sashed practicable time. That portion ofthe Fmoeenhofauch&Win on which ispropoNantetotheUnitedstates'duceofaogweiaeofouchhodwill, attire d midion dtir Boundary, l) be paid to the secretary for deport in the Tout Fwd, or 2) be rdnveded id an approved noise ocapedlift project as prescribed by the secretary b. (1) For linal roadstead under a Mid for airport devolopumat purposes (oder than nolso oampatibutityl it wK when do unit is to hanger needed for airport purposes, dispose ofsuch had at fear market value a make avatlable tithe Secretary an account speed to the Umbd Stater' propatlaode dare ofthe bk trariort value tithe bud. That pathm oftbe proceeds dauh dhpoddan which is pmporticnab to the United StMW ohm oftla cost of acquisition dedr bad will, (a) upon application to the Secretary, be mnvedd in loodwr ehpble airport kaprovo ned project or projects approved by the secretary at that airport or within the national airport rydam, or (b) be paid to the secretary for deposit In the Trust Fund nfeo eligible prgeot aside. (2) Lad shall be considered to be needed far apart purposes under dui sauranoe if (a) it may be needed for mraeautial purposes (Including runway protection acem) a serve as noise buffer lad, and (b) the revenue Rom interim uses ofsuok Gad contributes to thefinanolat sWsuff daney dtbe ahput Funkier, lead purchased with. a giadmoeived by a airport operator or owner before Deoanber 31, 1987, wdl be considered to be needed for akpatpupaa if*o 8eeretay a Federal agmoy making such gad bef are December 31,1987, was notified by the operator or Owner ofgr was ofsuch land, did not object to such use, suit the lad container to be wed for that purpose, "use haft transactions! no War duct December 15, 1989 o. Disposition choir lad under (a) or (b) will be subject to the remhas or reservation ofay interest or right t1sima nesemryto mom that dab land will only be used for purposes which are compatible with noise levels associated with operation oftheakpat 32. RngloemSgsaid DWpServices. it will award cubcamad,orsubcorik"for program management consilnution management, Fissuring Oxb%8emnbfihy *Ask srduteakaal services, preWmnuy mitruermg, design, mgmeermg, racveykng, mapping or r@WW services with impact to the prgect in the sano aummr as a contract or aohAeohnnl and mSbwft agservices Is negotiated under Tide IX of dw Federal properly and Admuudrekve Services Ad of 1949 or an equivalent mgnirewmt pimadbad for or by the sperms ofthe airport. 33 FoselpbLdad AodrkYlan kwisnotalbwfkndsprovdedundwdogredtobwedto&mdayprojedwhiahusamy product or service eta firings onndry during the period in which richfaap eounhy a tided by the United Stater Trade Rapraeddlve a dmylmghir and equitable market opportunities for prockws and suppliers ofthe United Slates in p ommm d and cond iar, 34. .Policies, St dasia, and SpodBa io It will carry out the pgad in accordance with pokam, dadads, and spedfiatram approved by the Secretary includingbd out Bodied to dw advisory carcub s hired in the Current FAA Advisory Circulars fa AlP projects, dried 7/1199 and baluded hi ads great, sit in acoadeooe with sppho" rots pdtorm, stanch ds, and spadfiagans approved by the 8eaday 3g, RdoatGasaid RedPreprlyAgdddoa (1)Ewillbephledinacquiring real prWarty,tothegreatest adentpmhmble under state law, bydw Ind aoquisWan polioim in Subpar B of 49 CFR Part 24 and will pay orreurdaae properly oweers far necmeryeapenseaseapedfiedktBubpartB (2) It will provide a relocationassWarrce programofferkngtheservices desatibed In Subpart C adfdrad cmors" relocation payments and assistance to displaced persons as rop red in Subpar D and E of 49CFRPwt24 (3)hwlBmdoravaiGbkwiWoaraaoableperiod ofdmepriabduplaosmad,oo pmableroplaodnmt dwdliogrto displaced pumas In accordance with Subpart B of 49 CFR Pad 24 36. AmermByhabrdyBoom 7% airport owner or operator will pwmit,tothemaximum extedpadmble,hderokybwma ~mat Air odes d i teaspmo8mb bm seem to thedrpat,however, Ahas no obligation tofimdspmisi/hoBgarfin, kdaaly modes oftranwortatiosi. 37 DWdrambaged Bdoses Faimprlem Ilia mdpkntshall not discriminate on the basis ofrace, oolor, national ad& or mix in the award adportmanteau day DCTomided contract or in the administration of its DBE program or &a rapkmamb d 49 CFRPW 26 The Rook" dW t*A all moans ry and realomble papa under 49 CFR Pad 26 to amore non dmmwiotllon in tie award adi atla ofWr-GssWW ecndssds. The racrpieWs DBE prograra, a requn'ed by 49 CFR Part 26, and as approved by DDT, is incorporated bymf rmoo in rise agreement. boplemadation dtim program is a hogat obligation and f dl rs to airy out its tsar abets be hated a a violation drub agreement. Upon ndsflationtothe recipient data hiture to airy out its approved progress, the Deparmmdmay impose sanctions a provided for under Pat 26 and any, In appropriate asm, refbrthe mMlerfa adbmemed wider lB U 8 C 1001 aNer the Program Fraud Civil Remadnm Act of 1986(31 U8 C. 3801} Page 21 of 26 CURRENT FAA ADVISORY CIRCULARS FOR AIP/PFC PROJECTS Updated on 7/IN9 The following apply to both Ags and PFC Prelate NUMBER TFFLB 70/7460.17 Obdmcd m Making and Ugbbmg 150/5000.13 An ounome d of Avai WiOby-RTCA Ion, Davmmt RTCA 221, Guidance and Reoommmded Raquvmimax for Aupoit Surf a Movement Somas 150/5100.140 Arahkeobual, BWVAeuig, ud Planning Consultant Semca far Airport Grant Prge(a 150/3200.30A, CHG l k 2 Airport Winter 940 vid Operations 150/5200-33 Hazardous Wd" Attradanis On or Neu Airports 150/5210.5B Fairdmg, MoWng and Lgbimg of Vdudes Used on an Airport 150/5210.7B Aircraft Fire and Romm Camwmatim ' 150/5210.13A Water Rescue Platy, Facildies„ and Equipmad 150/5210 14A Airport Fire aid Rescue Pasooml protective Clotbiag 150/5210 15 Airport Rase A Flreligh4og Station Budding Design 150/521018 Systems for Intasoive Training of Airport Porsonml 150/5210.19 Drlva s Enhanced Vidom System (REVS) 150/3220-08 Water Supply System for Aircraft Fire and Rescue hv"m 150/5220-JOB Guide Speagat(m for Water/Foun Type Aircraft Rescue and Finifil liting Vehicles 150/522043B Runway Surface Condition Samor Speo fiatim Guide 150/5220.168 Automated WeatbwObsormg Systems 9)r NonFadaal Applwteae 150/5220-17A Dedpa Standards for Aircraft Rescue Pir ieghtingTmwmg Facilities 150/5220-18 Buildings for Storage and MaiMaenoe of Airport Snow and Ice Control Egmpma t sod M i 4 15015220-19 da a Guide SpectNoWan for Small, Dual Agent Aircraft Rescue and Firoflghting Vdmles 15015220.20, CHG I. Airport Snow end Ia Control Equipment 150/5220-21A Guide 8pueoiiatlmfor Ufta [had to Bard Arbm Pm m m With Mobility limpsirmats 150/5300.13, CHG 1, 2.3.4, 5 Airport Ded®e 150/5300.14 Daigm of Ancraft Dams Facilities 150/5300-15 Use of Value Eogh eemg for Engineering Deign of Airport Grant Prgects 130/5320-11B AirportDrmbui e 150/53206D Airport Pavonwd Damp and Evaluation 150/5320.120 Mnmmm t, Cmstmcnon, and Maintenance of Skid Resonant Airport Pavesumad Stallions 150/5320-14 Airport Landscaping for Nobe Control Purposes 150/5320-16 Airport Favemnd Dmp fordw Boeing 777 Airplane, 150/5325.4A, CHO 1 Runway Lmglb Requmemmta far Airport Damp ISW5340.10 Stmft* par Airport Markings 150/5340.4C, CHO 1 k 2 Installation Details for Rumvay Cmlalme Touddowit Zone Lgidhig Systems 150/5340.38, CHG 1 Segmmtd Circle Airport Marker Sydm 1505340.141, CHO 1 k 2 Boaoamy Approach IJgiding Alds 150/3340.17B &wAby power for Nan-FAA Ahpont U&M Syamu 150/5340-IM CHG 1 Sfaid" for Airport Saga Sydemm 150(5340.19 Taxiway Ceotarlbte Ughung System 150/3340.21 Airport Misagaoems Ughing VWW Aids 150/5340-238 Supplmontal Wind Cain 150/5340-24, CHO 1 Runway and Twdmy Edge UgMmg System 150/5340-27A Ak4o<hund Radio Control of Airport Uglduig System 1505345.31) Specification for IA21 Parols for Saracen Control of Airport Ugldmg 1505345.7D, CHO 1 SpaciSaAtanft r L324 Undapoudd Eleotrral Cable for Airport I I&mg Ci mds 1505343.10E SpWRarimfa CaMut Cuaad Rwiata+RepLAw Mondm 15015345.120 Spadflatbnfor Akpat and Helipal Beacon 150(5345.13A Specification for L841 Auxdury Relay Cabinet Ammbly hr Pia Cmhd of Airport Ugldmg Circuits 150/5345.26B, CHG 1 k 2 8pod8atimfor L823 Plm and Reoeptaole, Cable Connectors 150/5343d7C SpedRafan for Wind Coe Assmblies 150/3345.281, CHO I PraLim Approach Path I wgw (PAPI) Systair 150/3345,398, CHO 1 FAASpeol6ation 1.853, Runway and Taxway Conteduo RehaaRedtve Mukm 150/3345.4X, CHO 1 8pedgatkn for Airport Ught Bases, Tnntbrom Hmu4P6 Amdtm Boxy and Accessories ISW534543B Specification hr Obstrudpon Ugbnmg Equipment 150/3345.44F,CHO1 Sped calimRrTamayandRunwaySigns ISW534545A UgNwroigMAppoachUghtStnoWre 150/534546A 8pedficiianfa Runway and Taxiway Ugk Fit aria 15015345-47A LoleRm Tmndmnm for Airport Ughting System 130t5345-49A Spedflatlan 1,854, Radio Control Equipment 15015345.50, CHO 1 Specification for Potable Runway Lights 150/5345.51, CHO 1 SpaoiRadimfar Diadurge-Type Member Equipment 330/3345.32 Gametic Visual GRdeslgo Idica m (OVOI) 150/5345.33A(boludiig dd=*=) Airport lJSMing&NiPmnt Ca4Raatim Program 1501536" planning suit Design of Mrpod Tamiml Facilities at NmHub Lmatiam Page 22 of 26 150/5360.12A Agpat gipung A Q*kia 130/336043, CHO 1 Plam ng and Dafpr Oudance for Auport Tamuul Faorldra I30/33704C OpmWoo l9aBety on Auporla Durwg CmWUdM 130/5370.6B Construction Progrm and Inspection Repor4Arrpat Omnt Propam 150/3370.10A CHO 1, Z, 3, 4, 3, 6, 7, 8, 9 Ma darda for gpeolfymg CorrtruAran of Aupata 130/5370.11, CHO 1 Uae of Naoda ructive Tatrng Devaaa iodic Hvalua4m of Auport Pavmm* 150/3370412 Quality Control of Carolructtan for Airport Onud PrvJ@* I50/53904A Heliport Dmpr 150/539013 Vodipat Daipm Page 23 of 26 ATTACHMENT D REGARDING DRUG-FREE WORKPLACE REQUIREMENTS A The grantee certifies that it will or will continue to provide a drug-free workplace by (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and spec4mg the actions that will be taken against employees for violation of such prohibition (b) Establishing an ongoing drug free awareness program to inform employees about (1) The dangers of drug abuse in the workplace, (2) The grantee's policy of maintaining a drug-free workplace, (3) Any available drug counseling, rehabilitation, and employee assistance programs, and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace, (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a), (d) Notttrmgthe employee in the state isitrequurd by paragraph (a) that, as a condition of employment under the great, the employee will. (1) Abide by the torms of the statement, and (2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction, (e) Nctitymgthe agency in wrrtmg, within ten calendar days after receiving notice under paragraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grant officer or other designee on whose grant activity the convicted employee was work mg, unless the Federal agency has designated a central point for the receipt of such notices Notices shall include the identification number(s) of each affected grant, (f) Taking one of the following actions, within 30 calendar days of receiving notice under paragraph (dX2), with reaped to any employee who is so oonvicted- (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rdmbilitation Act of 1973, as amended, or (2) Requm ag such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency'. (g) Making a good faith effort to continue to maintain a drug-five workplace through implementation of paragraphs (a). (b). (o). (d). (a). and (f). B The grantee may inset in the space provided below the aite(s) for the performance of work done m connection with the specific grant Place of Performance (Street address, city, county, state, zip code) Denton Municipal Airport 5000 Airport Road Denton, TX 76207 Check _ if there are we #lam on file that are not identified here Signed Jon Fortune, vAs Typed Name and Title c ATTACHMENT E Dated 1o ion Operations Page 24 of 26 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 preventative and repair, is performed An airport sponsor may use any form of inspection program tit deems appropriate The program must, as a mmimum, include the following 1. Pavement Inventory. The following must be depicted in an appropriate form and level of details„ Location of all runways, taxiways, and aprons Dimensions Type of pavement Year of construction or most recent rehabilitation For compliance with the Airport Improvement Program assurances, pavements that have been constructed, reconstructed, or repaired with Federal financial assistance shall be so depicted 2. Inspection Schedule. a 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 (PC1) survey as set forth in Advisory Circular 150/5380-6, Guidelines and Procedures for Mamtenance of Airport Pavements, the frequency of inspections may be extended to three years b Drive-by Inspection A dnve-by inspection must be performed a minimum of once per month to detect unexpected changes in the pavement condition 3. Record Keeping. Complete information on the findings of all detailed inspections and other 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 minim information to be recorded is fisted below a inspection date b location c distress types d maintenance scheduled or performed For drive-by inspections, the date of inspection and any maintenance performed must be recorded Page 25 of 26 4. Infqrmation Retrieval. An airport sponsor may use any form of record keeping it deems approppate, 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 5. 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 guideline, and recommended methods of repair are presented Page 26 of 26 Y1 AGREEMENT BETWEEN SPONSOR AND CONSULTANT FOR PROFESSIONAL SERVICES TxDOT Contract No.: lXlFA002 TxDOT Project No.:DENTON TxDOT CSJ No.:0118DNTON STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TRAVIS § THIS AGREEMENT, made, entered into and executed by and between the City of Denton, hereinafter called the "Sponsor," acting by and through the Texas Department of Transportation hereinafter called the "Agent" and Coffman Associates hereinafter called the "Consultant." WITNESSETH The Sponsor intends to: prepare a master plan at the Denton Municipal Airport hereinafter called the "Project." AGREEMENT The Sponsor and the Consultant, in consideration of the mutual covenants and agreements herein contained, do mutually agree as follows: Pursuant to the terms of the Airport Project Participation Agreement entered into by and between Agent and Sponsor, Agent agrees to employ the Consultant on behalf of the Sponsor. The Consultant agrees to perform professional consulting services in connection with the project as stated in the sections to follow. Upon rendition of such services, the Agent agrees to pay to the Consultant compensation for these services as agreed herein. All services performed under this Agreement shall be performed under the direct supervision of the Agent. The Agent will act as referee in all questions arising under the terms of this Agreement between the parties hereto, and the Agent's decisions shall be final and binding. Page 1 of 12 SECTION 1 - SCOPE OF SERVICES 1.1. Services of the Agent 1.1.1. The Agent will furnish items as listed in Attachment A, "Services to be provided by the Agent" attached hereto and made a part of this agreement. 1.2. Services of the Consultant 1.2.1. The Consultant will furnish consulting and/or surveying services as set forth in Attachment B, "Basic Services to be provided by the Consultant," attached hereto and made a part of this agreement. The Consultant shall perform in a satisfactory manner, as determined by the Sponsor and Agent, the services generally outlined and specifically indicated in Attachment B. 1.2.2. All items of work included within this contract shall be completed within twenty-four months from the date of the written notice to proceed with the contract terminating at that time. No payment will be made to the consultant for work completed after that date without a written extension of the contract period approved by the State. Reason for consideration of contract extension will be excessive delays in review of work by the state or changes or delays caused by the Sponsor. In the event that the contract is terminated, the Sponsor will be notified immediately as to the reason for contract termination. SECTION 2 - PROGRESS 2.1. After execution of this Agreement, the Consultant shall not proceed with the work for outlined under "Scope of Services" until authorized in writing by the Agent to proceed. 2.2. The Consultant shall, from time to time during the progress of the work, confer with the Agent. The Consultant shall prepare and present such information and studies as are shown in Attachment B. 2.3. At the request of the Agent or the Consultant, conferences shall be conducted at locations designated by the Agent. When requested by the Agent, these conferences shall also include inspection of the Consultant's services and work. 2.4. The work will be subject to periodic review by the Federal Aviation Administration (FAA) and/or Agent. 2.5. The Consultant shall prepare a "Work Schedule" as Attachment C, attached hereto and made a part of this agreement. This work schedule will be sufficiently complete to show that the Consultant's "Scope of Services" under this Agreement can be accomplished within the specified time. This "Work Schedule" will provide specific work sequence and definite review times by Page 2 of 12 the Agent and the Consultant of the work performed. It is of primary importance to the Sponsor and the Agent that the services within this contract be provided according to the agreed upon Work Schedule, Attachment C. Undue delays within the control of the Consultant may be considered as reason for termination of the contract as provided in Section 9. 2.6. Should the Agent desire to suspend the work, but not terminate the Agreement, this may be done by thirty (30) days notice of suspension of work given by the Agent in writing to that effect, and the work may be reinstated by Agent and shall be resumed by Consultant in full force and effect upon receipt by the Consultant from the Agent of sixty (60) days notice in writing to that effect. 2.7. If work is suspended for more than six months at the request of the Sponsor or the Agent the Agreement may be renegotiated at the request of the Consultant or unilaterally terminated by the Consultant. 2.8. All employees of the Consultant shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of the Consultant, who, in the opinion of the Agent, is unable to perform the work, or whose conduct becomes detrimental to the work, shall immediately be removed by the Consultant from association with the Project. 2.9. The Consultant certifies that Consultant has adequate qualified personnel for performance of the services required under this Agreement, or will be able to obtain such personnel from sources other than the Agent or Sponsor. 2.10. The Consultant shall prepare monthly progress reports insufficient detail to support the progress of the work and vouchers requesting monthly payments. 2.11. The Consultant shall furnish all equipment, materials and supplies required to perform the work under this Agreement except as provided herein. SECTION 3 - CHANGES OF WORK 3.1. The Agent will have the right to make changes and alterations in the services of the Consultant as may be considered necessary or desirable. Changes and/or alterations that reduce the lump sum fee will be negotiated between the Agent and the Consultant. Changes and/or alterations that increase the lump sum fee will be handled as Additional Services as stated in Section 4. Such changes and alterations shall not be considered as a waiver of any conditions of the Agreement, nor shall they invalidate any of the provisions thereof. The Consultant shall perform the work as changed or altered. 3.2. When required to do so by the Agent, the Consultant shall make such revisions as are necessary to correct Consultant's errors or omissions in the work. No additional compensation shall be paid for this work. Page 3 of 12 3.3. If the Agent requests change to work previously completed by the Consultant and accepted by the Agent, the Consultant shall make such changes as directed by the Agent. This will be considered additional work and paid for as specified in Section 4 - Additional Services. SECTION 4 - ADDITIONAL SERVICES 4.1. When authorized by a supplemental Agreement, the Consultant will furnish additional services as listed in Attachment D, "Additional Services to be Provided by the Consultant," attached hereto and made a part of this agreement. 4.1.1. Compensation for such services will be in accordance with Section 5 - Payments to the Consultant. 4.2. If the Consultant is of the opinion that any work Consultant has been directed to perform is beyond the scope of this Agreement and constitutes extra work, Consultant shall promptly notify the Agent in writing prior to performing the extra work. 4.2.1. In the event the Agent finds that such work does constitute extra work, the Agent shall so advise the Consultant, in writing, and pursuant to a supplemental Agreement shall provide extra compensation to the Consultant for doing this work as additional services covered in Section 5 - Payments to the Consultant. SECTION 5 - PAYMENTS TO THE CONSULTANT 5.1. Methods of Payment for Services and Expenses of Consultant 5.1.1. For Basic Services. Agent shall pay Consultant for. Basic Services as set forth in Attachment B, "Basic Services to be Provided by the Consultant," attached hereto and made a part of this agreement rendered under Section 1 as follows: 5.1.1.1. A lump sum fee of $165,150.00 for all Basic Services furnished under Section 1 and as set forth in Attachment B. 5.1.1.2. The lump sum amount shall be allocated to the phases of the Project as set forth in Attachment E, "Lump Sum Fee Distribution to Consultant," attached hereto and made a part of this agreement. 5.1.2. For Additional Services. Agent shall pay Consultant for work rendered under Section 4 - Additional Services in accordance with the provisions of the Supplemental Agreement to Consulting Services Agreement pertaining to the service provided. 5.2. Times of Payments Page 4 of 12 3.3. If the Agent requests change to work previously completed by the Consultant and accepted by the Agent, the Consultant shall make such changes as directed by the Agent. This will be considered additional work and paid for as specified in Section 4 - Additional Services. SECTION 4 - ADDITIONAL SERVICES 4.1. When authorized by a supplemental Agreement, the Consultant will furnish additional services as listed in Attachment D, "Additional Services to be Provided by the Consultant," attached hereto and made a part of this agreement. 4.1.1. Compensation for such services will be in accordance with Section 5 - Payments to the Consultant. 4.2. If the Consultant is of the opinion that any work Consultant has been directed to perform is beyond the scope of this Agreement and constitutes extra work, Consultant shall promptly notify the Agent in writing prior to performing the extra work. 4.2.1. In the event the Agent finds that such work does constitute extra work, the Agent shall so advise the Consultant, in writing, and pursuant to a supplemental Agreement shall provide extra compensation to the Consultant for doing this work as additional services covered in Section 5 - Payments to the Consultant. SECTION 5 - PAYMENTS TO THE CONSULTANT 5.1. Methods of Payment for Services and Expenses of Consultant 5.1.1. For Basic Services. Agent shall pay Consultant for Basic Services as set forth in Attachment B, "Basic Services to be Provided by the Consultant," attached hereto and made a part of this agreement rendered under Section 1 as follows: 5.1.1.1. A lump sum fee of $165,150.00 for all Basic Services finished under Section 1 and as set forth in Attachment B. 5.1.1.2. The lump sum amount shall be allocated to the phases of the Project as set forth in Attachment E, "Lump Sum Fee Distribution to Consultant," attached hereto and made a part of this agreement. 5.1.2. For Additional Services. Agent shall pay Consultant for work rendered under Section 4 - Additional Services in accordance with the provisions of the Supplemental Agreement to Consulting Services Agreement pertaining to the service provided. 5.2. Times of Payments Page 4 of 12 subcontracting the same with a subcontractor, the Consultant shall take all steps necessary and appropriate to ensure that said subcontractor indemnifies the Sponsor, Agent, and at the option of the Consultant, the Consultant for liability arising from any acts or omissions of said subcontractor, it being the express intention of the parties hereto that any liability for said acts or omissions shall be the responsibility of said subcontractor. In the event that Consultant does not take such appropriate and necessary steps to ensure the indemnification described in this provision, Consultant shall assume such liability as is described in this provision, and hereby agrees to so indemnify the Sponsor or Agent for such acts or omissions of said subcontractor as are described herein. 6.3. The Consultant shall pay the subcontractor for work performed within 10 days after the Consultant receives payment for the work performed by the subcontractor. Also, any retained monies on a subcontractor's work shall be paid to the subcontractor within 10 days after satisfactory completion of all the subcontractor's work. Completion of the subcontractor's work shall include test, maintenance and other similar periods that are the responsibility of the subcontractor. SECTION 7 - CIVIL RIGHTS COMPLIANCE 7.1. The Consultant shall comply with the provisions of Attachment F, "Special Provision Contractor Contractual Requirements Title VI Assurances," attached hereto and made a part of this agreement. SECTION 8 - DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS 8.1. The Consultant shall comply with the provisions of Attachment G, "Disadvantaged Business Enterprise (DBE) Assurances," attached hereto and made a part of this agreement. For any additional services DBE goals will be amended and a new plan filed. SECTION 9 - TERMINATION OF AGREEMENT 9.1. The Agreement may be terminated upon the occurrence of any of the following conditions: 9.1.1. By mutual Agreement and consent of both parties in writing. 9.1.2. By the Agent by notice in writing to the Consultant as consequence of failure by the Consultant to perform the services herein set forth in a satisfactory manner and within the limits provided, with proper allowances being made for circumstances beyond the control of the Consultant. Page 6 of 12 9.1.3. By either party, upon the failure of the other party to fulfill its obligations as set forth in Section 1 - Scope of Services. 9.1.4. By the Agent for reasons of its own and not subject to the mutual consent of the Consultant by delivering a written Notice of Termination to the Consultant, which shall take effect on the tenth (10th) day following receipt. 9.1.5. By the condition stipulated in Section 2.7. 9.1.6. By the situation stipulated in Attachment G, Disadvantaged Business Enterprise (DBE). 9.1.7. By the condition stipulated in Attachment H, "Child Support Certification" attached hereto and made a part of this agreement. 9.1.8. By satisfactory completion of all services and obligations described herein. 9.2. Should the Agent terminate this Agreement, no fees other than fees due and payable at the effective date of termination, shall thereafter be paid to the Consultant. In determining the value of the work performed by the Consultant prior to termination, the Agent shall be the sole judge. Payment for work at termination will be based on work completed at that time. 9.3. If the Consultant defaults in performance of this Agreement or the Agent terminates the Agreement for fault on the part of the Consultant, the Agent will give consideration to the actual costs incurred by the Consultant in performing work to date of default, the amount of work required which was satisfactorily complete to date of default, the value of the work which is usable to the Sponsor, the cost to the Sponsor of employing another firm to complete the work required and the time required to do so, and other factors which affect the value to the Sponsor of the work performed at time of default. 9.4. The termination of this Agreement and payment of an amount in settlement as prescribed above shall extinguish all right, duties, obligations and liabilities of the Sponsor, Agent, and Consultant under this Agreement with regard to payment only. If the termination of this Agreement is due to the failure of the Consultant to fulfill Agreement obligations, the Agent may take over the project and prosecute the work to completion by Agreement or otherwise. In such case, the Consultant shall be liable for any additional costs for professional services resulting from the Consultants default. SECTION 10 - DISPUTES 10.1. The Consultant shall be responsible for the settlement of all contractual and administrative issues arising out of procurements made by the Consultant in support of the work authorized herein. Page 7 of 12 10.2. Any dispute concerning the work performed hereunder, the cost of work performed hereunder, or any nonprocurement issue shall be settled in accordance with Title 43, Texas Administrative Code, Section 1.68, "Contract Claim Procedure." SECTION 11 - COMPLIANCE WITH LAWS 11.1. The Consultant shall comply with applicable federal, state and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of courts, or administrative bodies or tribunals in any matter affecting the performance of this Agreement, including, without limitation, worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, the Consultant shall furnish the Agent with satisfactory proof of Consultant's compliance. SECTION 12 - INDEMNITY 12.1. The Consultant shall save harmless the State and its officers and employees from all claims and liability due to activities of itself, its agents, or employees, performed under this Agreement and which are caused by or result from error, omission, or negligent act of the Consultant or of any person employed by the Consultant. The Consultant shall also save harmless the State from any and all expense, including, but not limited to, attorney fees which may be incurred by the State as a result of such activities by the provider or employees. 12.2 Section 12.1 above is expressly applicable to all items, clauses, codicils, and addenda of this Agreement. SECTION 13 - CONSULTANT'S WARRANT 13.1. The Consultant warrants that Consultant has not employed or retained any company or persons, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement and that Consultant has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the Agent shall have the right to annul this Agreement without liability or, in its discretion, to deduct from the Agreement price or compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. SECTION 14 - SUCCESSORS AND ASSIGNS 14.1. The Sponsor and the Consultant each binds itself, its successors, executors, Page 8 of 12 administrators and assigns to the other party to this Agreement and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Agreement. Neither the Sponsor nor the Consultant shall assign, sublet, or transfer its interest in this Agreement without written consent of the other. SECTION 15 - INSPECTION OF CONSULTANT'S BOOKS AND RECORDS 15.1. The Agent may, for purpose of termination of the Agreement prior to completion, examine the books and records of the Consultant for the purpose of checking the amount of the work performed by the Consultant at the time of Agreement termination. The Consultant shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at the Consultant's office during the Agreement period and for three years from the date of final payment under the Agreement, for inspection by the Agent, the Federal Aviation Administration and the U.S. Department of Transportation, Office of Inspector General. The Comptroller General of the United States, or any of its duly authorized representatives, shall have access to any books, documents, papers and records of the Consultant which are directly pertinent to this Agreement for the purpose of making audit, examinations, excerpts and transcriptions. SECTION 16 - WARRANTIES OF SIGNATORY 16.1. The undersigned signatory or signatories for the Consultant hereby represent and warrant that the signatory is an officer of the firm for which the signatory has executed this Agreement and that the signatory has full and complete authority to enter into this Agreement on behalf of the Consultant. The above-stated representations and warranties are made for the purpose of inducing the Sponsor to enter into this Agreement. SECTION 17 - INSURANCE 17.1. The Consultant shall procure and maintain insurance for protection from claims under worker's compensation acts, claims for damages because of bodily injury including personal injury, sickness or disease or death of any and all employees or of any other person and from claims or damages because of injury to or destruction of property including loss of use resulting therefrom. The Consultant shall furnish the Agent a completed Certificate of Insurance provided and approved by the Agent prior to beginning work under this Agreement. SECTION 18- ENTIRE AGREEMENT 18.1. This Agreement together with the Attachments, Exhibits and Special Provisions identified herein constitutes the entire Agreement between the Sponsor and the Consultant and supersedes all prior written or oral understandings. This Agreement and said Attachments, Page 9 of 12 Exhibits, and Special Provisions may only be amended, supplemented, modified or canceled by a duly executed written instrument. SECTION 19 - CHILD SUPPORT CERTIFICATION 19.1. Under Section 231.006 of the Family Code, the Consultant certifies that the individual or business entity named in this Agreement is eligible to receive the specified grant or payment and acknowledges that this Agreement may be terminated and payment withheld if this certification is inaccurate. The Consultant further acknowledges that he or she has read Attachment G and has provided the names and social security numbers required therein. SECTION 20 - APPLICABLE LAW 20.1. Under Section 22.055 (b), Transportation Code, Chapter 22, this Agreement is made pursuant to the law governing the making of Agreements by or on behalf of the State of Texas. SECTION 21 - BUY TEXAS 21.1. The Consultant shall buy Texas products and materials for used in providing the services authorized in this Agreement when these products and materials are available at a comparable price and in a comparable period of time. When requested by the Agent the Consultant shall famish documentation of these purchases or a description of good faith efforts to do so. SECTION 22- DEBT TO THE STATE 22.1. If the Comptroller is currently prohibited from issuing a warrant to the Consultant because of a debt owed to the State, then the Consultant agrees that any payments owing under the Agreement will be applied towards the debt or delinquent taxes until the debt or delinquent taxes are paid in full. SECTION 23 - VENUE 23.1. Venue for resolution by a court of competent jurisdiction of any dispute arising under the terms of this Agreement, or for enforcement of any of the provisions of this Agreement, is specifically set by Agreement of the parties hereto in Travis County, Texas. Page 10 of 12 IN WITNESS WHEREOF, the parties to this Agreement for Professional Consulting Services have signed or caused their respective names to /jj~Aday of 2001. CONSULTANT 0 Title: r U (Name of Firm) toc T (City, State, Zip) THE STATE OF MISSOURI COUNTY OF ar- 3 be signed to triplicate counterparts hereof on the Name: V L o rta 37 W. (Address) ALL - S- d 't--- 3 _S'a o (Area Code & Phone Number) Before me, the undersigned authority, on this day personally appeared C~ known to me to be the Consultant named in this Agreement, or the Cons ant's authorized representative, and is the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she has authority to execute and has executed the same for the purposes and consideration therein expressed. Given under my hand and seal of office this j j' day of D. 2001. Notary Public, S too issouri My Commission expires S 200 SHERRY J. IRVIN SHERRY J. IRVIN Notary Public - Notary Seal State of Missouri Notary Public - State of MISSOW County of Jackson County of Jackson My Commission Expires Aug 5, 2004 My Commission Expires Aug 5, 2004 Page 11 of 12 ACCEPTANCE OF THE STATE Executed by and approved for the Texas Transportation Commission, agent for the Sponsor, for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. By: 7 '0 Date: ~ 7 / David S. Fulton, Director Aviation. Division Texas Department of Transportation Page 12 of 12 ATTACHMENT A SERVICES TO BE PROVIDED BY THE AGENT TxDOT CSJ No.: 0118DNTON Agent shall do the following in a timely manner so as not to delay the services of the Consultant: Provide sufficient criteria and information as to the Agent's requirements for the Project including but not limited to, design objectives, capacity and performance requirements, and budget constraints; identify design and construction standards which the Agent will require to be used for the Project. 2. Make available plans, specifications, maps, field notes, aerial photos, previous reports, statistics, and other data in the Agent's possession relative to the existing facilities and to the Project. 3. Furnish the Consultant appropriate data in the Agent's or Sponsor's possession including, but not limited to, soils and foundation investigations, boundary and other surveys, environmental assessments or environmental impact statements, and planning or engineering reports. 4. Examine all studies, reports, sketches, drawings, specifications, proposals, and other documents presented by the Consultant. 5. Designate in writing a person to act as the Agent's representative with respect to the services to be rendered under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define the Agent's policies and decisions with respect to materials, equipment, elements and systems pertinent to the Consultant's services, and such other authority as granted to the representative by the Agent. 6. Give prompt written notice to the Consultant whenever the Agent observes or otherwise becomes aware of any development that affects the scope or timing of the Consultant's services, or any defect in the work of the Consultant(s). A-1 ATTACHMENT B BASIC SERVICES TO BE PROVIDED BY THE CONSULTANT TxDOT CSJ No.: 0118DNTON Consultant will prepare an Airport Master Plan for the Denton Municipal Airport in accordance with Federal Aviation Administration Advisory Circular 150/5070-6A, Airport Master Plans, and other appropriate orders and advisory circulars. Consultant shall provide the Sponsor professional planning services in all phases of the Project to which this Agreement applies as hereinafter provided. These services will include serving as the Sponsor's professional planning representative for the project, providing professional planning consultation and advice incidental thereto, and attending conferences and meetings with the Agent, FAA, Sponsor, and other interested parties as needed to review available data and to clarify and define the requirements of the Project. Following is the detailed "Scope of Services" for the preparation of the Airport Master Plan after written authorization to proceed with the Project is issued by the Agent. SPECIFIC ITEMS TO BE ADDRESSED BY THE STUDY: • New terminal building location and practicality of joint-use with an ATC facility. • Sponsor interest in the timing and justification of the next runway extension. • Analysis of current and future helicopter operations. • Revenue opportunities for surplus property. A. ANALYSIS OF EXISTING CONDITIONS (INVENTORY) The Consultant shall: Attend a kickoff meeting with the Agent and the Sponsor and other interested parties to present and discuss schedule, technical approach, and specific planning issues as it pertains to the Project. 2. Identify issues which may influence the master plan's recommendations through consultation and interviews with airport users and public officials responsible for policies relating to the airport. 3. Collect previous reports on the Denton Municipal Airport, including historical airport activity and based aircraft information. Describe how the airport evolved, B-1 its aeronautical role regionally and in the Texas Airport System Plan (TASP), its place in the community's infrastructure, and its socioeconomic benefits and costs. 4. Develop an inventory of existing facilities and their current condition, including but not limited to: a. Runways, taxiways, aprons, and related lighting, marking, signage, and NAVAIDS. b. General aviation and other terminal buildings and areas by function. C. Aviation fuel and aircraft servicing systems. d. Utilities, including water, gas, electric, telephone, drainage, and sewage. e. Automobile access to the airport, auto circulation, and parking Determine the existing and planned or proposed land uses both on and immediately adjacent to airport property, including height hazard and compatible land use zoning. 6. Compile information on the use of the airspace and how air traffic is managed. 7. Determine historical meteorological data, including wind direction and velocity, annual ceiling and visibility conditions, temperature, and precipitation. 8. Obtain elevations of critical points on the airport site by survey as necessary. B. AVIATION DEMAND FORECASTS The Consultant shall: Forecast aviation demand over a twenty-year period horizon (short-term period of five years, medium-term period of ten years, and long-term period of twenty years), utilizing data collected in Phase A. Analyses will be based on: a. Economic growth and changes in industrial activity b. Demographic trends, including population projections published by the Texas Water Development Board or an acceptable source, employment, household income, and geographic distribution c. Historical trends in number of operations, number and type of based aircraft, number of commercial and recreational operations 2. Document the following forecasts of aviation demand and methodologies used to generate them in a technical memorandum: B-2 a. Based aircraft and fleet mix b. General aviation activity including itinerant and local activity, annual instrument approaches, transient versus based aircraft usage ratios, and runway end utilization patterns c. Military activity d. Air cargo and air taxi activity e. Peak load activity f. Surface vehicular activity 3. Delineate the service area and determine the appropriateness of the current functional role of the Denton Municipal Airport in the TASP in accordance with the TxDOT, Aviation Division "Policies and Standards". 4. Conduct interviews with businesses, industrial firms, and other airport users, as required. 5. Conduct a survey of pilots/registered owners/business users in the City of Denton and surrounding areas to determine the potential demand for improved airport facilities. 6. Aerial Photography: Perform controlled aerial photography of the airport including all areas underlying the FAR Part 77 imaginary surfaces on an as needed basis. Provide Agent with a copy of aerial photography negative plus three (3) copies of 9"x9" contact print with airport centered in frame. This photograph should be at 1:12,000 scale for airports with a single runway 5000' or less in length or 1:24,000 for airports with a single runway more than 5000' in length or for airports with multiple runways. C. FACILITY REQUIREMENTS The Consultant shall: Identify airport requirements that will be required over the twenty-year planning period based on the determination of the functional role of the airport and the demand forecasts developed in Phase B. The analyses will consider: a. Airside capacity, annual service volume, and peak period characteristics b. Landside capacity of terminal area, parking, and roadways c. New facility concepts to meet future demand d. Feasibility of facility concepts based on schedule, cost, financing, operational characteristics, safety, and convenience e. FAA and TxDOT, Division of Aviation airport standards B-3 f. Potential use of "surplus" airport property 2. Determine the airport facilities that are required at logical points over the twenty- year planning horizon (short-term period of five years, medium-term period of ten years, and long-term period of twenty years) based on thresholds of activity, including property and easement acquisition. 3. Prepare an interim report encompassing the information generated in Tasks A through C. Twenty-Two copies of the Phase I report will be prepared (Twenty for the sponsor and Two for the Agent). 4. Attend a project/public meeting with the Agent and Sponsor to discuss the Inventory, Forecasts, and Facility Requirements. D. DEVELOPMENT ALTERNATIVES The Consultant shall: Determine if the existing Denton Municipal Airport can accommodate all the proposed improvements based on the forecast and facility requirements developed in the earlier tasks and provide the needed aviation capacity. 2. Propose airfield development alternatives that can accommodate all the proposed improvements based on the forecast and facility requirements developed in the earlier tasks. 3. Establish a set of criteria for which the alternatives will be evaluated and an assignment of the relative importance to each criterion. Criterion will include but not be limited to: a. Safety and efficiency of aviation operations b. Ability to accommodate expected general aviation demand c. Acceptability to users, the TxDOT, FAA, and the community at large d. Land availability and ownership C. Environmental factors f. Airspace/ obstruction requirements g. Consistency with areawide plans h. Political, jurisdictional, and implementation factors i. Economic feasibility j. Accessibility B-4 4. Prepare a preliminary airport layout and interim report encompassing Task D to illustrate the Consultant's general development recommendations and document the progress to date. Twenty-Two copies of the Phase II report will be prepared (Twenty for the sponsor and Two for the Agent). Attend a project/public meeting with the Agent and Sponsor to discuss the preliminary airport layout and Development Alternatives. E. ENVIRONMENTAL OVERVIEW The Consultant shall: 1. Review current conditions and previous reports to establish a baseline for any subsequent environmental and/or permitting requirements. 2. Investigate the following potential environmental concerns: a. Noise sensitive receptors near the airport. b. Sensitive biota, including wildlife and endangered species c. Section 4f lands, prime farmland, and protected habitat, such as wetlands d. Historical and archeological sites e. Areas susceptible to air or water pollution by airport construction activities f. Potential water resources impacts, including flood hazard g. Possible displacement of residences, farms, or businesses 3. Identify those development recommendations that may require further environmental study along with possible mitigation strategies. F. AIRPORT PLANS After determining the preferred development plan, the Consultant shall: 1. Prepare an Airport Layout Plan according to the most current FAA Advisory Circular 150/5300-13 guidelines, using the computer-aided drafting program AutoCAD to facilitate revisions and transfers to other systems. The plan will show existing facilities and the proposed facilities developed in Phase D, and will include but not be limited to: a. Runways, taxiways, buildings, NAVAIDS, parking areas, roads, lighting, fueling facilities, tie-down areas, and other prominent airport features with dimensions B-5 b. Trees, streams, power lines, towers, and other prominent natural features c. Airport boundaries, runway protection zones, easements, and other areas controlled by the City of Denton for aviation purposes d. Adjacent non-airport property, with land use specified e. Areas reserved for future aviation and non-aviation development f. Topographic contours g. Location and vicinity maps h. Wind information i. Basic data table showing all pertinent airfield data 2. 3. Develop or update the following drawings as maps or overlays as needed: a. Inner portion of the Approach Surface Drawing and Runway Protection Zone drawing, showing imaginary surfaces specified under Federal Aviation Regulations, Part 77 (including existing and proposed approach slopes in plan and profile views, any height or slope projection required by local zoning), runway protection zones, approach zones and surfaces, and all existing obstructions, with measures for their removal or marking b. Property Map (Exhibit A), showing property ownership or interest in each tract within the existing and ultimate airport boundaries, indicating how and when the property was obtained. Consultant will use existing property information provided by TxDOT. This task does not include a new boundary survey or title search. C. Building or Terminal Area Plan, showing existing buildings and possible expansions, auto parking areas, aircraft parking and maneuvering areas, immediate terminal access and service roads d. Airport Access Plan, showing existing and proposed auto routes to the airport from the City of Denton and the region, from connecting highways, and from other origins as appropriate e. Land Use Plan, showing future aviation and non-aviation-related land uses f. Airport Airspace Drawing showing all 14 CFR Part 77 Subpart C surfaces based on ultimate runway lengths, small scale profile views of ultimate Part 77 Subpart C approaches and obstruction data tables Submit two hard-copy plots of the Airport Layout Plan drawings at a scale of between 200 and 600 feet to the inch, in 22" by 34" format to the Agent for review and approval. B-6 G. RECOMMENDED DEVELOPMENT PLAN EXECUTION (FINANCE, OPERATIONAL, AND IMPLEMENTATION PLANS) The Consultant shall: Develop a schedule and costs (including funding sources) for executing each of the recommendations of the Airport Master Plan including design, construction, and land acquisition. The schedule will be developed according to the projected demand and the desired level of service. 2. Evaluate the economic feasibility of the proposed airport development (including industrial and commercial) and its potential costs compared to its projected revenues. Estimate the amount of annual debt service and operating expenses that will most closely match annual revenue. Evaluate the appropriateness of airport lease rates and other user charges. 3. Prepare a financial plan to recommend how capital and revenue can be made available to support airport development. Develop a preferred plan and alternative strategy, evaluating each for its requirements for investment, timing and overall costs and benefits. 4. Develop a strategy for the economic enhancement of the airport. 5. Conduct an economic benefit study which will measure and analyze economic impacts of Denton Municipal Airport. The three primary impact indicators: (a) employment, (b) payroll, and (c) economic activity (operating expenses or expenditures by firms and government agencies). In addition, the report will include an estimate of the economic benefits from based aircraft, including an analysis of use for business and personal travel and outlays by aircraft owners. The study will also measure the induced (or multiplier) effects of the primary impacts, using the Regional Input-Output Multiplier System (RIMS II) developed by the U.S. Department of Commerce. The airport economic benefit methodologies are consistent with those recommended by AOPA and FAA and will provide a reasonable basis of comparison with other airports across the nation. Basic data will be collected from surveys of airport employers and tenants, based aircraft owners, and travelers arriving by general aviation aircraft. The following categories of economic impact will be analyzed: a) Direct impacts of suppliers of aviation services. (1) Airport concessionaires (2) Ground transportation (3) Air cargo and courier (4) Government agencies B-7 (5) Fixed base operators (6) General aviation aircraft owners (7) Charter or air taxi operations and helicopter services b) Direct impacts of manufacturing fines or other major aviation-related employers on or nearby the airport. c) Indirect impacts of aviation from expenditures by travelers and tourists that arrive in the area by air. d) Impacts of aviation on the various sectors of the local economy not necessarily involved in air transport, due to multiplier effects as aviation dollars are spent and re-spent. e) Estimate of tax revenues created by aviation activity. 6. Prepare a draft final report encompassing the information generated in Tasks E through G. Twenty-Two copies of the Phase III report will be prepared (Twenty for the sponsor and Two for the Agent). Attend a project/public meeting with the Agent and Sponsor to discuss the Environmental Overview, Airport Plans, and Recommended Development Plan Execution. H. DELIVERABLES- MASTER PLAN DOCUMENTS The Consultant shall: Prepare a draft final report encompassing tasks A through G for final Sponsor and Agent review. Twenty-Two copies will be submitted (Twenty copies to the Sponsor and two copies to the Agent). At the request of the sponsor, attend a g~y Council Meeting to present the results of the Airport Master Plan for their approval. 2. Incorporate final comments and produce Thirty copies of the final report. Twenty- Five copies will be submitted to the Sponsor and Five copies to the Agent. 3. Prepare five hundred (500) executive summary brochures. These brochures are to be produced once the airport master plan document has been approved. I. DELIVERABLES- AIRPORT LAYOUT PLAN Submit two (2) blueline copies of the draft ALP to Agent for initial review. Upon B-8 completion of any changes which may be necessary after initial review, submit two (2) additional blueline copies of updated draft ALP to Agent for second review. Upon completion of any changes which may be necessary after second review and upon authorization from Agent, submit ten (10) blueline copies of final draft ALP to Agent for FAA airspace review. Upon completion of any changes, which may be necessary after FAA airspace review and upon authorization from Agent, submit three (3) polyester film (Mylar) copies of final ALP to sponsor for signature by appropriate representative. Sponsor will return the three (3) signed polyester film (Mylar) copies to Consultant. Consultant will submit three (3) polyester film (Mylar) copies of final ALP plus 3'/2" disk(s) or CD containing the latest AutoCAD Release drawing files of all necessary components of final ALP to Agent. The three (3) polyester film (Mylar) copies will be signed (approved) by the Agent Director. Two (2) signed copies will be returned to the Consultant. Consultant will forward one (1) signed copy and three (3) blueline copies to the sponsor and retain the other signed copy for its files. Consultant will make ten (10) blueline copies and submit to Agent for its files and distribution the FAA. B-9 ATTACHMENT C WORK SCHEDULE TxDOT CSJ No.: 0118DNTON FROM NOTICE TO PROCEED Mo.l Mo.2 Mo.3 MoA Mo.5 Mo.6 Mo.7 Mo.8 Mo.9 Mo.10 Moil Mo.12 I........ I I......... I......... I......... I........ I......... I......... I......... I......... I A. Analysis of Existing Conditions (Inventory) B. Aviation Demand Forecasts C. Facility Requirements ♦O❖ D. Development Alternatives I ♦13 E. Environmental Overview I I F. Airport Plans I----------------I G. Development Plan Execution I ♦O❖ H. MP Deliverables I----------------- I 1. ALP Deliverables I Legend ♦ Project Meeting O Public Meeting ❖ Technical Memorandum or Report Note: Project schedule may vary depending on time necessary for Agent and Sponsor review. C-1 ATTACHMENT D ADDITIONAL SERVICES TO BE PROVIDED BY THE CONSULTANT TxDOT CSJ No.: 0118DNTON If authorized by supplemental Agreement by Agent, Consultant shall furnish or obtain from others additional services of the types listed hereinafter. These services are not included as part of the Basic Services to be Provided by the Consultant. Compensation for additional services will be in addition to compensation for services performed under Section 1 - Scope of Services. Boundary, land, and right-of-way surveys, establishment of monuments; and, related office computations and drafting. 2. Preparation of property or easement descriptions and related drawings. Assistance to the Agent and Sponsor as an expert witness in any litigation with third parties arising from the development or construction of the project. 4. Appearance before regulatory agencies. 5. Preparation of Environmental Impact Assessment Reports and assistance to the Agent in preparing for and attending public hearings. 6. Preparation of site selection studies Additional copies of reports, plans, specifications, and documents above the number specified to be furnished under the Basic Services. 8. Travel and subsistence for the Consultant and Consultant's staff beyond that normally required under the Basic Services, when authorized by the Agent. 9. Preparation of feasibility or ratemaking studies. 10. Any other services required for the project, authorized in writing by the Agent, and not otherwise provided for in this Agreement. 11. Obtain airport property information not provided or available to/by TxDOT or the sponsor. This may include a Property Title Search, Boundary Survey, or any other means to obtain necessary information which is needed to adequately complete the airport property map drawing. D-1 ATTACHMENT E LUMP SUM FEE DISTRIBUTION TO THE CONSULTANT TxDOT CSJ No.: 0118DNTON Subject to the limitations of Section 5, and other provisions of this Agreement the lump sum fee for Basic Services as provided under Section 5 - Payments to the Consultant shall be distributed on the basis of the following percentages of the total lump sum fee for the phases of the Project. A. Analysis of Existing Conditions (Inventory) 8.75 percent B. Aviation Demand Forecasts 16.76 percent C. Facility Requirements 12.50 percent D. Development Alternatives 11.45 percent E. Environmental Overview 6.43 percent F. Airport Plans 9.13 percent G. Development Plan Execution 21.94 percent H. Master Plan Deliverables 9.90 percent 1. Airport Layout Plan Deliverables 3.14 percent TOTAL 100 percent E-1 ATTACHMENT F SPECIAL PROVISION CONTRACTOR CONTRACTUAL REQUIREMENTS TITLE VI ASSURANCES TxDOT CSJ No.: 0118DNTON During the performance of this contract, the contractor, for himself, its assignees and successors in interest (hereinafter referred to as the "contractor" agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities, as may be determined by the Agent or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Agent shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: (a) withholding of payments to the contractor under the contract until the contractor F-1 complies, and/or (b) cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Agent or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Agent to enter into such litigation to protect the interests of the Agent and Sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. F-2 ATTACHMENT G DISADVANTAGED BUSINESS ENTERPRISE (DBE) ASSURANCES TxDOT CSJ No.: 0118DNTON 1. Policy. It is the policy of the United States Department of Transportation (DOT) that Disadvantaged Business Enterprises (DBE), as defined in 49 CFR Part 26, Subpart A, be given the opportunity to compete fairly for contracts and subcontracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. 2. DBE Obligations. The contractor will offer DBEs, as defined in 49 CFR Part 26, Subpart A, the opportunity to compete fairly for contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all contractors will make a good faith effort in accordance with 49 CFR Part 26 to meet the contract DBE goal. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT-assisted contracts. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. The requirements of this provision shall be physically included in any subcontract. 3. Project DBE Participation Goal and Good Faith Effort. The bidder/proposer shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract 0 percent of the dollar value of the prime contract to DBEs. A bidder for this solicitation that qualifies as a DBE, may receive credit toward the DBE goal for work performed by his/her own forces and work subcontracted to DBEs. The DBE bidder must report any subcontracts to non-DBEs. The apparent successful competitor will be required to submit information concerning the DBE(s) that will participate in the contract. Eligible DBEs are firms certified as such by the Department in accordance with 49 CFR Part 26. The information will include: (1) the name and address of each DBE; (2) a description of the work to be performed by each named firm; and (3) the dollar value of the work of the contract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. If the Director of Aviation determines that the apparent successful competitor has failed to meet the good faith effort requirements, they will be given an opportunity for reconsideration by the Director of the Construction Division. 4. Counting DBE Participation Toward Meeting the Goals. The Texas Department of Transportation through the Division of Aviation, hereinafter called the "Agent," will count DBE participation toward the goals in accordance with the guidelines outlined below. a. Once a firm is determined to be an eligible DBE under 49 CFR Part 26, the total amount paid to the DBE for work performed with his/her own forces is counted toward the DBE goal. When a DBE subcontracts part of the work of its contract to another firm, the value of the G-1 subcontracted work may be counted toward DBE goals only if the subcontractor is itself a DBE. Work that a DBE subcontracts to a non-DBE firm does not count toward DBE goals. An eligible DBE is defined for this program as one that is currently certified by the Texas Department of Transportation. b. The Agent and its contractors will count toward the DBE goals a portion of the total dollar value of a contract with a certified DBE joint venture equal to the distinct, clearly defined portion of the work of the contract performed by the DBE. C. Only expenditures to the DBE that performs a commercially useful function in the work of a contract will be counted toward the DBE goals. A DBE is considered to perform a commercially useful function when it is responsible for execution of the work of the contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a DBE is performing a commercially useful function, the Agent and its contractors will evaluate the amount of work subcontracted, industry practices, and other relevant factors. When a DBE is presumed not to be performing a commercially useful function, the DBE may present evidence to rebut this presumption. d. Consistent with normal industry practices, a DBE may enter into subcontracts. If a DBE contractor subcontracts a significantly greater portion of the work of the contract than would be expected on the basis of normal industry practices, the DBE shall be presumed not to be performing a commercially useful function. The DBE may present evidence to the Agent to rebut this presumption. e. The Agent and its contractors will count toward the DBE goals 60 percent of expenditures for materials and supplies required under a contract and obtained from a DBE regular dealer, and 100 percent of such expenditures obtained from a DBE manufacturer. f. For purposes of this DBE program, a manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles or equipment required under the contract and of the general character described by the specifications. Brokers, packagers, manufacturers' representatives or persons who arrange or expedite transactions shall not be regarded as manufacturers. g. For purposes of this DBE program, a regular dealer is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a regular dealer, the firm must be an established regular business that engages in, as its principal business, and in its own name, the purchase and sale of the products in question. A regular dealer in such bulk items as steel, cement, gravel, stone and petroleum products need not keep such products in stock, if it owns or operates distribution equipment for the product. Brokers, packagers, manufacturers' representatives or other persons who arrange or expedite G-2 ti transactions shall not be regarded as regular dealers. Any supplementing of regular dealers own distribution equipment shall be by a long-term lease agreement and not on an adhoc or contract- by-contract basis. h. The Agent and its contractors may count toward the DBE goals the following expenditures to DBE firms that are not manufacturers or regular dealers provided that the fee or commission is determined by the Agent to be reasonable and not excessive as compared with fees customarily allowed for similar services: (1) The fees or commissions charged by a DBE for providing a bona fide service, such as professional, technical, consultant or managerial services, and assistance in the procurement of materials or supplies required for performance of the contract, provided that the fee or commission is determined by the Agent to be reasonable and not excessive as compared with fees customarily allowed for similar services. (2) The fees charged for delivery of material and supplies required on a job site (but not the cost of the materials and supplies themselves) when the hauler, trucker, or delivery service is not also the manufacturer or a regular dealer in the materials and supplies. (3) The fees or commission charged for providing any bonds or insurance specifically required for the performance of the contract. 5. Conditional Award. If the successful bidder for a federal-aid contract is determined to be acceptable, the Agent will conditionally award the contract. The condition of the award is that within 14 days after the date of the award, the bidder must finish to the Agent names and addresses of the DBE subcontractors that are intended to be used, a description of the work each subcontractor is to perform, the dollar value of each proposed subcontract, and a tentative agreement for each DBE fine submitted, signed by an officer of the contractor and an officer of the proposed DBE firm. A contractor who does not meet the contract goal, in whole or in part, must submit within the 14 days, documentation showing the steps taken to obtain DBE participation ("Good Faith Effort"). Such documentation is to be submitted directly to the Agent's Grant Administrator. The Agent's Grant Administrator will evaluate the contractor's documented efforts and will determine whether or not they constitute compliance with the contract DBE requirements and are acceptable. Should the bidder to whom the contract is conditionally awarded refuse, neglect or fail to meet the goals or furnish acceptable documentation, the bid bond filed with the bid may become the property of the State, not as a penalty, but as liquidated damages to the Agent. 6. Conditional Acceptance of Proposal. If the successful proposer for a federal-aid professional services contract is determined to be acceptable, the Agent will conditionally accept the proposal. The condition of the acceptance is that prior to the execution of a professional G-3 services contract, the proposer must furnish to the Agent names and addresses of the DBE subcontractors that are intended to be used, a description of the work each subcontractor is to perform, the dollar value of each proposed subcontract, and a tentative agreement for each DBE firm submitted, signed by an officer of the contractor and an officer of the proposed DBE firm. A professional service provider who does not meet the contract goal, in whole or in part, must submit prior to execution of the contract, documentation showing the good faith efforts made to meet the DBE goal. Such documentation is to be submitted directly to the Aviation Division. TxDOT's Aviation Division will evaluate the professional service provider's documented efforts and will determine whether or not they constitute compliance with the contract DBE requirements and are acceptable. If the Director of the Aviation Division determines that the professional service provider has failed to meet the good faith effort requirements, the professional service provider will be given an opportunity for reconsideration by the Director of the Construction Division. Should the professional service provider whose proposal has been conditionally accepted refused, neglect or fail to make a good faith effort to meet the goals or furnish acceptable documentation, the Agent may then conditionally accept the proposal of the second selected proposer. 7. Required Reporting of DBE Participation. The contractor shall submit on a monthly basis reports of DBE participation to meet the goal and for race-neutral DBE participation, and submit a final report on the completion of the project. Only actual payments made to DBEs are to be reported. Reports for race-neutral DBE participation on contracts with no DBE goal are required. 8. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the DBE requirements of this contract, the Agent may impose one or more of the following contract sanctions : a. cancellation, termination or suspension of the contract, in whole or in part, and/or b. withholding of payments to the contractor under the contract until the contractor complies, and/or c. other remedies as FAA or the Agent deems appropriate. G-4 t ATTACHMENT H CHILD SUPPORT STATEMENT FOR NEGOTIATED CONTRACTS AND GRANTS TxDOT CSJ No.: 0118DNTON Under Section 231.006, Family Code, the vendor or applicant certifies that the individual or business entity named in this Agreement, bid, or application is eligible to receive the specified grant, loan, or payment and acknowledges that this Agreement may be terminated and payment may be withheld if this certification is inaccurate. List below the name and social security number of the individual or sole proprietor and each partner, shareholder, or owner with an ownership interest of at least 25% of the business entity submitting the bid or application. A- Section 231.006, Family Code, specifies that a child support obligor who is more than 30 days delinquent in paying child support and a business entity in which the obligor is a sole proprietor, partner, shareholder, or owner with an ownership interest of at least 25 percent is not eligible to receive payments from state funds under a Agreement to provide property, materials, or services; or receive a state- funded grant or loan. A child support obligor or business entity ineligible to receive payments described above remains ineligible until all arreage have been paid or the obligor is in compliance with a written repayment Agreement or court order as to any existing delinquency. Except as provided by Section 231.302(d), Family Code, a social security number is confidential and may be disclosed only for the purposes of responding to a request for information from an agency operating under the provisions of Parts A and D of Title IV of the federal Social Security Act (42 USC Section 601-617 and 651-669). GSD, 10-95 H-1