Loading...
HomeMy Public PortalAbout2014.07.07 TO Engineers AIP Project No. 3-16-0023-021T-O ENGINEERS July 7, 2014 Nathan Coyle City of McCall 216 East Park Street McCall, ID 83638 Re: McCall Municipal Airport AIP Project No. 3-16-0023-021 Request for Reimbursement No. 1 Dear Nate: Enclosed is a .copy of AIP '021 Request for Reimbursement No. 1 in the amount of $36,720.00. This amount includes reimbursement to T-O Engineers, Inc. from December 1, 2013 through July 31, 2014 as well as invoices from the Star News and Idaho Statesman. Copies of supporting documentation are attached. You will need to enter the information from the attached Form SF 271 into the Delphi elnvoicing system to receive reimbursement from FAA for this project. The amounts due from the FAA -AI P grant funds, Idaho Division of Aeronautics grant funds and funds from the City of McCall are summarized below: Current Request Previous Request To -Date Request FAA-AIP '012 (90%) $36,720.00 State of Idaho (est. 3.5%) 1,428.00 City of McCall (est. 6.5%) 2,652.89 Subtotal AIP '024 $40,800.89 $0.00 0.00 0.00 $0.00 $36,720.00 1,428.00 2,652.89 $40,800.89 9777 Chinden Boulevard Boise, ID 83714 Phone (208) 323-2288 Fax (208) 323-2399 info@to-engineers.com to-engineers.com Aviation I Transportation I Land Development I Municipal I Water Resources I Surveying -To T-O ENGINEERS To receive reimbursement from ITD Aeronautics, the City of McCall must send copies of the attached documentation and a printout of the data from the Delphi elnvoicing program to: William Statham Idaho Division of Aeronautics P.O. Box 7129 Boise, ID 83707-1129 Please call me at (208) 323-2288 if you have any questions. Sincerely, T-0 ENGINEERS, INC. Kevin R. Bissell, P.E. Project Manager enclosures 9777 Chinden Boulevard Boise, ID 83714 Phone (208) 323-2288 Fax (208) 323-2399 info@to-engineers.com to-engineers.com Aviation I Transportation I Land Development I Municipal I Water Resources I Surveying STANDARD DOT TITLE VI ASSURANCES City of McCall (hereinafter referred to as the Sponsor) hereby agrees that as a condition to receiving. Federal financial assistance from the Department of Transportation (DOT), it will comply with Title VI of the Civil Rights Act of 1964:(42 U.S.C. 2000d et seq.) and all requirements imposed by 49 CFR Part 21, - Nondiscrimination in Federally Assisted Programs of the Department of Transportation-- Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the "Regulations") to the end that no person in the United States shall, on the groundof race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement Without limiting the above general assurance, the sponsor agrees concerning this grant that 1. Each '!program" and "facility" (as defined in Sections 21,23(e) and 21.23 (b)) will be conducted or operated in compliance with all requirements of the Regulations. 2. It will insert the clauses of Attachment 1.of this assurance in every contract subject to the Act and the Regulations. 3. Where Federal financial assistance is received to construct a facility, or part of a facility, the assurance shall extend.to.the entire facility and facilities -operated -in connection therewith. 4. Where Federal financial assistance is in the form or for the acquisition of real property or an interest in real property, the assurance shall extend to rights to space on, over, or under such property: 5: It -will include the appropriate clauses set forth in Attachment 2 of this assurance, as a covenant running with the land, in any future deeds, leases, permits, licenses, and similar agreements entered into by the sponsor with other parties: . (a) for the subsequent transfer of real_ property acquired or improved with Federal financial.. assistance under this Project; and - - (b) • for the construction or use of or access to space on, over, or under real property acquired or improved with Federal financial assistance under this Project. 6. This assurance obligates the Sponsor for the period during which Federal. financial assistance is extended to •the program, except where the Federal financial assistance is to provide, or is in the form of personal, property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the sponsor or any transferee for the longer of the following periods. (a) the period during which: the property is used•.for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar servicesor benefits, or (b) the period during which the sponsor retains ownership or possession of the property. 7. It will provide for such methods of administration for the program as are found by the Secretary of Transportation or the official to whom he delegates specific authority to give reasonable guarantee that it, other sponsors, subgrantees, contractors, subcontractors, transferees, successors in interest, and other participants or Federal financial assistance under such program will comply with all requirements imposed or pursuant to the Act, the Regulations, and this assurance. . 8. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the Act, the Regulations, and this assurance. THIS ASSURANCE is given in consideration of and for the purpose of obtaining Federal financial assistance for this Project and is binding on its contractors, the sponsor, subcontractors, transferees, successors in interest and other participants in the Project. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Sponsor. DATED 4//a-,5—/ / `% McCall, Idaho By (Sponsor) uthorGzOfficial) City of McCall, Idaho U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION SELECTION OF CONSULTANTS McCall Municipal Airport 3-16-0023-021 (Sponsor) (Airport) Rehabilitate Airport Pavements/Replace Rotating Beacon and Tower (Work Description) (Project Number) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General standards for selection of consultant services within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. Sponsors may use other qualifications -based procedures provided they are equivalent to specific standards in 49 CFR 18 and FAA Advisory Circular 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standard. 1. Solicitations were (will -be) made to ensure fair and' open competition from a wide area of interest. 2. Consultants were (will -be) selected using competitive procedures based on qualifications, experience, and disadvantaged enterprise requirements with the fees determined through negotiations. 3. A record of negotiations has been (will -be) prepared reflecting considerations involved in the establishment of fees, which are not significantly above the sponsor's independent cost estimate. 4. If engineering or other services are to be performed by sponsor force account personnel, prior approval was (will be) obtained from the FAA. 5. The consultant services contracts clearly establish (will -establish) the scope of work and delineate the division of responsibilities between all parties engaged in carrying out elements of the project. 6. Costs associated with work ineligible for AIP funding are (will -be) clearly identified and separated from eligible items in solicitations, contracts, and related project documents. 7. Mandatory contact provisions for grant -assisted contracts have been (will be) included in consultant services contracts. 8. The cost -plus -percentage -of -cost methods of contracting prohibited under Federal standards were not (fie) used. Yes No N/A ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ Page 1 of 12 9. If the services being procured cover more than the single grant project referenced in this certification, the scope of work was (will -be) specifically described in the advertisement, and future work will not be initiated beyond five years. ❑ ❑ I certify, for the project identified herein, responses to the forgoing items are accurate as marked and , have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of McCall, Idaho (Name of S onsor) gnature of Spoed Official Representative) Jdkie Aymon (Typed Name of Sponsor's Designated Official Representative) Mayor (Typed Title of Sponsor's Designated Official Representative) (Date) Page 2 of 12 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION. AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION PROJECT PLANS AND SPECIFICATIONS City of McCall, Idaho McCall Municipal Airport 3-16-0023-021 (Sponsor) (Airport) (Project Number) Rehabilitate Airport Pavements/Replace Rotating Beacon and Tower (work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One --General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set forth in the advisory circulars, or State standard, is necessary other than those previously approved by the FAA. 2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least two manufacturers can meet the specification. 3. The development +laded (to be included) in the plans is depicted on the airport layout plan approved by the FAA. 4. Development that is ineligible for AIP funding has been (will be) omitted from the plans and specifications. 5. The process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 afe (will be) included in the project specifications. 6. If a value engineering clause is incorporated into the contract, concurrence was (will be) obtained from the FAA. 7. The plans and specifications incorporate (will incorporate) applicable requirements and recommendations set forth in the Federally approved environmental finding. Yes No N/A ® ❑ ❑ Page 3 of 12 Yes No N/A 8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 150/5370 2 have bccn (will be) discussed with the FAA as well as incorporated into the specifications, and a safety/phasing plan has FAA's concurrence, if required. 9. The project wac (will be) physically completed without Federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design. ® ❑ ❑ ® ❑ ❑ I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of McCall, Idaho (Name of Sponsor) rZ.%Lc— ignature of Spgfisgf's Designated Official Representative) ckie Aymon (Typed Name of Sponsor's Designated Official Representative) Mayor (Typed Title of Sponsor's Designated Official Representative) (Date) Page 4 of 12 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION EQUIPMENT/CONSTRUCTION CONTRACTS City of McCall, Idaho McCall Municipal Airport 3-16-0023-021 (Sponsor) (Airport) (Project Number) Rehabilitate Airport Pavements/Replace Rotating Beacon and Tower (work Description) Title 49, United States Code (USC), section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One --General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. A code or standard of conduct is (will -be) in effect governing the performance of the sponsor's officers, employees, or agents in soliciting and awarding procurement contracts. 2. Qualified personnel are (will be) engaged to perform contract administration, engineering supervision, construction inspection, and testing. 3. The procurement was (will be) publicly advertised using the competitive sealed bid method of procurement. 4. The bid solicitation clearly and accurately describes (will describe): a. The current Federal wage rate determination for all construction projects, and ® ❑ ❑ b. All other requirements of the equipment and/or services to be provided. 5. Concurrence was (will be) obtained from FAA prior to contract award under any of the following circumstances: a. Only one qualified person/firm submits a responsive bid, b. The contract is to be awarded to other than the lowest responsible bidder, ® ❑ ❑ c. Life cycle costing is a factor in selecting the lowest responsive bidder, or d. Proposed contract prices are more than 10 percent over the sponsor's cost estimate. Page 5 of 12 Yes No N/A 6. All contracts exceeding $100,000 require (will require) the following provisions: a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent; b. Conditions specifying administrative, contractual, and legal remedies, including contract termination, for those instances in which contractors violate or breach contact terms; and c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)), Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738. 7. All construction contracts contain (will contain) provisions for: a. Compliance with the Copeland "Anti -Kick Back" Act, and b. Preference given in the employment of labor (except in executive, ® ❑ ❑ administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans. 8. All construction contracts exceeding $2,000 contain (will contain) the following provisions: a. Compliance with the Davis -Bacon Act based on the current Federal wage rate determination; and b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327-330), Sections 103 and 107. 9. All construction contracts exceeding $10,000 Ge-ntain (will contain) appropriate clauses from 41 CFR Part 60 for compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity. 10. All contracts and subcontracts Gontain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and 49 CFR 26 for Disadvantaged Business Enterprises. 11. Appropriate checks -have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. Department of Transportation (DOT) element and appearing on the DOT . Unified List. 111 ® ❑ ❑ ® ❑ ❑ ❑ ❑ I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of McCall, Idaho (Name of Sponsor) gnature of Spo f(sorjs Desighated Official Representative) J kie Aymon (Typed Name of Sponsor's Designated Official Representative) Mayor (Typed Title of Sponsor's Designated Official. Representative) (Date) Page 6 of 12 City of McCall, Idaho (Sponsor) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION REAL PROPERTY ACQUISITION McCall Municipal Airport 3-16-0023-021 (Airport) (Project Number) Rehabilitate Airport Pavements/Replace Rotating Beacon and Tower (worts Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on real property acquisition and relocation assistance are in Title 49, Code of Federal Regulations (CFR), Part 24. The AIP project grant agreement contains specific requirements and assurances on the Uniform Relocation Assistance and Real Property Acquisition Act of 1970 (Uniform Act), as amended. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. The sponsor's attorney or other official has (will have) good and sufficient title as well as title evidence on property in the project. 2. If defects and/or encumbrances exist in the title that adversely impact the sponsor's intended use of property in the project, they have been (will be) extinguished, modified, or subordinated. 3. If property for airport development is (will be) leased, the following conditions have been met: a. The term is for 20 years or the useful life of the project, b. The lessor is a public agency, and c. The lease contains no provisions that prevent full compliance with the grant agreement. 4. Property in the project is (will be) in conformance with the current Exhibit A property map, which is based on deeds, title opinions, land surveys, the approved airport layout plan, and project documentation. 5. For any acquisition of property interest in noise sensitive approach zones and related areas, property interest was (will be) obtained to ensure land is used for purposes compatible with noise levels associated with operation of the airport. 6. For any acquisition of property interest in runway protection zones and areas related to 14 CFR 77 surfaces, property interest was (will be)obtained for the following: a. The right of flight, b. The right of ingress and egress to remove obstructions, and c. The right to restrict the establishment of future obstructions. Yes No N/A ❑ ❑ ❑ ❑ ❑ ❑ Page 7 of 12 Yes No N/A 7. Appraisals prepared by qualified real estate appraisers hired by the sponsor include (will include) the following: a. Valuation data to estimate the current market value for the property interest acquired on each parcel, and b. Verification that an opportunity has been provided the property owner or representative to accompany appraisers during inspections. 8. Each appraisal has been (will be) reviewed by a qualified review appraiser to recommend an amount for the offer of just compensation, and the written appraisals as well as review appraisal are available to FAA for review. 9. A written offer to acquire each parcel was (will be) presented to the property owner for not less than the approved amount of just compensation. 10. Effort was (will be) made to acquire each property through the following negotiation procedures: a. No coercive action to induce agreement, and b. Supporting documents for settlements included in the project files. 11. If a negotiated settlement is not reached, the following procedures were (will be) used: a. Condemnation initiated and a court deposit not less than the just compensation made prior to possession of the property, and b. Supporting documents for awards included in the project files. 12. If displacement of persons, businesses, farm operations, or non-profit organizations is involved, a relocation assistance program was (will be) established, with displaced parties receiving general information on the program in writing, including relocation eligibility, and a 90-day notice to vacate. 13. Relocation assistance services, comparable replacement housing, and payment of necessary relocation expenses were (will be) provided within a reasonable time period for each displaced occupant in accordance with the Uniform Act. E/ I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of McCall, Idaho (Name of Sponsor) Signature of S bn or's Designated Official Representative) ckie Aymon (Typed Name of Sponsor's Designated Official Representative) Mayor (Typed Title of Sponsor's Designated Official Representative) (Date) Page 8 of 12 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION CONSTRUCTION PROJECT FINAL ACCEPTANCE City of McCall, Idaho (Sponsor) McCall Municipal Airport 3=16-0023-021 (Airport) (Project Number) Rehabilitate Airport Pavements/Replace Rotating Beacon and Tower (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program. General standards for final acceptance and close out of federally funded construction projects are in Title 49, Code of Federal Regulations, Part 18.50. The sponsor shall determine that project costs are accurate and proper in accordance with specific requirements of the grant agreement and contract documents. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor -does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. The personnel engaged in project administration, engineering supervision, . construction inspection and testing were (will be) determined to be qualified as well as competent to perform the work. 2. Daily construction records were (will be) kept by the resident engineer/construction inspector as follows: a. Work in progress, b. Quality and quantity of materials delivered, c. Test locations and results, d. Instructions provided the contractor, e. Weather conditions, f. Equipment use, g. Labor requirements, h. Safety problems, and i. Changes required. 3. Weekly payroll records and statements of compliance were (will be) submitted by the prime contractor and reviewed by the sponsor for Federal labor and civil rights requirements (Advisory Circulars 150/5100-6 and 150/5100-15). 4. Complaints regarding the mandated Federal provisions set forth in the contract documents have been (will be) submitted to the FAA. 5. All tests specified in the plans and specifications wcrc (will be) performed and the test results documented as well as made available to the FAA. 6. For any test results outside of allowable tolerances, appropriate corrective actions wefe (will be) taken. Yes No N/A ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ Page 9 of 12 Yes No N/A 7. Payments to the contractor were (will be) made in compliance with contract provisions as follows: a. Payments are verified by the sponsor's internal audit of contract records kept by the resident engineer, and . b. If appropriate, pay reduction factors required by the specifications are applied in computing final payments and a summary of pay reductions made available to the FAA. 8. The project way (will be) accomplished without significant deviations, changes, or modifications from the approved plans and specifications, except where approval is obtained from the FAA. 9. A final project inspection was (will be) conducted with representatives of the sponsor and the contractor and project files contain documentation of the final inspection. 10. Work in the grant agreement was (will be) physically completed and corrective actions required as a result of the final inspection is completed to the satisfaction of the sponsor. 11. If applicable, the as -built plans, an equipment inventory, and a revised airport layout plan have been (will be) submitted to the FAA. 12. Applicable close out financial reports have been (will be) submitted to the FAA. ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is .correct and complete. City of McCall, Idaho (Name of Sponsor) (Signature f S sors D signate dOffici al Representative) ackie Aymon (Typed Name of Sponsor's Designated Official Representative) Mayor (Typed Title of Sponsor's Designated Official Representative) (Date) Page 10 of 12 City of McCall, Idaho (Sponsor) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION DRUG -FREE WORKPLACE McCall Municipal Airport 3-16-0023-021 (Airport) (Project Number) Rehabilitate Airport Pavements/Replace Rotating Beacon and Tower (work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug -free workplace within Federal grant programs are described in Title 49, Code of Federal Regulations, Part 29. Sponsors are required to certify they will be, or will continue to provide, a drug -free workplace in accordance with the regulation. The AIP project grant agreement contains specific assurances on the Drug -Free Workplace Act of 1988. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. A statement has been (will be) published notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition. 2. An ongoing drug -free awareness program has been (will --be) established to inform employees about: a. The dangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug -free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. 3. Each employee to be engaged in the performance of the work has been (wlN be) given a copy of the statement required within item 1 above. 4. Employees have been (will --be) notified in the statement required by item 1 above that, as a condition employment under the grant, the employee will: a. Abide by the terms of the statement; and b. Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. 5. The FAA will be notified in writing within ten calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title of the employee, to the FAA. Notices shall include the project number of each affected grant. Yes No N/A ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ ® ❑ ❑ Page 11 of 12 Yes No N/A 6. One of the following actions will be taken within 30 calendar days of receiving a notice under item 4b above with respect to any employee who is so convicted: a. Take appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or b. Require such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. 7. A good faith effort will be made to continue to maintain a drug -free workplace through implementation of items 1 through 6 above. ® ❑ ❑ ® ❑ ❑ I have prepared documentation attached hereto with site(s) for performance of work (street address, city, county, state, zip code). There are no such workplaces that are not identified in the attachment. I have prepared additional documentation for any above items marked "no" and attached it hereto. I certify that, for the project identified herein, responses to the forgoing items are accurate as marked and attachments are correct and complete. City of McCall, Idaho (Name of Sponsor) /( ignature of Spon%s Designded Official Representative) ckie Aymon ((// (Typed Name of Sponsor's Designated Official Representative) Mayor (Typed Title of Sponsor's Designated Official Representative) (Date) Page 12 of 12 McCALL MUNICIPAL AIRPORT McCALL, IDAHO APPLICATION FOR FEDERAL ASSISTANCE FY 2013 AIRPORT IMPROVEMENT. PROGRAM, (AIP) PROJECT NO: 3-16-0023-021 SUBMITTED BY: CITY OF McCALL 216 E. PARK STREET McCALL, IDAHO 83638 SUBMITTED TO: FEDERAL AVIATION ADMINISTRATION HELENA AIRPORTS DISTRICT OFFICE APRIL 2014 PREPARED BY: T■® ENGINEERS 9777 Chinden Boulevard Boise, Idaho 83714 Telephone (208) 323-2288 Fax (208) 323-2399 :OMB Number: 4040-0004 : Expiration Date: 03/31/2012 Application for Federal Assistance SF-424 *1. Type of Submission: *2. Type of Application: . " * If Revision, select appropriate letter(s): *Othar.(Specify)' MI Preapplication New Application - ■ Continuation ■ Changed/Corrected Application ■ Revision *3. Date Received: 4. -Applicant Identifier: 5a. Federal Entity Identifier: *5b. Federal Award Identifier: tate Use Only: 6. Date Received by State: 7. State Application Identifier: 8. APPLICANT INFORMATION: *a. Legal Name: City of McCall, Idaho *b. Employer/Taxpayer Identification Number (EIN/TIN): 82-6000223 - *c: Organizational DUNS: 188922611 d: Address: .. *Street 1: 216 East Park. Street Street 2: *City: McCall :.County: : Valley ... *State:. Idaho Province: *Country: USA *Zip / Postal Code:' 83638 e: Organizational Unit: Department Name: - City of McCall, Idaho Division Name: . McCall Municipal Airport. _ f. Name and contact information of person to be contacted on matters involving this application: Prefix: Mr. *First Name: Nathan Middle Name: • *Last. Name: Coyle Suffix: . Title: Airport Manager. Organizational Affiliation: City of McCall, Idaho *Telephone Number: 208-634-1488 .Fax Number::208-634.3038 *Email: ncoyle@mccall.id.us OMB Number: 4040-0004 Expiration. Date: 03/31 /2012 Application for Federal Assistance SF-424 *9. Type of Applicant 1; Select Applicant Type:. C. City or Township Government Type of Applicant 2: 'Select Applicant Type: Type; of Applicant 3: Select Applicant Type: *Other (Specify) *10. Name of Federal Agency: . Federal Aviation Administration (FAA) 11. Catalog of Federal Domestic Assistance Number: 20.106 . CFDA Title: Airport Improvement Program 12. Funding Opportunity Number: Title: .. 13. Competition Identification Number: Title: 14..Areas Affected by Project (Cities, Counties,. States, etc.); City of McCall, Valley County, Idaho *15, Descriptive Title of Applicant's Project: • . Rehabilitate airfield pavement and install airport beacon with tilt -down tower. Attach supporting documents as specified in agency instructions. OMB Number: 4040-0004 Expiration Date:: 03/31/2012 : Application for Federal Assistance SF-424 16. Congressional Districts. Of: *a. Applicant: 1st - Idaho : •*b. Program/Project: 1st - Idaho Attach an additional list of Program/Project Congressional Districts if needed. N/A 17. Proposed Project: *a. Start Date: May 2014 *b. End Date: November 2014 • 18. Estimated Funding. ($): • *a. Federal $230,400 *b. Applicant $16,640 *c. State $8, 960 *d. Local *e. Other *f. Program Income *g. TOTAL $256,000 *19. • Is Application Subject to Review. By State Under Executive Order.12372Pirocess? 12372 Process for review. for review on ■ a. .This application was made available to the State under the Executive:Order ■. b. Program is subject to E.O. 12372 but has not been selected by the State ■ c. Program is hot covered by E. O. 12372 *20. Is the Applicant Delinquent On Any Federal Debt?: (If "Yes", provide explanation.).. ■ Yes 0 No 21. *By signing this application, I certify (1) to the statements contained in the herein are true, complete and accurate to the.best of my knowledge. I also with any resulting terms if I accept an award. I am aware that any falsa-fictitious, me to criminal, Civil, or administrative penalties. (U. S. Code, Title.218, Section list of certifications** and (2) that the statements. provide the required assurances** and agree to comply or fraudulent statements or claims may subject 1001) obtain this list, is contained. in the announcement or. ►� ** I AGREE **The list of certifications and assurances, or an_internet site where you may agency specific instructions: • Authorized Representative: Prefix:. Ms. *First Name: Jackie Middle. Name: *Last Name: Aymon Suffix: , . *Title: Mayor *Telephone Number: 208-634-7142 Fax Number: 208-634-30.38 *.Email: jaymon@mccall.id.us *Signature of Authorized Representative:.. *.Date Signed: , : , OMB Number: 4040-0004 Expiration Date: 03/31/2012 Application for Federal Assistance SF-424 *Applicant Federal Debt. Delinquency Explanation The following should contain an explanation if the Applicant organization is delinquent of any Federal Debt. INSTRUCTIONS FOR THE SF-424 Public reporting burden forthis collection of information is estimated to average 60 minutes per response, Including time for reviewing instructions, searching: existing data sources, gathering and maintaining the data needed, and, completing.and,reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (034840043), Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED • BY THE SPONSORING AGENCY. • 'this is a standard form (including the continuation sheet) required for use as a cover sheet for submission of preaphlications and applications and' - retated information under discretionary programs: Some of the.. items arc required and some are optional at the discretion atilt: applicant or the Fcdend agency (agency). Required items are idenlificd\vith an.asterisk on the Conn' and are specified in the instructions below. In addition to lhe,instructions nrovidLd below, applicants must consult agency instr► etions to determine specific requirements. - • Item Entry: Item Entry: 1. Type of Submission: (Required): Select one type of submission in accordance with agency instructions. • Preapplication • Application . • Changed/Corrected Application — If requested by.the agency, check if this submission is to change or correct a previously submitted application. Unless requested by: the agency, applicants may not . use this to submit changes after the dosing:date. 10. Name Of Federal Agency: (Required) Enter the name of the Federal agency from which assistance is being requested with this•application. 11. . Catalog Of Foderal Domestic Assistance Number/Title:. Enter the Catalog of Federal Domestic Assistance number and title of the program under which assistance is requested, as found. in: the program, announcement, if applicable. 2. Type of Application: (Required) Select one type of application in accordance with agency. instructions. • • New— An application that is being submitted to an agency for the first time. • Continuation -'An extension for an additional funding/budget period for a project with a projected completion date. This can Include renewals, • Revision - Any change in the Federal Government's financial • obligation or contingent liability from an existing obligation. If a revision,' -enter the appropriate lelter(s).: More than one may be selected. If "Other" Is selected, please specify in text box provided. • A. Increase Award B. Decrease Award C: Increase Duration • D. Decrease Duration E. Other (specify) 12. ' Funding Opportunity' Number/Title:•Enter the • ' : Funding Opportunity Number and title of the opportunity under which assistance Is requested, as found In the program announcement. 13. Competition Identification Numberftitle: Enter the Competition Identification Number and title of the. competition under which assistance is requested, if applicable. - . 14.. Areas Affected By Project: List the areas or entitles using - the categories (e.g., cities, counties,•states, etc.) specified in . : agency instructions: Use the continuation sheet to enter. : additional areas, if needed. 3. .. Date Received: Leave this. field blank. This date.will be assigned by the . Federal agency. 15. Descriptive Title of Applicant's Project: (Required) Enter.a. . brief descriptive title of the project' Ifapproprlate, attach a map showing project location (e.g.,.construction or.real property projects). Forpreapplications,.attach a summary ' description of the project.. - 4.. Applicant Identlfier:.Enter the entity. identifier assigned by the Federal agency, if any, or applicant's control number, if applicable. 5a. . Federal Entity Identifier: Enter the number assigned to your organization by the Federal Agency, if any. . • 16. ' Congressional Districts Of: (Required) 16a. Enter the applicant's Congressional District, and 16b. Enter all District(s) • affected: by the program or project. Enter in the:format: 2 charecters.State Abbreviation — 3characters District Number, • e.g., CA-005 for California 5a' district, CA-012 for California 12" district, NC-103 for North Carolina's 103n3.district. • • • if all congressional districts In a stateare affected, enter • "all' for the district number, e.g., MD -all for all congressional districts in Maryland. • If nationwide, Le, all 'districts within all states are affected, enter US -all. • If the program/project is outside the'US,.enter 00-000. . 5b. Federal Award Identifier: For new applications leave blank. For a continuation or revision to an existing award, enterthe previously. assigned Federal award identifier number. If a changed/corrected . application, enter the Federal Identifier in accordance with agency instructions. 6. Date Received by State: Leave this field blank: This date will be assigned by the State, if applicable. T. State Application Identifier: Leave this field blank. This identifier wilt be assigned by the State, if applicable.. 8. Applicant Information: Enter the following in accordance with agency instructions: a. Legal Name: (Required): Enter the legal name of applicant that will undertake the assistance. activity. This is the name that the organization - has registered with the Central Contractor Registry. Information on registering with CCR may be obtained by visiting the Grants.gov website. 17. proposed 'Project Start and End Dates: (Required) Enterthe . proposed start date and end date of the project. . b. Employer/Taxpayer Number (EIN/TIN): (Required): Enter the Employer or Taxpayer Identification Number (EIN or TIN) as assigned by the Internal Revenue Service. If your organization is not in the US, enter 44-4444444. 18: Estimated. Funding: (Required) Enter the amount requested or to be contributed during the first funding/budget period by each contributor. Value of in -kind contributions should be - included on appropriate lines, as applicable. If the action will result in,a dollar change to an existing award, indicate only the amount of the change. For decreases, enclose the amounts in parentheses. c: Organizational DUNS: (Required) Enter the organizaton's DUNS or • DUNS+4 number received from Dun and Bradstreet. Information on obtaining a DUNS number maybe obtained by visiting the Grants.gov website: d. Address: Enter the complete address as follows: Street address (Line • 1 required), City (Required); County, State (Required; if country is US); - Province, Country (Required), Zip/Postai Code (Required, if country is . US): 19. Is Application Subject to Review by State Under.Executive • Order 12372 Process? Applicants should contact the State Single Point of Contact (SPOC) for Federal Executive Order • • 12372 to determine whether the application. is subjeci to the e. Organizational Unit:. Enter the name of the primary organizational : unit (and department or division, if applicable) that will undertake the assistance activity. if applicable.. State intergovernmental review process. Select the appropriate box. If "a." is selected, enter the date the application was submitted to the State f. Name and contact information of person to be contacted on matters Involving this application: Enter the name (First and last name required), organizational affiliation (if affiliated with an organization other, than the applicant organization), telephone number (Required), fax . number, and email address (Required) of the person to contact on • matters related to this application. 20. Is the Applicant Delinquent on any Federal Debt? •(Required) Select the appropriate box. This 'question applies to the applicant organization, not the person who signs as the authorized representative. Categories of debt include delinquent audit disallowances, loans and taxes. . • If.ves, include an explanation on the continuation sheet. 9. Type of Applicant: (Required) Select up to three applicant type(s) in accordance with agency instructions. . • 21. Authorized Representative: (Required) To be signed and dated by the authorized representative of the applicant organization. Enter the name (First and last name required) title (Required), telephone number (Required), fax number, and email address (Required) of the person authorized to sign for the applicant. A copy of the governing body's authorization for you to sign this application as the official representative must be on file in the applicant's office. (Certain Federal agencies may require that this authorization be submitted as part of the application.) A. State Government B. County.Govemment C. City or Township Government D. Special District.Government.. E. Regional Organization F. U.S. Territory or Possession. G. Independent School District • H.. Public/State Controlled Institution of Higher Education I. Indian/Native American Tribal Government (Federally Recognized) J. Indian/Native American Tribal Government (Other than Federally Recognized) K. Indian/Native American Tribally Designated Organization L. Public/Indian Housing . Authority s M. Nonprofit with 501C3 IRS _ Status (Other than Institution . of Higher Education) N. Nonprofit without 501C3 IRS Status.(Other than Institution of Higher Education) O. Private Institution of Higher Education P. Individual •O. For -Profit Organization (Other than Small Business) R, Small Business S. Hispanic -serving Institution T. Historically Black.Colleges and Universities (HBCUs) U. Tribally Controlled Colleges • and Universities (TCCUs) V. Alaska Native and Native' Hawaiian Serving Institutions W. Non -domestic (non -US) Entity X. Other(specify) U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION' ADMINISTRATION am NO.2120-0569 11/30/2007 PART II PROJECT APPROVAL INFORMATION SECTION A Item 1.. Name of Governing Body: Does this assistance request require State, local, regional, or other priority rating? Priority: Yes n No Item 2. Does this assistance request require. State; or local advisory, educational or health clearances? n Yes .. X Name of Agency or Board: (Attach Documentation) Item 3. Does this assistance request require clearinghouse review in accordance with OMB CircularA-95? . n Yes . X (Attach Comments) Item 4. Does this assistance request require State; local, regional or other planning approval? Yes n No Name of Approving Agency: Date:... / / Item 5. Is the proposal project covered :by an approved comprehensive plan? n Yes : Check one: State Local Regional Location of Plan: McCall, Idaho X Item 6. Will the assistance requested serve a Federal installation? Yes X Name of Federal Installation: Federal Population benefiting from Project: Item 7. Will the assistance requested be on Federal land or installation? Name of Federal. Installation: Location of Federal Land: :Yes 0 No Percent of Project:. Item 8. Will the assistance'regUested haVe.an impactor effect on the environment? Yes n .No See instruction for additional information to be provided Item .9. Will the. assistance requested cause the displacement of individuals,.families, businesses,.or farms?. Yes X Number of:. Individuals: Families: Businesses: Farms: : Item 10. Is there other related Federal assistance onthis project previous, pending, or anticipated? Yes n No See instructions for additional information to be provided. FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM.5100-1 (9-03) Page 2 INSTRUCTIONS FOR 5100-100 PART II A Project Approval Information Negative answers will not require an explanation unless the federal agency requests more information at a later date. Provide supplementary data for all "Yes" answers in the space provided in accordance with the following instructions. Item 1 - Provide the name of the governing body establishing the priority system and the priority rating assigned to this project. Item 2 - Provide the name of the agency or board which issued the clearance and attach the documentation of status or approval Item 3 Attach the clearinghousecomments for the application in accordance with the instructions contained in Office of Management and Budget Circular No. A-95. If comments were submitted previously with a preapplication, do not submit them again but any additional comments received from the clearinghouse should be submitted with this application. Item 4 - Furnish the name of the approving agency and the . approval date. Item 5 - Show whether the approved comprehensive plan is State, local, or regional, or if none of these, explain the scope of the plan. Give the location where the approved plan is available for examination and state whether this project is in conformance with the plan. Item 6 - Show the Federal population residing or working on the federal installation who will benefit from this project. Item 7 - Show the percentage of the project work that will be conducted on federally -owned or leased land. Give the name of the Federal installation and its location. Item 8 - Briefly describe the possible. beneficial and/or harmful impact on the environment because of the proposed project. If .. an adverse environment impact is anticipated, explain what action will be taken to minimize the impact. Federal agencies will provide separate instructions if additional data is needed. Item 9 - State the number of individuals, families, businesses, or farms this project will displace. Federal agencies will provide separate instructions if additional data is needed. Item 10 - Show the Federal Domestic Assistance Catalog number, the program name, the type of assistance, the status and amount of each project where there is related previous, pending, or anticipated assistance. Use additional sheets, if needed Paperwork: Reduction Act Statement: The: information collected on this form allows sponsors of public use airports or public agencies to apply for one or more projects in a form prescribed by the Secretary of Transportation. Title 49, United States Code (U.S.C.), Section 47105, identifies the information required to apply for this program. The forms prescribed to meet this requirement are developed to provide a• comprehensive format that allows sponsors to provide the data needed to evaluate the request for funds. The burden for each response is estimated to be 28 hours. Approved applications ` benefit' the; sponsor by providing Federal funding to protect the Federal interest in safety, efficiency, and utility of the Nation's airport system: No assurance of confidentiality can be given since these become public records: If you wish to make any comments concerning the accuracy of this burden estimate or any suggestions for reducing this burden, send•.to FederalAviation Administration, ARP-10, 800 Independence AVE, SW, Washington, DC 20591. Please note that an agency may not conduct or sponsor, and a' person is not required to respond to, a collection of information unless it displays' a currently valid OMB control number, which is 2120-0569 for this collection. Comments concerning the accuracy of this burden and suggestions for reducing the burden'should be directed to the FAA at: 800 Independence Ave SW, Washington, DC 20591, Attn: Information_ Collection Clearance Officer, ABA-20 _. U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO.2120-0569 PART II - SECTION C The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use. - The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: The City of McCall, Idaho has established airport zoning ordinances that contain guidance for compatible land use planning in the vicinity of the airport and height restrictions for objects near the airport. The Airport Master plan is complete and the proposed improvements have been categorically excluded from further environmental evaluation. 2. Defaults. - The Sponsor is not in default on any obligation to the. United States or any agency of the United States Government relative to the development, operation, or maintenance of any airport, except as stated herewith: None 3. Possible Disabilities. - There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: None 4. Consistency with Local Plans. — The project,is reasonably consistent with plans existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. The project is consistent with the City of McCall and Idaho Transportation Department Division of Aeronautics plans for the airport. . 5. Consideration of Local Interest - It has given fair consideration to the interest of communities in or near where the project may be located. Fair consideration has been given to the interests of the communities near the airport. 6. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United. States Code, it has undertaken reasonable consultations with affected parties using the airport which project is proposed. Airport users and businesses have been consulted for input related to this project. 7. Public Hearings. — In projects involving the location of an airport, an airport runway or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings, to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have. the right to petition the Secretary concerning a proposed project. Not required as no new runways or major extensions are part of this project. 8. Air and Water Quality Standards. — In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify iri writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable and air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has• been received by the Secretary. All other required environmental actions of the project have been met. FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 3a U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION PART II - SECTION C (Continued) OMB No. 2120-0569 9. Exclusive Rights— There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the Sponsor except as follows: No exclusive right to conduct any aeronautical activity has been granted at the McCall Municipal Airport. 10. Land., — (a) The sponsor holds the following property interest in the following areas of land* which are to be developed or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A": Project improvements will be constructed on land owned by McCall Municipal Airport. No exceptions, encumbrances and adverse interests are applicable. The subject land is identified on the airport property map Exhibit "A", dated December 2007. The Exhibit "A" is on file with the FAA at the Helena ADO. The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such . attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land* on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A": McCall Municipal Airport owns the land on which project improvements will be constructed. No exceptions, encumbrances and adverse interests are applicable. The subject land is identified on the airport property map Exhibit «A,1 (c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction work under the Project, the following property interest in the following areas of land* which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit "A" McCall Municipal Airport owns the land on which project improvements will be constructed. No exceptions, encumbrances and adverse interests are applicable. The subject land is identified on the airport property map Exhibit «A„ *State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100(4-76) Page 3b U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION PART III - BUDGET INFORMATION — CONSTRUCTION . SECTION A — GENERAL 1. Federal Domestic Assistance Catalog No 2. Functional or Other Breakout Airport Improvement Program • . SECTION B -CALCULATION OF FEDERAL GRANT Cost Classification Use only for revisions Total Amount Required Latest Approved Amount Adjustment + or (-) 1. Administration expense $ $ $ 2,000 2. Preliminary expense 3. Land, structures, right-of-way 4. Architectural engineering basic fees 33,000 5. Other Architectural engineering fees 6. Project inspection fees 36,000 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal 11. Construction and project improvement 185,000 12. Equipment 13. Miscellaneous " 14. Total (Lines 1 through 13) - 256,000 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 17.. Less: Ineligible Exclusions 18. Add: Contingencies 19. Total Project Amt. (Excluding Rehabilitation Grants) 256,000 20. Federal Share requested_ of Line 19 230,400 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (lines 20 & 21) 230,400 23. Grantee share 16,640 24. Other shares 8,960 25. Total Project (Lines 22, 23 & 24) $ $ $ 256,000 FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 4 INSTRUCTIONS PART III SECTION A. GENERAL 1. Show the Federal, Domestic Assistance Catalog Number from which the assistance is requested. When more than one program or Catalog Number is involved and the amount cannot be distributed to the Federal grant program or catalog number on an over-all percentage basis, prepare a separate set of Part III forms for each program or Catalog Number. However, show the total amounts for all programs in Section B of the basic application form. 2. Show the functional or other categorical breakouts, if required by the Federal grantor agency. Prepare a separate set of Part III forms for each category. SECTION B. CALCULATION OF FEDERAL GRANT When applying for a new grant, use the Total Amount Column only. When requesting revisions of previously awarded amounts, use all columns. Line 1 - Enter amounts needed for administration expenses including such items as travel, legal fees, rental of vehicles and any other expense items expected to be incurred to administer the grant. Include the amount of interest expense when authorized by program legislation and also show this amount under Section E Remarks. Line 2 - Enter amounts pertaining to the work of locating and designing, making surveys and maps, sinking test holes, and all other work required prior to actual construction. Line 3 - Enter amounts directly associated with the acquisition. of land, existing structures, and related right-of-way. Line 4 - Enter basic fees for architectural, engineering services. Line 5 - Enter amounts for other architectural. engineering services, such as surreys, tests, and borings. Line.6 - Enter fees for inspection and audit of construction and related programs. Line 7 - Enter amounts associated with the development of land where the primary purpose of the grant is land improvement. Site work normally associated with major construction should be excluded from this category and shown on line 11. Line 8 - Enter the dollar amounts needed to provide relocation advisory assistance, and the net amounts for replacement (last resort) housing. Do not include relocation administration expenses on this Line; include them on Line 1. Line 9 - Enter the estimated amount of relocation payments to be made to displaced persons, business concerns, and non- profit organizations for moving expenses and replacement housing. Line 10 - Enter the gross salaries and wages of employees of the grantee who will be directly engaged in performing demolition or removal of structures from developed. land. This line should show also the cost of demolition or removal of improvements on developed land under a third party contract. Reduce the costs on this line by the amount of expected proceeds from the sale of salvage, if so instructed by the Federal grantor agency. Otherwise, show the proceeds on Line 15. Line 11 - Enter amounts for the actual construction of, addition to, or restoration of a facility. Also, include in this category the amounts of project improvements such as sewers, streets, landscaping, and lighting. Line 12 - Enter amounts for equipment both fixed and movable exclusive of equipment used in construction. For example, include amounts for permanently attached laboratory tables, built-in audio visual systems, movable desks, chairs, and laboratory equipment. Line 13 - Enter amounts for items not specifically mentioned above. Line 14 - Enter the sum of Lines 1-13. Line 15 Enter the estimated amount of program income that will be earned during the grant period and applied to the program. Line 16 - Enter the difference between the amount on Line 14 and the estimated income shown on Line 15. Line 17 - Enter the amounts for those items, which are a part of the project but not subject to Federal participation (See Section C, Line 26g, Column (1)). Line 18 - Enter the estimated amount for contingencies. Compute this amount as follows. Subtract from the net project amount shown on Line 16 the ineligible project exclusions shown on Line 17 and the amount, which is excluded from the contingency provisions shown in Section C, Line 26g, Column (2). Multiply the computed amount by the percentage factor allowed by the grantor agency in accordance with the Federal program guidance. For those grants, which provide for a fixed dollar allowance in lieu of a percentage allowance, enter the dollar amount of this allowance. Line 19 - Show the total amount of Lines 16, 17, and 18. (This is the amount to which the matching share ratio prescribed in program legislation is applied.) Line 20 - Show the amount of Federal funds requested exclusive of funds for rehabilitation purposes. Line 21 - Enter the estimated amounts needed for rehabilitation expense if rehabilitation grants to individuals are made for which grantees are reimbursed 100 percent by the Federal grantor agency in accordance with program legislation. If the grantee shares in part of this expense, show the total amount on Line 13 instead of on Line 21 and explain in Section E. Line 22 - Show the total amount of the Federal grant requested. Line 23 - Show the amount from Section D, Line 27h. Line 24 - Show the amount from Section D, Line 28c. Line 25 Self-explanatory. U.S. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO.2120-0569 SECTION C EXCLUSIONS Classification Ineligible for Participation (1) Excluded. From Contingency Provision: (2) a. b. c. d. e. f. 9• Totals SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 27. Grantee Share a. Securities b. Mortgages . c. Appropriations. (By Applicant) 16,640 d. Bonds e. Tax Levies.: f. Non Cash g.-Other (Explain) h. TOTAL - Grantee share .... 1.6,640 28. Other Shares a. State 8,960 b. Other c. =Total Other Shares 8,960. 29. TOTAL $ 25,600 .SECTION E — REMARKS The following items are incorporated by reference: • Plans and Specifications, dated April 2014 • Title VI Assurances, dated April 2012 • Exhibit "A" Property Map, dated December 2007 PART IV :PROGRAM NARRATIVE (Attach - See Instructions) FAA Form 5100-.100 (9-03) SUPERSEDES FAA FORM.5100-100 (6-73) :Page 5 PART IV PROGRAM NARRATIVE — Attachment Rehabilitate Airport Pavements: Runway 16-34 at McCall Municipal Airport was partially reconstructed and partially overlaid in 2010. Due to the harsh weather conditions in McCall, this pavement is experiencing rapid oxidation, minor cracking of the overlay and faded markings. Taxiway A was reconstructed in 2009 and is also experiencing oxidation and minor cracking. The most recent Pavement Condition Index (PCI) report for McCall Municipal Airport is dated September 2012. This report lists PCI numbers ranging from 94 to 95 for Runway 16-34. According to the report, a fog seal is recommended for this pavement in.2015. The 2012 PCI report for McCall Municipal Airport lists PCI numbers ranging from 94 to 100. According to the report, a fog seal was recommended for this taxiway in 2013. Replace Rotating Beacon and Tower: The rotating beacon at McCall Municipal airport dates from establishment of the smokejumper base in 1947. This beacon does not meet current FAA design standards. The existing rotating beacon is inefficient and requires frequent maintenance. The existing tower does not tilt down to ground level and requires that City personnel climb it to service the beacon. This practice is unsafe and exposes the City to potential liability. INSTRUCTIONS . PART III SECTION C. EXCLUSIONS Line 26 a-g - Identify and list those costs in Column (1), which are part of the project cost but are not subject to Federal participation because of program legislation or Federal grantor agency instructions. The total amount on Line g should agree with the amount shown on Line 17 of Section B. Show in Column (2) those project costs that are subject to. Federal participation but are not eligible for inclusion in the amount used to compute contingency amounts asprovidedin the Federal grantor agency. instructions. SECTION D. PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE Line 27 a-g - Show the source of the grantee's share. If cash is not immediately available, specify the actions completed to date and those actions remaining to make cash available under Section E Remarks. Indicate also the period of time that will be required after execution of the grant agreement to obtain the funds. If there is a non -cash_ contribution, explain what this contribution will consist of. Line 27h - Show the total of Lines 27 a-g. This amount must equal the amount shown in Section B, Line 23. Line 28a - Show the amount that will be contributed by a State or state agency, only if the applicant is not a State or state agency. If there is a non -cash contribution, explain what the contribution will consist of under Section E Re -marks. Line 28b - Show the amount that will be contributed from other sources. If there is a non -cash contribution, explain what the contribution will consist of under Section E Remarks. Line 28c - Show the total of Lines 28a and 28b. This amount must be the same as the amount shown in Section B, Line 24. Line 29 - Enter the totals of Line 27h and 28c. SECTION E. OTHER REMARKS Make any remarks pertinent to the project and provide any other information required by these instructions or the grantor agency. Attach additional sheets, if necessary. PART IV PROGRAM .NARRATIVE (Suggested Format) ANSPORTATION - FEDERAL AVIATION ADMINISTRATION ors No. 2120-0569 PROJECT : AIP 3-16-0023-021 AIRPORT: McCall Municipal Airport 1.Objective: The proposed project will rehabilitate airfield pavements. These pavements are exhibiting oxidation, minor cracking and faded markings. Pavement. rehabilitation will consist of crack sealing, application of bituminous seal coat and remarking of Runway 16-34. Additionally the outdated, inefficient and unsafe airport. rotating beacon will be removed and replaced. . 2. Benefits Anticipated; • Rehabilitation of the airfield pavement will prolong its life and maximize the benefit of the investment already made. Replacing the airport beacon will provide a safe and efficient system that meets current FAA standards. 3. Approach : (See approved Scope of Work in Final Application) Rehabilitation of airfield pavements and installation oftheairportbeacon with tilt down tower will be completed through a traditional construction contract. T-O.Engineers of Boise, Idaho will serve as the airport consultant leading the effort. The project will be bid through a public process. After bidding is completed, a single contract will be awarded to the lowest qualified bidder. Bidding is anticipated to occur in April-May2014 with construction occurring in June -September 2014. 4. Geographic Location: McCall Municipal Airport is located in Central Idaho, On the south end of the City of McCall. The airport is . located in Valley County Idaho, directly off Highway 55. 5. If Applicable, Provide Additional Information: None : . 6. Sponsor's Representative: (include address & telephone number) Jackie Aymon Mayor City of McCall 125 East Park Street: McCall, ID 83638 (208) 634-7142 FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 6 INSTRUCTIONS PART IV PROGRAM NARRATIVE Prepare the program narrative statement in accordance with the following instructions for all new grant programs. Requests for . supplemental assistance should be responsive to Item 5b only. Requests for continuation or refunding or other changes of an approved project should be responsive to Item 5c only. 1. OBJECTIVES AND NEED FOR THIS ASSISTANCE. Pinpoint any relevant physical, economic, social, financial, institutional, or other problems requiring a solution. Demonstrate the need for assistance and state the principal and subordinate objectives of the project. Supporting documentation or other testimonies from concerned interests other than the applicant may be used. Any relevant data based on planning studies should be included or footnoted. 2. RESULTS OR BENEFITS EXPECTED. Identify results and benefits to be derived. For example, include a description of who will occupy the facility and show how the facility will be used. For land acquisition or development projects, explain how the project will benefit the public. 3.APPROACH a. Outline a plan of action pertaining to the scope and detail of how the proposed work will be accomplished for each grant program. Cite factors, which might accelerate or decelerate the work, and your reason for taking this approach as opposed to others. Describe any unusual features of the project such.as design or technological innovations, reductions in'cost or time, or extraordinary social and community involvements. b. Provide each grant program monthly or quarterly quantitative projections of the accomplishments to be achieved, if possible. When accomplishments cannot be quantified, list the activities in chronological order to show the schedule of accomplishments and their target dates. c. Identify the kinds of data to be collected and maintained,. and discuss the criteria to be used to evaluate the results and success of the project. Explain the methodology that will be used to determine if the needs identified and discussed are being met and if the results and benefits identified in Item 2 are being achieved. d. List each organization, cooperator, consultant, or other key individuals whowill work on the project along with a short description of the nature of their effort or contribution. 4. GEOGRAPHIC LOCATION. Give a precise location of the project and area to be served by the proposed project. Maps or other graphic aids may be attached. 5. IF APPLICABLE, PROVIDE THE FOLLOWING INFORMATION: a. Describe the relationship between this project and other work planned, anticipated, or underway under the Federal Assistance listed under Part II, Section A, Item 10. b. Explain the reason for all requests for supplemental assistance and justify the need for additional funding. c. Discuss accomplishments to date and list in chronological order a schedule of accomplishments, progress, or milestones anticipated with the new funding re -quest.. If there have been significant changes in the project objectives, location, approach or time delays, explain and justify. For other requests for changes or amendments, explain the reason for the' change,(s). If the scope or objectives have changed or an extension of time is necessary, explain the Circumstances -and justify. If the total budget has been exceeded or if individual budget.items have changed more than the prescribed limits contained in Attachment K, Office of Management and Budget Circular No. A-102,explain and justify the change and its effect on the project. CIP/PREAPPLICATION DATA SHEET AIRPORT:McCall Municipal LOCAL PRIORITY: 1 UPDATED: 4/09/14 Airport WORK ITEM: Rehabilitate Airport Pavement and Replace Airport Beacon SKETCH: 4 ,,I",: !WONT ttvtrntiu !MCC...4 NM .117NC! 1471 tel: PA -CALL. AIQPRaT 0FRESION De141Pfr p iEQ7' 'Tgg(' � �ITS; REPLACE. A RF1ELO ROTARTING BEAOAY CON AND .TINIER Jm7V fe. c . POST 'AV r.e,-ueRn o' w e`osa�'a EXHIBIT 2. JUSTIFICATION: The proposed project will rehabilitate airport pavements and install a new airport beacon with tilt down tower. The existing: pavements are experiencing oxidation, minor cracking and faded markings. These pavements will receive crack fill, seal coat and repainted markings. The existing airport beacon is outdated, inefficient and unsafe to maintain. SPONSOR .. SIGNATURE..'. DATE: l an/ COST ESTIIVI TE: ADMINISTRATION: ENGINEERING: INSPECTION: Item (Excavation, Paving, etc.) $ 2,000 1: Construction . $ 185,000 4 $ $ 33,000 2: $ 5 $ $ 36,000 3: $ TOTAL: $ 256,01 ADO USE: PREAPP GRANT NPIAS WORK NO: NO: CODE: CODE: FAA PRIOR: FED $ FAA Airports ASSURANCES Airport Sponsors A. General. 1. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibilityprogram grants for airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term "public agency sponsor" means a public agency with control of a public -use airport; the term "private sponsor" means a private owner of a public -use airport; and the term "sponsor" includes both public agency sponsors and private sponsors. 3. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become part of this grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of this grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of the terms, conditions, and assurances with respect to real property acquired with federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances. 2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of acceptance of Federal aid for the project. Airport Sponsor Assurances 3/2014 Page 1 of 20 3 Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 25, 30, 32, 33, and 34 in Section G apply to planning projects. The terms, conditions, and assurances of this grant agreement shall remain in full force and effect during the life of the project; there shall be no limit on the duration of the assurances regarding Airport Revenue so long as the airport is used as an airport. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation a. Title 49, U.S.C., subtitle VII, as amended. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seq.1 c. Federal Fair Labor Standards Act = 29 U.S.C. 201, et seq. d: Hatch Act — 5 U.S.C. 1501, et seq. e. Uniform Relocation. Assistance and Real Property Acquisition Policies Act of 1970.Title 42 U.S.C. 4601, et seq.12 f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f).1 g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469c.1 h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et sea. i. Clean Air Act, P.L..90-148, as amended. j. Coastal Zone Management Act, P.L. 93-205, as amended. k. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.1 1. . Title 49, U.S.C., Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of 1973 - 29 U.S.C. 794. n. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); o. Americans with Disabilities Act of 1990, as amended, (42 U.S.C. § 12101 et seq.), .prohibits discrimination on the basis of disability). p. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et seq. q. American Indian Religious Freedom Act, P.L. 95-341, as amended. r. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et seq.1 s. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373.1 t. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq.1 u. Copeland Anti -kickback Act - 18 U.S.C. 874.1 v: National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq.1 w. Wild and Scenic Rivers Act, P.L. 90-542, as amended. x. Single Audit Act of 1984 - 31 U.S.C. 7501, et seq.2 y. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Airport Sponsor Assurances 3/2014 Page 2 of 20 z. The Federal Funding Accountability and Transparency Act of 2006, as amended (Pub. L. 109-282, as amended by section 6202 of Pub. L. 110-252). . Executive Orders a. b. c. d. e. f. Executive Order 11246 - Equal Employment Opportunityl Executive Order 11990 - Protection of Wetlands . Executive Order 11998 - Flood Plain Management Executive Order 12372 - Intergovernmental Review of Federal Programs Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Constructionl Executive Order 12898 - Environmental Justice Federal Regulations a. 2 CFR Part 180 - OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement). b. 2 CFR Part 200, Uniform Administrative Requirements, Cost. Principles, and Audit Requirements for Federal Awards. [OMB Circular A-87 Cost Principles Applicable to Grants. and Contracts with State and Local Governments, and OMB Circular A-.133 - Audits of States, Local Governments, and Non -Profit Organizations] 4, 5, 6 c. 2 CFR Part 1200 = Nonprocurement Suspension and Debarment d. 14 CFR Part 13 - Investigative and Enforcement Procedures 14 CFR Part 16 - Rules of Practice For Federally. Assisted Airport Enforcement Proceedings. e. .14 CFR Part 150 - Airport noise compatibility planning. f. 28 CFR Part 35- Discrimination on the Basis of Disability in State and Local Government Services. 28 CFR § 50.3 - U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964. h. 29 CFR Part 1 - Procedures for predetermination of wage rates.' i. 29 CFR Part 3 - Contractors and subcontractors on public building or public work financed in whole or part by loans or grants from the United States.' 29 CFR Part 5 - Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non -construction contracts subject to the Contract Work Hours and Safety Standards Act).1 k. 41 CFR Part 60 - Office, of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements),I 1. 49 CFR Part 18 - Uniform administrative requirements for grants and cooperative agreements to state and local governments.3 m. 49 CFR Part 20 - New restrictions on lobbying:: n. 49 CFR Part 21— Nondiscrimination in federally -assisted programs of the . Department of Transportation effectuation of Title VI of the Civil Rights Act of 1964. o. 49 CFR Part 23 - Participation by Disadvantage Business Enterprise in Airport Concessions. g• j• Airport Sponsor Assurances 3/2014 Page 3 of 20 p. 49 CFR Part 24 — Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally Assisted Programs.12 q. 49 CFR Part 26 — Participation by Disadvantaged Business Enterprises in Department of Transportation Programs. r. 49 CFR Part 27 — Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance.' s. 49 CFR Part 28 Enforcement of Nondiscrimination on the Basis of Handicap in Programs or Activities conducted by the Department of Transportation. t. 49 CFR Part 30 - Denial of public works contracts to suppliers of goods and services of countries that, deny procurement market access to U.S. contractors. u. 49 CFR Part 32 — Governmentwide Requirements for Drug -Free Workplace (Financial Assistance) v. 49 CFR Part 37 — Transportation Services for Individuals with Disabilities (ADA). w. 49 CFR Part 41 - Seismic safety of Federal and federally assisted or regulated new building construction. Specific Assurances Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this grant agreement. Footnotes to Assurance C.1. 1 2 3 These laws do not apply to airport planning sponsors. These laws do not apply to private sponsors.. . 49 CFR Part 1.8 and 2, CFR Part 200 contain requirements for State and Local Governments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. On December 26, 2013 at 78 FR 78590, the Office of Management and Budget (OMB) issued the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards in 2 CFR Part 200. 2 CFR Part 200 replaces and combines the former Uniform Administrative Requirements for Grants (OMB Circular A-102 and Circular A-110 or 2 CFR Part 215 or Circular) as well as the Cost Principles (Circulars A-21 or 2 CFR part 220; Circular A-87 or 2 CFR part 225; and.A-122, 2 CFR part 230). Additionally it replaces Circular A-133 guidance on the Single Annual Audit. In accordance with 2 CFR section 200.110, the standardsset forth in Part 200 which affect administration of Federal awards issued by Federal agencies become effective once implemented by Federal agencies or when any future amendment to this Part becomes final. Federal agencies, including the Department of Transportation, must implement the policies and procedures applicable to Federal awards :by promulgating a regulation to be effective by December 26, 2014 unless different provisions are required by statute or approved by OMB. Airport Sponsor Assurances 3/2014 Page 4 of 20 5 Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for determining. the eligibility of specific types of expenses. . 6 Audit requirements established in 2 CFR part 200 subpart F are the guidelines for audits. 2. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to apply for this grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly: adopted or passed as an official, act of the applicant's governing body authorizing the filing of the . application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may required. b. Private Sponsor: It has legal authority to apply for this grant and to finance and carry .out the proposed project and comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with this application; and to provide such additional information as may be required. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has :sufficient funds available to assure operation and maintenance of items funded .under this grant agreement which it will .own or control. 4. Good Title. a. It, a public agency or the Federalgovernment, holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary:that good title will be acquired. b. For noise compatibility program projects to be carried out on the property of the - sponsor; it holds good title satisfactory to the Secretary to that portion of the property upon which. Federal funds will be expended or will give assurance to the Secretary that good title will be obtained. 5. Preserving Rights and Powers. a. It will not take, or permit.any action which would operate to 'deprive it of any of . the rights and powers necessary to, perform any or all of the terms, conditions, and. assurances in this grant agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or . claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. AirportSponsor Assui•ances 3/2014 Page 5 of 20 b. It will not sell, lease, encumber, or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A tothisapplication or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in this grant agreement without approval by the Secretary. If the . transferee is found by the Secretary to be eligible under Title 49, United States Code, to assume the obligations of this grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement. c For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to the same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility program project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial non-compliance with the terms of the agreement. d. For noise compatibility program projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial non- compliance with the terms of the agreement. e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public -use airport in accordance with these assurances for the duration of these assurances. f. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in this grant agreement and shall insure that such arrangement also requires compliance therewith. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for residential use, to taxi an aircraft between that property and any location on airport. Sponsors of general aviation airports entering into any arrangement that results in permission for the owner of residential real property adjacent to or near; the airport must comply with the requirements of Sec. l36 of Public Law 112-95 and the sponsor assurances. g• Airport Sponsor Assurances 3/2014 Page 6 of 20 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which. the project is located to plan for the development of the area surrounding the airport. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 8. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which. project is proposed. 9. Public Hearings. In projects involving the location of an airport; an airport runway, or a major runway extension, it has afforded the opportunity for. public hearings for the purpose: of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been •carried out by the community and it shall, when requested by the -Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10. Metropolitan Planning Organization. In projects involving the location of an airport, an airport runway, or a major runway extension.at a medium or large hub airport, the sponsor has made available to and has . provided upon request to the metropolitan planning organization in the area in which the airport is located, if any, a copy of the proposed amendment to the airport layout, planto depict the project and a copy of any airport master plan in which the project is . described or depicted. • 11. Pavement Preventive Maintenance. With respect:to a project approved after January 1, 1995, for the replacement or . reconstruction of pavement at the airport; it assures or certifies that it has implemented an effective airport pavement maintenance -management program arid it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs.as. the Secretary determines may be useful. 12. Terminal Development Prerequisites. For projects which include terminal development at a ptiblic use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and Airport Sponsor Assurances 3/2014 Page 7 of 20 has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this grant, the total cost of the project in connection with which this grant is given or used, and the amount or nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to this grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which this grant was givenor used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six (6) months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under this grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis -Bacon Act, as amended (40 U.S.C. 276a-276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals .or bids for the work. 15. Veteran's Preference. . It shall include in all contracts for work on any project funded under this grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior tocommencement of site preparation, construction, or other performance under this grant agreement, and, upon approval of the Secretary, shall be incorporated into this grant agreement: Any modification to the approved plans, Airport Sponsor Assurances 3/2014 Page 8 of 20 specifications, and schedules shall also be subject to approval of the Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained inthe project application or with the modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. It will include in all published material prepared in connection with the planning. project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. e It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. f. It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19. Operation and Maintenance. a. The airport and all facilities which are necessary to serve the aeronautical users of. the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, g• Airport Sponsor Assurances 3/2014 Page 9 of 20 state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon whichwould interfere with its use for airport purposes. It will suitably operate and maintain the airport and allfacilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non -aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for- 1) Operating the airport's aeronautical facilities whenever required; 2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and 3) Promptly notifying airmen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport . be operated for aeronautical use during temporary periods when snow, flood or other climatic conditions interfere with such operation and maintenance.. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. b. It will suitably operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards: 21. Compatible Land Use. It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to restrict the use of land adjacent to or in the irn nediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will notcauseor permit any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimination. a. - It will make the airport available as an airport for public use on reasonable terms and without unjust discrimination to all types, kinds and classes of aeronautical activities, including commercial aeronautical activities offering services to the public at the airport. b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or Airport Sponsor Assurances 3/2014 Page 10 of 20 to engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to- 1) furnish said services on a reasonable, and not unjustly discriminatory, basis to all users thereof, and 2) charge reasonable, and not unjustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. Each fixed -based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air .carrier.using such airport shall have the right to, service itself or to. use any fixed -based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e.. Each air carrier using such airport (whether as.a tenant, non -tenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, 'fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and utilize similar facilities, subject to reasonable classifications such as tenants or non -tenants and signatory carriers and non - signatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided, an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classification or status.. f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees [including, but not limited to maintenance, repair, and fueling] that, it may choose to perform. . g. In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. h. The sponsor may establish such reasonable, and not unjustly discriminatory; conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. Airport Sponsor Assurances 3/2014 Page 11 of 20 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any person providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of the services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services, and b. If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -based operator and such airport. It further agrees that it will not, either directly or indirectly, grant or permit any person, firm, or corporation, the exclusive right at the airport to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it willterminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24._ Fee and Rental Structure. It will maintain.a fee and rental structure for the facilities and services at the airport which will make the airport as self-sustaining as possible under the circumstances existing at the particular airport, taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development, airport planning or noisecompatibility project for which a grant is made under Title 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. 25. Airport Revenues. a. All revenues generated by the airport and any local taxes on aviation fuel established after December. 30, 1987, will be expended by it forr the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner or operator of the airport and which are directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. The following exceptions apply to this paragraph: 1) If covenants or assurances in debt obligations issued before September 3, 1982, by the owner or operator of the airport, or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or Airport Sponsor Assurances 3/2014 Page 12 of20 operator's facilities, including the airport, to support not only the airport but . also the airport owner or operator's general debt obligations or other facilities, then this limitation on theuseof all revenues generated by the airport (arid, in the case of a public airport, local taxes on aviation fuel) shall not apply. 2) If the Secretary approves the sale of a.privately owned airport to a public sponsor and provides funding for any portion of the public sponsor'. s acquisition of land, this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20-year period) of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3) Certain revenue derived from or generated by mineral extraction, production, lease, or other means at a general aviation airport (as defined at Section 47102 of title 49 United States Code); if the FAA determines the airport sponsor meets the requirements set forth in Sec. 813 of Public Law 112-95. b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit will review,. and the resulting audit report will provide an opinion concerning, the use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. c. Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Section 47107 of Title 49, United States Code. 26. Reports and Inspections. It will: a. submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports available to the public; make available to the public at reasonable times and places a report of the airport budget in a format prescribed by the Secretary; b. for airport development projects, make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; . . c. for noise compatibility program projects, make, records and documents relating to the project and continued compliance with the terms, conditions, and assurances of this grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; and Airport Sponsor Assurances 3/2014 Page 13 of 20 d. in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: 1) all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2) all services and property provided by the .airport to other units of government and the amount of compensation received for provision of each such service and property. 27..Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United. States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that. — a. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather -reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at all times an airport layout plan of the airport showing 1) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposedadditions thereto; 2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and Airport Sponsor Assurances 3/2014 Page 14 of 20 roads), including all proposed extensions and reductions of existing airport facilities; 3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon; and 4) all proposed and existing access points used to taxi aircraft across the airport's property boundary. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. b. If a change or alteration in the airport or the facilities is made which the Secretary determines. adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the airport and which is not in conformity with the: airport layout plan as approved by the Secretary, the owner or operator will, if requested, by the Secretary (1) eliminate such adverse effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in the airport or its facilities except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary's design standards beyond the control of the airport sponsor. 30. Civil Rights. It will promptly take any measures necessary to ensure that no person in the United States shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in any activity conducted with, or benefiting from, funds received from this grant. . a. Using the definitions of activity, facility and program as found and defined in §§. 21.23 (b) and 21.23 (e) of 49 CFR § 21 the sponsor will facilitate all programs, operate all facilities, or conduct all programs in compliance with all non- discrimination requirements imposed by, or pursuant to these assurances. b. , Applicability 1) Programs and Activities. If the sponsor has received a grant (or other federal assistance) for any of the sponsor'. s program or activities, theserequirements extend to all of the sponsor's programs and activities. 2) Facilities. Where it receives a grant or other federal financial assistance to construct, expand, renovate, remodel, alter or acquire.a facility, or part of a facility, the assurance extends to the entire facility and facilities operated in connection therewith. Airport Sponsor Assurances 3/2014' Page 15 of 20 3) Real Property. Where the sponsor receives a grant or other Federal financial assistance in the form of, or for the acquisition of real property or an interest in real property, the assurance will extend to rights to space on, over, or under such property. c. Duration. The sponsor agrees that it is obligated to this assurance for the period during which Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide, or is in the form of, personal property, or real property, or interest therein, or structures or improvements thereon, in which case the assurance obligates the sponsor, or any transferee for the longer of the following periods: 1) So long as the airport is used as an airport, or for another purpose involving the provision of similar services or benefits; or 2) Solong as the sponsor retains ownership or possession of the property. d. Required Solicitation Language. It will include the following notification in all solicitations for bids, Requests For Proposals for work, or material under this grant agreement and in all proposals for agreements, including airport concessions, regardless of funding source: "The (Name of Sponsor), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award." e. Required Contract Provisions. 1) It will insert the non-discrimination contract clauses requiring compliance with the acts and regulations relative to non-discrimination in Federally - assisted programs of the DOT, and incorporating the acts and regulations into the contracts by reference in every contract or agreement subject to the non- discrimination in Federally -assisted programs of the DOT acts and regulations. 2) It will include a list of the pertinent non-discrimination authorities in every contract that is subject to the non-discrimination acts and regulations. 3) It will insert non-discrimination contract clauses as a covenant running with the land, in any deed from the United States effecting or recording a transfer of real property, structures, use, or improvements thereon or interest therein to a sponsor. 4) It will insert non-discrimination contract clauses prohibiting discrimination on the basis of race, color, national origin, creed, sex, age, or handicap as a Airport Sponsor Assurances 3/2014 Page 16 of 20 covenant running with the land, in any future deeds, leases, license, permits, or similar instruments entered into by the sponsor with other parties: a) For the subsequent transfer of real property acquired or improved under the applicable activity, project, or program; and b) For the construction or use of, or access to, space on, over, or under real property acquired or improved under the applicable activity, project, or program. f. It will provide for such methods of administration for the program as are found by the Secretary to give reasonable guarantee that it, other recipients, sub -recipients, sub -grantees, contractors, subcontractors, consultants, transferees, successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the acts, the regulations, and this assurance. g. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the acts;the regulations; and this assurance. 31. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes, including land serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such purposes; at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition which is - proportionate to the United States' share of acquisition of such land will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2) transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending orders (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an . approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant fiuiding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes; the lease will not be considered a disposal of the land. Revenues derived from such: a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue.' b. For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair market value of the land. That portion of the proceeds of such disposition which is proportionate to the United. States' share of the cost of acquisition of such land will, (1) upon application to the Secretary, be reinvested or transferred to another Airport Sponsor Assurances 3/2014 Page 17 of 20 eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) the revenue from interim uses of such land contributes to the financial self-sufficiency of the airport. Further, land . purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. d. Disposition of such land under (a) (b) or (c) will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 32. Engineering and Design Services. It will award each contract, or sub -contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping or related services with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under Title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent qualifications -based requirement prescribed for or by the sponsor of the airport. 33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. 34. Policies, Standards, and Specifications. It will carry out the project in accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed in the Current FAA Advisory Circulars for AIP projects, dated (the latest approved version as of this grant offer) and included in this grant, and in accordance Airport Sponsor Assurances 3/2014 Page 18 of 20 with applicable state policies, standards, and specifications approved by the Secretary. . 35. Relocation and Real Property Acquisition. a. It will be guided in acquiring real property, tothe greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse property owners for necessary expenses as specified in Subpart B. . b. It will provide a relocation assistance program offering the services described in Subpart C and fair and .reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. c It will make available within a reasonable period of time prior to displacement, comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36. Access By Intercity Buses. The airport owner or operator will permit, to the maximum extent practicable, intercity buses or other modes of transportation to have access to the airport; however, it has no obligation to fund special facilities for intercity buses or for other modes of transportation: . 37. Disadvantaged Business Enterprises. The sponsor shall not discriminate on the basis of race, color, national origin or sex in the award- and performance of any DOT -assisted contract covered by 49 CFR Part 26, or in the award and performance of any concession activity contract. covered.by 49 CFR Part 23. In addition, the sponsor shall not disoriminate-on the basis of race, color, national origin or sex in the administration of. itspBE and ACDBE programs or the requirements of 49 CFR Parts 23 and 26. The sponsor shall take all necessary . and reasonable steps under 49 CFR Part8.23 and 26 to ensure nondiscrimination in the award and administration of DOT -assisted contracts, and/or concession contracts. The sponsor's DBE and ACDBE programs, as required by 49 CFR Parts 26 and 23, and as approved by DOT; are incorporated by reference in this agreement. Implementation of these programs is a legal obligation and failure. to . carry out its terms shall be treated as a violation of this agreement. Upon notification to the sponsor of its failure to carry out its approved program, the Department may impose sanctions as provided for under Parts 26 and 23 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the P:rogram.Fraud Civil Remedies Act of 1936 (31 U.S.C. 3801). „ .. 38. Hangar Construction: If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for theaircraft at the aircraft owner's expense, the airport owner. or operator will grant to the aircraft owner for the hangar a long term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose. Airport Sponsor Assurances 3/2014 Page 19 of 20 39. Competitive Access. a. If the airport owner or operator of a medium or large hub airport (as defined in section 47102 of title 49, U.S.C.) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that- 1) Describes the requests; 2) Provides an explanation as to why the requests could not be accommodated; and 3) Provides a time frame within which, if any, the airport will be able to accommodate the requests. b. Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. Airport Sponsor Assurances 3/2014 Page 20 of 20 Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated: 3/20/2014 View the most current versions of these ACs and any associated changes at: http://www.faa.bov/airports/resources/advisory circulars 70/7460-1 K Obstruction Marking and Lighting 150/5020-1 Noise Control and Compatibility Planning, for Airports .; 150/5070-6B Change 1 Airport Master Plans 150/5070-7 The Airport System Planning Process 150/5100-1313 Development of State Standards for Nonprimary Airports 150/5200-28D 'Notices to Airmen (NOTAMS) for Airport Operators 150/5200-30C Change 1 AirportWinter Safety And Operations: 150/5200-31 C Change 2 . . Airport Emergency. Plan 150/5210-5D Painting, Marking, and Lighting of Vehicles Used on an Airport 150/5210-7D . Aircraft Rescue and Fire Fighting Communications.. 150/5210-13C Airport Water Rescue Plans and Equipment 150/5210-14B Aircraft Rescue Fire Fighting Equipment, Tools and Clothing 150/5210-15A Aircraft Rescue and Firefighting Station Building Design . 150/5210-18A. . Systems for Interactive Training of Airport Personnel:, FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved. Projects Updated 3/20/2014 ARP- . Page 1 of 5 NUMBER - TITLE 150/5210-19A Driver's Enhanced Vision System (DEVS) Ground Vehicle Operations on Airports 150/5220-10E Guide Specification for Aircraft Rescue and Fire Fighting (ARFF) Vehicles 150/5220-16D Automated Weather Observing Systems (AWOS) for Non -Federal Applications 150/5220-17B Aircraft Rescue and Fire Fighting (ARFF) Training Facilities 150/5220-18A Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials AC 150/5220-20 Change 1 Airport Snow and Ice Control Equipment 150/5220-21C Aircraft Boarding Equipment 150/5220-22B Engineered Materials Arresting Systems (EMAS) for Aircraft Overruns 150/5220-23 Frangible Connections 150/5220-24 Foreign Object Debris Detection Equipment 150/5220-25 Airport Avian Radar Systems 150/5220-26 Change 1 Airport Ground Vehicle Automatic Dependent Surveillance - Broadcast (ADS-B) Out Squitter Equipment 150/5300-7B FAA Policy on Facility Relocations: Occasioned by Airport Improvements or Changes 150/5300-13A. Change 1 Airport Design 150/5300-14C Design of Aircraft Deicing Facilities 150/5300-16A General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey 150/5300-17C Standards for Using Remote Sensing Technologies in Airport Surveys 150/5300-18B Change 1 General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards 150/5320-5D Surface Drainage Design 150/5320-6E Airport Pavement Design and Evaluation FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 3/20/2014 ARP Page 2 of 5 NUMBER "Y TITLE 150/5320-12C Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces 150/5320-15A Management of Airport Industrial Waste 150/5235-4B Runway Length Requirements for Airport Design 150/5335-5C Standardized Method of Reporting Airport Pavement Strength — PCN (Draft approved for use) 150/5340-1 L Standards for Airport Markings 150/5340-5D Segmented Circle Airport Marker System 150/5340-18F Standards for Airport Sign Systems 150/5340-30G Design and Installation Details for Airport Visual Aids . 150/5345-3G Specification for L-821, Panels for the Control of Airport Lighting 150/5345-5B Circuit Selector Switch 150/5345-7F Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-10G Specification for Constant Current Regulators and Regulator Monitors 150/5345-12F Specification for Airport and Heliport Beacons 150/5345-13B Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-26D FAA Specification For L-823 Plug and Receptacle, Cable Connectors 150/5345-27E Specification for Wind Cone Assemblies 150/5345-28G Precision Approach Path Indicator (PAPI) Systems 150/5345-39D Specification for L-853, Runway and Taxiway Retro reflective Markers 150/5345-42G Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories 150/5345-43G Specification for Obstruction Lighting Equipment 150/5345-44J Specification for Runway and Taxiway Signs 150/5345-45C Low -Impact Resistant (LIR) Structures 'FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved. Projects Updated 3/20/2014 ARP Page 3 of 5 NUMBER TITLE 150/5345-46D Specification for Runway and Taxiway Light Fixtures 150/5345-47C Specification for Series to Series Isolation Transformers for Airport Lighting Systems 150/5345-49C Specification L-854, Radio Control Equipment 150/5345-50B Specification for Portable Runway and Taxiway Lights 150/5345-51 B Specification for Discharge -Type Flashing Light Equipment 150/5345-52A Generic Visual Glideslope Indicators (GVGI) . 150/5345-53D Airport Lighting Equipment Certification Program 150/5345-54B Specification for L-884, Power and Control Unit for Land and Hold Short Lighting Systems 150/5345-55A Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure 150/5345-56B Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360-12F Airport Signing and Graphics 150/5360-13 Change 1 Planning and Design Guidelines for Airport Terminal Facilities 150/5360-14 Access to Airports By Individuals With Disabilities 150/5370-2F Operational Safety on Airports During Construction 150/5370-10F Standards for Specifying Construction of Airports 150/5370-11 B Use of Nondestructive Testing in the Evaluation of Airport Pavements 150/5370-13A Off -Peak Construction of Airport Pavements Using Hot -Mix Asphalt 150/5370-15B Airside Applications for Artificial Turf 150/5370-16 Rapid Construction of Rigid (Portland Cement Concrete) Airfield Pavements 150/5370-17 Airside Use of Heated Pavement Systems 150/5380-6B Guidelines and Procedures for Maintenance of Airport Pavements 150/5390-2C Heliport Design FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 3/20/2014 ARP Page 4 of 5 150/5395=1 A Seaplane Bases THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY Updated: 3/7/2014 'NUMBER m ,q TITLE 150/5100-14D Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects 150/5100-17 Changes 1 - 6 Land Acquisition and Relocation Assistance for Airport Improvement Program Assisted Projects 150/5300-9B Predesign, Prebid, and. Preconstruction Conferences .for Airport .Grant Projects 150/5300-15A Use of Value Engineering for Engineering Design of Airports Grant Projects . 150/5320-17 Airfield Pavement Surface Evaluation and Rating (PASER) Manuals 150/5370-6D Construction Progress and Inspection Report... -Airport Grant Program 150/5370-12A Quality Control of Construction for Airport. Grant Projects 150/5380-7A Airport Pavement Management Program FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved. Projects Updated 3/20/2014 ARP . Page 5 of 5 CONTRACTOR CONTRACTUAL REOUIREMENTS ATTACHMENT 1 During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows:. 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to. as the Regulations), which are. herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. - The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national: origin in the selection and retention of subcontractors, including procurements of materials andleasesequipment.. The contractor shall -not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, includingemployment practices when the contract covers a program set forth in Appendix B of the Regulations. 3.. 'Solicitations for Subcontracts, Including Procurements of Materials and Equipment. Iri all solicitations either by competitive bidding or negotiation made. by the contractor for.work to be performed under a subcontract,: including procurements of materials or leases of equipment, each potential subcontractor or supplier. shall be notified by- the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information•and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this.contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be, appropriate, including, but not limited to: a.; Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. . 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 6 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued. Pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including. sanctions for noncompliance... Provided, however, _that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such.direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to' pro.tect the interests of the United: States..: CLAUSES FOR DEEDS, LICENSES, LEASES, PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the Sponsor pursuant to the provisions of Assurances 5(a) and 5(b). 1. The (grantee, licensee, lessee, permitee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land'') that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a DOT program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permitee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. 2. The (grantee, licensee, lessee, permitee, etc., as appropriate) for himself, his personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that: (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permitee, etc.) shall use the premises in compliance with all other requirements imposed by or -pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. Certified current 5/17/07 City of McCall (Sponsor) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION DRUG -FREE WORKPLACE McCall Municipal Airport 3-16-0023-021 (Airport) (Project Number) Rehabilitate Airport Pavement & Replace Airport Beacon (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug -free workplace within Federal grant programs are described in Title 49, Code of Federal Regulations, Part 29. Sponsors are required to certify they will be, or will continue to provide, a drug -free workplace in accordance with the regulation. The AIP project grant agreement contains specific assurances on the Drug -Free Workplace Act of 1988. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. A statement has been (wits -be) published notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of.a controlled substance is prohibited in the sponsor's workplace, and specifying the actions .to be taken against employees for violation of such prohibition. 2 An ongoing drug -free awareness program has been (4-11--be) •established to inform employees about: a. The dangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug -free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. 3. Each employee to .be engaged in the performance of the work has been.(w+ll be) given a copy of the statement required within item 1 above. 4. Employeeshave been (will -be) notified in the statement required .by item 1 above that, as a condition employment under the grant, the employee will: a. Abide by the terms of the statement; and b. Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. 5. The FAA will be notified in writing within ten calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title of the employee, to the FAA. Notices shall include the project number of each affected grant. Yes . No N/A ® ❑ ❑ ® ❑ ❑ Page 1 of 2 -Yes No _ • N/A 6. One of the following actions will be taken within 30 calendar days of receiving a notice under item 4b above with respect to any employee who is so convicted: a. Take appropriate personnel action against such an employee, up to and including termination, consistent with the. requirements of the Rehabilitation Act of.1973, as amended; or b. Require such employee to participate satisfactorily in a drug abuse . assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. 7. A good faith effort will be made to continue to maintain a drug -free workplace through implementation of items 1. through 6:above. ® ❑ ❑ I have prepared documentation attached hereto with. site(s) for performance -of work (street address, city, county, state, zip code). There are no such workplaces that are not identified in the attachment. I have prepared additional documentation for any above items marked "no" and attached it hereto. I certify that, for the project identified herein, responses to the forgoing items are accurate as marked and attachments are correct and complete. City of McCall, Idaho (Name of Sponsor) ( nature of Spon or' Designated Official Representative) J ie Aymon (Typed Name of Sponsor's Designated Official Representative) Mayor (Typed Title of Sponsor's Designated Official Representative) (Dte Page 2 of 2 REQUIRED STATEMENTS AIRPORT IMPROVEMENT PROGRAM PROJECTS AIRPORT: McCall Municipal Airport LOCATION: McCall, Idaho AIP PROJECT NO.: 3-16-0023-021 STATEMENTS APPLICABLE TO THIS PROJECT [E] a. INTEREST OF NEIGHBORING. COMMUNITIES: In formulating this project, consideration has been given to the interest of communities that are near (Exact name of airport) McCall Municipal Airport. THE DEVELOPMENT PROPOSED IN THIS PROJECT will not require the use of publicly owned land from a public park, recreation.area, wildlife and fowl refuge, or a historical site under Federal, State, or Local jurisdiction. FBO COORDINATION: The airport development proposed in this project has been coordinated with the Fixed Base Operator(s) utilizing (Exact name of airport) McCall Municipal Airport, and they have been informed regarding the scope and nature of this project. ® d. THE PROPOSED PROJECT IS CONSISTENT with existing approved plans for the area surrounding the airport. The above statements have been duly considered and are applicable to this project. (Provide comment for any statement not checked). BY: DATE: " l 7a U// / TITLE: Mayor, City of McCall SPONSORING AGENCY City of McCall, McCall Municipal Airport NOTE: Where opposition is stated to an airport development project, whether expressly or by proposed revision, the following specific information concerning the opposition to the project must be furnished. a. Identification of the Federal, state, or local governmental agency, or the person or persons opposing the project; N/A b. The nature and basis of opposition; N/A c. Sponsor's plan to accommodate or otherwise satisfy the opposition; N/A d .Whetheranopportunity for a hearing was afforded, and if a hearing was held, an analysis of the facts developed at the hearing as they relate to the social, economic, and environmental aspects of the proposed project and its consistency with the goals and objectives of such urban planning as has: been carried out by the community. N/A e,. _ If the opponents proposed any alternatives, what these alternatives were and the reason for nonacceptance; N/A f...:-Sponsor's plans, if any, to minimize any adverse effects of the project; N/A g Benefits to be gained by the proposed development; and N/A h Any other pertinent information which would be of assistance in determining whether to proceed with the project. N/A CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best: of his or her knowledge and belief; that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of :the undersigned, to any person for influencing or attempting toinfluence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2..If any funds other than Federal appropriated funds have been paid or will be paid to an. y person . for influencing or attempting to influence an officer or employee of any agency, a- Member of Congress, an :officer or employee of Congress, or an employee of a Member -of Congress in connection with this Federal contract, grant, loan, or.cooperative agreement, the undersigned shall complete and submit Standard Form LLL "Disclosure of Lobby Activities", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be -included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contractsunder grants, loans, and cooperative agreements) and that all subrecipents shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31 U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signed nsor's 6tithoriz Title Mayor, City of McCall Representative. Date CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACHMENT 1 During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Requlatione 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 incorporatedby reference and made a part. of this contract. 2. Nondiscrimination. The contractor., with regard to the work performed by it during the contract, shall not discriminate on the grounds: of race, color, or national origin in the selection and retention of subcontractors; including procurements of materials and leases of equipment. the contractor shall not participate either directly of indirectly in the discrimination prohibited by section 21.5 of the Regulations, including -employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations. for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or lease of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contract is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under:the contract until the contractor complies, and/or b. Cancellation, termination, or suspension ofthe 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 procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any Subcontract or procurement as the sponsor or the FAAmay direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however; that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the _Sponsor to enter into.such litigation to protect the _interests of the sponsor and, .in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. CLAUSES FOR DEEDS; LICENSES, LEASES, PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included .in deeds, .licenses, leases, permits, or similar instruments entered into by the Sponsor pursuant to the provisions of Assurances 5(a) and 5(b). 1. The (grantee; licensee, permittee, etc., as appropriate) for himself; his heirs., personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant.and agree (in the case of deeds and leases add "as a covenant running with :the land") that in the event facilities are constructed,:. maintained, or otherwise operated:on the said property described in this (deed;. license; lease, permit, etc.) for a purpose for which a DOT program or activity is „ extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part21,. Nondiscrimination in Federally:Assisted Programs of the Department of Transportation, and as said Regulations may: be amended. 2. The (grantee, licensee, lessee, perrnittee, etc:, .as appropriate).for. hirnself, his heirs, personal representatives, successors in interest,:and assigns, as a part of the -;consideration hereof, does hereby covenant. and agree (in the case of deeds:and leases add "as a covenant running with the: land") that: (1) no person. on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2).. that in the construction of any improvements:on, over; or under such land and the furnishing of services thereon, no person on the grounds of race;. color, or national origin shall be excluded from participation in, denied the,benefits:of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, permittee etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21,. Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended: Airport/Sponsor: AIP #: TITLE VI PRE -AWARD SPONSOR CHECKLIST McCall Municipal. Airport, McCall, Idaho 3-16-0.023-021 Project Description(s): Rehabilitate Airport Pavement/Install Airport Beacon and Tower 1) Please describe any of the following IF they apply to your project: Title VI issues raised at public hearing(s) and the conclusions made; EIS data concerning the race, color, or national origin of the affected community; steps taken or proposed to guard against unnecessary impact on persons on the basis of race, color or national origin. ® None 2) Please list any airport related Title VI lawsuits or complaints filed in the preceding year against the sponsor. Include a summary ofthe findings. ® None (If "None", continue with questions 3 and 4). 3) Please list any current: applications for federal funding (other than FAA) of. airport related projects which exceed the amount for this grant. Z None 4) Please list any airport related Title VI compliance review(s) received by the sponsor in the preceding two years. Include who conducted the review and any findings of noncompliance. ® None Review completed and approved: Date: To be completed by the Civil Rights Staff Signature r This checklist is only required for projects that involve one of the following: Environmental Assessment or Impact Statement (EIS); airport or runway relocation; major runway extension; relocation of any structure of person; or impact to access orpreservation of any burial ceremonial or other sacred or historical structures or lands of any indigenous or ethnic population. Return to: FAA, Civil Rights, Northwest Mountain Region; 1601 Lind Ave. SW; Renton, WA 98057-3356. FAX: (425) 227-1009 Phone (425) 227-2009 Invoice McCall Municipal Airport 336 Deinhard Lane P.O. Box 986 McCall, ID 83638 June 12, 2014 Invoice No: T-0 ENGINEERS 140004 - 2537 Project 140004 McCall Municipal Airport - Beacon Replacement & Pavement Rehabilitation Professional Services from December 01.2013 to May 31.2014 Lump Sum Fees Billing Phase Lump Sum Fees Total Fee Professional Personnel Anderson, John Bissell, Kevin Pomeroy, Chris Percent Previous Fee Current Fee Fee Complete Earned Billing Billing 32,905.00 84.00 27,577.68 0.00 27,577.68 32,905.00 27,577.68 0.00 27,577.68 Total Lump Sum Fees Hours Rate Amount 13.50 140.00 1,890.00 23.50 125.00 2,937.50 6.50 140.00 910.00 Totals 43.50 5,737.50 Total Labor 27,577.68 5,737.50 Reimbursable Expenses Printing/Reproduction 742,92 Travel - Mileage 125.84 Total Reimbursables 868.76 868.76 Reimbursable Expenses Postage 3.08 Total Reimbursable Expenses 3.08 3.08 Total this Invoice $34,187.02 All account balances not paid in full on or before the last day off the month of the first billing shall bear interest at the rate of twenty-one (21) percent (%) per annum compounded monthly from the first day of the month following until paid in full. Any payments received shall be credited first to accrued interest and then to principal. All costs or fees incurred to collect overdue account balances shall be added to the principal portion of the account balance. Approved: Ku". 1,a4d,/ Kevin Bissell Date: guNE /2r 2474 9777 Chinden Boulevard Boise, ID 83714 Phone (208) 323-2288 Fax (208) 323-2399 info©to-engineers.com to-engineers.com Aviation !Transportation I Land Development I Municipal I Water Resources I Surveying a. INVOICE DETAIL Nathan Coyle City of McCall 216 East Park Street McCall, ID 83638 Re: McCall Municipal Airport - Rehabilitate Airport Pavements/Replace Rotating Beacon & Tower June 12, 2014 Job No. 140004 PROFESSIONAL SERVICES CHARGE CREDIT BALANCE 1.0 Professional Services: (Phases 1.0, 2.0, 3.0, 4.0) Lump Sum Design Fee Progress Billing Dec. 1 through May 31, 2014 (83.81%) $27,577.68 Total Item 1.0: $27,577.68 2.0 Professional Services (Phase 5.0, 6.0, 7.0 and 8.0) 2.1 Bidding and Award Services: (Phase 5.0) Project Manager 10.0 hrs @ $125.00 $1,250.00 2.2 Construction Services: (Phase 6.0) No Charges This Period 2.3 Operational/Closeout: (Phase 7.0) No Charges This Period 2.4 Additional Services: (Phase 8.0) 2.4.1 AIP Grant Administration Airport Consultant 13.5 hrs @ $140.00 $1,890.00 Project Manager 6.5 hrs @ $125.00 $812.50 2.4.2 FAA Environmental Coordination/Cat Ex Airport Planner 6.5 hrs @ $140.00 $910.00 Project Manager 7 hrs @ $125.00 $875.00 Total Item 2.0: $5,737.50 ' (1 of 2) INVOICE DETAIL Nathan Coyle City of McCall 216 East Park Street McCall, ID 83638 Re: McCall Municipal Airport - Rehabilitate Airport Pavements/Replace Rotating Beacon & Tower June 12, 2014 Job No. 140004 PROFESSIONAL SERVICES CHARGE CREDIT BALANCE 3.0 Subconsultant Services: (Contract Phases 5.0 through 8.0) No Charges This Period Total Item 3.0: $0.00 4.0 Reimbursable Expenses: 4.1 Phases 1.0 - 4.0 Vehicle Travel $125.84 Lodging $0.00 Meals $0.00 CADD Hours hrs @ $5.00 $0.00 Survey Equipment $0.00 Document Printing $0.00 Telephone, Postage $3.08 4.2 Phases 5.0 - 8.0 Vehicle Travel $0.00 Lodging $0.00 Per Diem/Meals $0.00 CADD Hours hrs @ $5.00 $0.00 Document Printing $742.92 Postage $0.00 Shipping (FedEx) $0.00 Misc Supplies $0.00 Total Item 4.0: $871.84 • TOTAL $34,187.02 (2 of 2) McCALL MUNICIPAL AIRPORT - REHABILITATE AIRPORT PAVEMENTS/REPLACE BEACON & TOWER AIP 3-16-0023-021 SUMMARY OF T-O ENGINEERS INVOICED FEES TO DATE FOR JOB NO. 140004 SECTION 1.1 PLANNING & DESIGN SECTION 1.2 BIDDING & CONSTRUCTION (*ADDITIONAL SERVICES) INVOICE DATE INVOICE AMOUNT T.O. HOURLY SUB- CONTRACT REIMB. T.O. HOURLY SUB - CONTRACT REIMB. 12-Jun-14 $ 34,187.02 $ 27,577.68 $ - $ 128.92 $ 5,737.50 $ 742.92 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTALS: $ 34,187.02 $ 27,577.68 $ - , $ 128.92 $ 5,737.50 $ - $ 742.92 Budget $ 67,873.00 $ 32,905.00 $ Remaining $ 33,685.98 $ 5,327.32 $ $ 538.00 $ 31,790.00 $ - $ 2,640.00 $ 409.08 $ 26,052.50 $ - $ 1,897.08 OUTLAY REPORT AND REQUEST FOR REIMBURSEMENT FOR CONSTRUCTION PROGRAMS (See instructions on back) OMB APPROVAL NO.0348-0002 PAGE OF 1 I 1 PAGES 1. TYPE OF REQUEST ■ FINAL 0 PARTIAL 2. BASIS OF REQUEST CASH ■ ACCRUAL 3. FEDERAL SPONSORING AGENCY AND ORGANIZATIONAL ELEMENT TO WHICH THIS REPORT IS SUBMITTED FAA - NMR 4. FEDERAL GRANT OR OTHER IDENTIFYING NUMBER ASSIGNED BY FEDERAL AGENCY AIP 3-16-0023-021 5. PARTIAL PAYMENT REQUEST NO. 1 6. EMPLOYER IDENTIFICATION NUMBER 82-60000223 7. RECIPIENT'S ACCOUNT NUMBER OR IDENTIFYING NUMBER DOT-FA09NM-0105 8 PERIOD COVERED BY THIS REQUEST FROM (Month, day, year) TO (Month, day, year) December 1, 2013 July 31, 2014 9. RECIPIENT ORGANIZATION Name: City of McCall No. and Street: 216 East Park Street City, State and McCall, ID 83638 ZIP Code: 10. PAYEE (Where check is to be sent d different from item 9) Name: No. and Street: City, State and ZIP Code: 11. STATUS OF FUNDS CLASSIFICATION PROGRAMS — FUNCTIONS -- ACTIVITIES (a) (b) This Period (c) Previous Period TOTAL a. Administrative Expense $ 765.98 b. Preliminary Expense 0.00 c. Land, structures, right-of-way 0.00 d. Architectural engineering basic fees 29,062.76 e. Other architectural engineering fees 0.00 f. Project inspection fees 10,972.15 g. Land development 0.00 h. Relocation expense 0.00 i. Relocation payments to individuals and businesses 0.00 j. Demolition and removal 0.00 k. Construction and project improvement cost 0.00 I. Equipment 0.00 m. Miscellaneous cost 0.00 n. Total cumulative to date (Sum of lines a through m) 40,800.89 o. Deductions for program income 0.00 p. Net cumulative to date (Line n minus Line o) 40,800.89 q. Federal share to date 36,720.00 r. Rehabilitation grants (100% reimbursement) 0.00 s. Total Federal share (Sum of Lines q and r) 36,720.00 t. Federal payments previously requested 0.00 u. Amount requested for reimbursement $ $ $ $ 36,720.00 v. Percent of project completed % % % 18% 12. CERTIFICATION I certify that to the best of my knowledge and belief the billed costs of disbursements are in accordance with the terms of the project and that the reimbursement represents the Federal share due which has not been previously requested and that an inspection has been performed and all work is in accordance with the terms of the grant. a. RECIPIENT SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL DATE REPORT SUBMITTED TYPED OR PRINTED NAME OR TITLE b. REPRESENTATIVE CERTIFYING TO LINE 11 V SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL TYPED OR PRINTED NAME OR TITLE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION USABLE 271.103 STANDARD FORM 271 (Rev. 7-97) Prescribed by OMB Circular A-102 and A-110 Invoice McCall Municipal Airport 216 E. Park St. McCall, ID 83638 July 03, 2014 Invoice No: T-0 ENGINEERS 140004 - 2569 Project 140004 McCall Municipal Airport - Beacon Replacement & Pavement Rehabilitation Professional Services from June 01, 2014 to June 30.2014 Lump Sum Fees Billing Phase Lump Sum Fees Total Fee Professional Personnel Percent Previous Fee Current Fee Fee Complete Earned Billing Billing 32,905.00 87.00 28,768.84 27,577.68 1,191.16 32,905.00 28,768.84 27,577.68 1,191.16 Total Lump Sum Fees 1,191.16 Hours Rate Amount Bissell, Kevin 26.00 125.00 3,250.00 Totals 26.00 3,250.00 Total Labor 3,250.00 Reimbursable Expenses Travel - Fuel 78.68 Travel - Meals 5.44 Travel - Vehicle 87.41 Postage 7.70 Total Reimbursable 179.23 179.23 Expenses Total this Invoice $4,620.39 All account balances not paid In full on or before the last day off the month of the first billing shall bear interest at the rate of twenty-one (21) percent (%) per annum compounded monthly from the first day of the month following until paid in full. Any payments received shall be credited first to accrued interest and then to principal. All costs or fees incurred to collect overdue account balances shall be added to the principal portion of the account balance. Approved: Kevin Bissell Date: 9777 Chinden Boulevard Boise, ID 83714 Phone (208) 323-2288 Pax (208) 323-2399 info@to-engineers.com to-engineers.com Aviation I Transportation I Land Development I Municipal I Water Resources I Surveying INVOICE DETAIL Nathan Coyle City of McCall 216 East Park Street McCall, ID 83638 Re: McCall Municipal Airport - Rehabilitate Airport Pavements/Replace Rotating Beacon & Tower July 3, 2014 Job No. 140004 PROFESSIONAL SERVICES CHARGE CREDIT BALANCE 1.0 Professional Services: (Phases 1.0, 2.0, 3.0, 4.0) Lump Sum Design Fee Progress Billing June 1 through June 30, 2014 (87.43%) Total Item 1.0: 2.0 Professional Services (Phase 5.0, 6.0, 7.0 and 8.0) 2.1 Bidding and Award Services: (Phase 5.0) Project Manager 26.0 hrs @ $125.00 2.2 Construction Services: (Phase 6.0) No Charges This Period 2.3 Operational/Closeout: (Phase 7.0) No Charges This Period 2A Additional Services: (Phase 8.0) 2.4.1 AIP Grant Administration No Charges This Period 2.4.2 FAA Environmental Coordination/Cat Ex No Charges This Period Total Item 2.0: $1,191.16 $3,250.00 $1,191.16 $3,250.00 (1 of 2) INVOICE DETAIL Nathan Coyle City of McCall 216 East Park Street McCall, ID 83638 Re: McCall Municipal Airport - Rehabilitate Airport Pavements/Replace Rotating Beacon & Tower July 3, 2014 Job No. 140004 PROFESSIONAL SERVICES CHARGE CREDIT BALANCE 3.0 Subconsultant Services: (Contract Phases 5.0 through 8.0) No Charges This Period Total Item 3.0: $0.00 4.0 Reimbursable Expenses: 4.1 Phases 1.0 - 4.0 Vehicle Travel $0.00 Lodging $0.00 Meals $0.00 GADD Hours hrs @ $5.00 $0.00 Survey Equipment $0.00 Document Printing $0.00 Telephone, Postage $0.00 42 Phases 5.0 - 8.0 Vehicle Travel $166.09 Lodging $0.00 Per Diem/Meals $5.44 CADD Hours hrs @ $5.00 $0.00 Document Printing $0.00 Postage $7.70 Shipping (FedEx) $0.00 Misc Supplies $0.00 Total Item 4.0: $179.23 TOTAL $4,620.39 (2 of 2) McCALL MUNICIPAL AIRPORT - REHABILITATE AIRPORT PAVEMENTS/REPLACE BEACON & TOWER AIP 3-16-0023-021 SUMMARY OF T-0 ENGINEERS INVOICED FEES TO DATE FOR JOB NO. 140004 SECTION 1.1 PLANNING & DESIGN SECTION 1.2 BIDDING & CONSTRUCTION (* ADDITIONAL SERVICES) INVOICE DATE INVOICE AMOUNT T.O. HOURLY SUB- CONTRACT REIMB. T.O. HOURLY SUB - CONTRACT REIMB. 12-Jun-14 $ 34,187.02 $ 27,577.68 $ - $ 128.92 $ 5,737.50 $ 742.92 03-Jul-14 $ 4,620.39 $ 1,191.16 $ - $ - $ 3,250.00 $ - $ 179.23 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTALS: $ 38,807.41 $ 28,768.84 $ - $ 128.92 $ 8,987.50 $ - $ 922.15 Budget $ 67,873.00 $ 32,905.00 $ Remaining $ 29,065.59 $ 4,136.16 $ $ 538.00 $ 31,790.00 $ - $ 2,640.00 $ 409.08 $ 22,802.50 $ - $ 1,717.85