Loading...
HomeMy WebLinkAboutRES 86-335 R E S O L U T I O N WHEREAS, on October 13, 1986, bids were received for agricultural activity and grounds/facility maintenance at Beaumont Municipal Airport; and, WHEREAS, Edward E. Clark Construction submitted a bid in the amount of $48,552 for grounds/facility maintenance only; and, WHEREAS, the City Council is of the opinion that the bid submitted by Edward E. Clark for grounds/facility maintenance is the lowest and best bid meeting specifications and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the bid of Edward E . Clark in the amount of $48,552 for grounds/facility maintenance at Beaumont Municipal Airport be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the day of � '-z�� 2/ 1986. Mayor - BEAUMONT MUNICIPAL AIRPORT AGRICULTURAL ACTIVITY AND/OR GROUNDS/FACILITY MAINTENANCE AGREEMENT THE STATF, OF TEXAS COUNTY OF JEFFF.R.SON RIRRFAS, the City of Beaumont desires to obtain services for grounds and facilitie's maintenance at Beaumont Municipal Airport; and WIIFRRAS, safe, economical, and effective services are desired for promotion of Reaumont Municipal Airport, along with a pleasant appearance, and provision of a coordinated and responsive maintenance program; TIIF.REFORE, KNOW ALL MEN BY TIIFSE PRESENTS: 1.0 This service agreement is made and entered into this day of , 19 , by and between the City of Beaumont, as owner and operator of Beaumont Municipal Airport, hereinafter known as City, and , hereinafter known as Contractor. 2.0 DFFTPIITIONS: The following definitions of terms are hereby agreed upon: "Airport" or "Beaumont Municipal Airport" shall mean the Beaumont Municipal Airport as indicated in Exhibit B. "City Manager" shall mean the City Manager of the City of Beaumont, or the designated representative. "Debris" shall mean litter, trash,--garbage, fragments, remains, ruins, rubble, or loose materials of any nature which my. detract from the appearance, safety, or use of the airport. "Director". or "Director of Transportation" shall mean the Director of Transportation- of the City of Beaumont, or the designated representative. "Fixe-d Rage Operator" or "FBO" shall mean an operator providing fuel, aircraft, maintenance, and repair, and other airport-related services at R-aumont Municipal Airport, through a written agreement with the ri ty of RQAUmont. "Lands,-Apjnq" 9h,111 mean material such an, but not limited to, grass, Exhibit A grmind covers, shrubs, vines, hedge90 trees or palms, and non-living durable material commonly used in landscaping, such as, but not limited to, rocks, pebbles, sand, walls or fences, but excluding raving. "Vending" shall mean the areas specified in Exhibit F Where coffee, soft drinks and snacks are provided through coin-operated machines; and limited to the vending area. 'Minority Business Enterprise" or •MBE" shall mean a business in which (a) at least 51 percent is arced by minority group members or, In the case of a corporation, at least 51 percent of the stock is arced by minority grasp members: and (b) the management and daily bisinP9s operations are controlled by one or more such individuals. For purposes of the preceding sentence, minority group members include Black Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, Asian-Indian Americans, Women, and handicapped individuals. The City of Beaumont's MBE policies, procedures, and definitions, as amended from time to time, shall apply to the provisions of this contract. "Working nays" shall mean Monday through Friday, excluding City holidays. 3.0 INSPE(-IrIoN: The City shall have full right of inspection of any facilities, areas, or equipment at the airport. Such inspections may he related to, but are not limited to, verification of work or conditions, safety, damages, or operational interests. 4.0 ENTIRE ACREEMF.NT: This agreement shall constitute the entire understanding of the parties hereto with respect to the subject matter hereof, and no amendment, modification, or alteration of the terms hereof shall be binding unless the same be in writing, dated r+nbsequent to the date hereof, and duly executed by the parties hereto. 5.0 WrICFS: All notices provided to be given under this agreement shall 'he by hand delivery or addressed to the proper party at the following address: / CITY QDNTRACTOR (\ nirPctor of Transportation VO nnx 1n27 Ppimm�nt, TX 77704 6.o INnEMITTy: Contractor agrees and covenants to indemnify and hold the City harmless against any claims, demands, damages, costs, and expenses, including reasonable attorney's fees for the defense thereof, arising from the conduct or management of contractor's hisin-ss or his use of or activities at the airport, or from any negligent act or omission by contractor, his agents, servants, employees, subcontractors, guests, or invitees, on or about the leas-d premises aril specifically Includes negligence by the City. In the event that any action or proceeding is brought against the City by reason of any of the above, contractor further agrees and covenants to defend the action or proceeding by legal counsel acceptable to the City. 7.0 INSURANCE: The contractor shall at all times during the contract maintain in full force and effect insurance as provided herein. The City shall retain the right to waive any insurance requirements or limits. A certificate of insurance, or a copy of the insurance policies, shall he furnished to the City and shall provide that the City shall receive thirty (30) days prior written notice before any o ci�an q_ or cancellation of any policy. 7.1 Comprehensive Public Liability and Property Damage, including Contractual Liability: Bodily Injury (each accident): $300,000 Property Damage (each accident): $100,000 7.2 Statutory Worker's Compensation 7.3 Should any insurance required by this contract lapse, the contractor shall immediately cease all operations at the airport as of the time and date of such lapse, and shall not resume any operations until authorized in Writing by the City. If the lapse period extends fifteen (15) days, the contract Shall automatically terminate and the contractor shall be in breach of this contract. 7.4 Should the City of Beaumont receive notices of insurance cancellation three or more times within any twenty-four month r Period, the City may cancel this contract. f3.0 CYx1PLIANCF WITH RIFLES ANn RMULATIOrIS: The contractor shall comply with all riles and regulations of tha Federal Aviation Administration arnl th.• laws of the United States of America, the State of Texas, and �3 all laws, regulations and ordinances of the City of Beaumont as they F now exist or may hereafter be enacted or amended. [` 9.0 NATI(WAL EMERGENCY: The City reserves the right during the time of war or national emergency to lease the landing area or any part of the airport to the United States Government for military purposes or any such use provided that if any such lease is executed, provisions of this agreement shall be suspended insofar as they are inconsistent with the provisions of the lease to the United States Government. 10.0 SUBLEASES: The contractor may not sublease or assign any portion of this agreement or any of the premises leased to contractor to any other person, firm, or corporation without the prior consent, in writing, of the City. 11.0 SALE. OF INTEREST: The Contractor may not sell or assign all or part interest in activities of the Airport to another party or parties without written approval of the City of such sale or assignment. The City may require any records or financial statements necessary in its opinion to insure such sale or assignment will be in the best interest of the City. 12.0 QIPORDINATION: This agreement shall be subordinate to and subject to the provisions of any existing or future agreement between the City and the United States relative to the operation or maintenance of the airport, the execution of which has been or may be required as a condition precedent to the expenditure of federal funds for the development of the airport. 13.0 P)ONDISCRIMINATIOPI: The Contractor, in the operations to be conducted pursuant to the provisions of this agreement and otherwise, shall not discriminate Against any person or grasp of persons in any manner prohibited by Part 15 of the Federal Aviation Regulations or any anwndments thereto. The Contractor for himself, his heirs, personal representatives, successors, and assigns, does hereby covenant and agrPa to maintain and operate all facilities and services authorized M rPnn.ier. in compliance with all tl>P requirements imposed pursuant to Titlf- 40, r'olle of Federal Regulations, Department of Transportation, l Gnhtitle A, Office of the Secretary, Part 21, Nondiscrimination of (` F-rinrally-Assisted Programs of the- Department of Transportation, effnr-tuatinn of Title 6 of the Civil Rights Act of 1964, City of ID Beaumont Minority Busit►PSs Enterprise Program as outlined in the Minority Business Utilization Commitment (Attachment 1), and as said requlations may be amended. In the event of breach of any of the above nondiscrimination covenants, City shall have the right to terminate this agreement and to re-enter and repossess said land and the facilities thereon, and to hold the same as if this agreement had never been made or issued. The Contractor, for himself, his personal representatives, successors in interest, and assigns does hereby covenant and agree that (1) no person on the groundi of race, sex, color, or national origin, shall be excluded from participation, dented the benefits of or be otherwise subjected to discrimination in the use of said facilities; (2) that in the construction of any improvemMnts on, over and under such land and the furnishing of services thereon, no person on the grounds of race, sex, color, or national origin shall be excluded from participation in, or denied the h-nefits of such improvements or services, or otherwise be subjected to discrimination; and (3) that Contractor shall use the premis-s in compliance with all•other requirements imposed by or plirsivint to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted Programs of the Department of Transportation, effectuation of Title vI of the Civil Rights Act of 1964, and as said regulations may be amended. In the event of breach of the above nondiscrimination covenants herein, City shall have the right to terminate this agreement, and to re-enter and to repossess said premises and facilities, and hold the same as if this agreement had novor been made or issued. 13.1 The Contractor in exercising any of the rights or privileges herein granted to it shall not on the grounds of race, color, or national origin discriminate or permit discrimination against any person or group of persons in any manner prohibited by Part 21 of the Regulations of the Secretary of Transportation. The Contractor is hereby granted the right to take such action, anything to the contrary herein [�. notwithstanding, as the United States may direct to enforce this nondiscrimination covenant. /// 13.2 The Contractor assures that it will undertake an affirmative 6 action program as required by 14 CFR Part 152, Subpart E, to \` insure that no parson shall on the grounds of race, creed, color, national origin, or sex be excluded from participating in any employment activities covered in 14 CFR Part 152, Subpart E. The Contractor assures that .no person shall be excluded on these grounds from participating in or receiving the services or benefits of any program or activity covered by this subpart. The Contractor assures that it will require that its covered suborganizations provide assurances to the Contractor that they similarly will undertake affirmative action program and that they will require assurances from their suborganizations, as required by 14 CFR Part 152, Subpart F„ to the same effect. 14.0 ATTnIT AND FINANCIAL REG(TLATIONS: The City shall have the right through its agents and employees to audit and examine at all reasonable times, the Contractor's books and financial and operational records which may be reasonably required by the City in order to enforce the termer of this agreement or to evaluate the Contractor's performance thereof. Financial records will be maintained with such adequacy so as to allow identification of the source of all revenue related to this contract. 15.0 CO-PARTNF,RSHIP DISCLAIMER: It is mutually understood and agreed that nothing in this agreement is intended or shall be construed as in any way creating or establishing the relationship of partners or co-partners between the parties hereto, or as constituting the Contractor as an agent or representative of the City for any purposes or in any manner whatsoever. 16.0 SALT nF ALCY)HOLIC BF,VERA(,ES: It is specifically agreed by the parties hereto that the sale of beer, wine, and other liquors is prohibited on said premises without the prior written consent of the City Manager. 17.0 G)"STRIK'PION OR AI,TFRATIr)N OF PRFMISFS: The Contractor may not erect, place, alter, or remove any buildings, coverer, signs, slabs, dTiVPwa y•q , roads, or facilities of any nature on the airport premises withcnt the prior written consent of the Director of Transportation, except as necessary for fulfilling normal obligations of this agreement. Such facilities shall become the property of the City of Reaumont upon termination or expiration of this agreement. 18.0 TERM: The term of this lease shall he five (5) years, beginning 1 19 unless terminated sooner as herein provided. After completion of the initial contract term, the contract may be renewed on an annual basis, when done so at least one month prior to termination of the existing agreement. Such extensions imist he in writing by both parties and may not extend more than three (3) years beyond the initial five (5) year term. 19.0 TERMIMATICV: 19.1 The City, besides all other rights or remedies it may have, shall have the right to terminate this agreement upon fifteen (15) days written notice from the Director of Transportation or City Manager to Contractor of its election to do so, and shall have the right of re-entry and may remove all persons and property from the premises and may store such property at a public warehouse or elsewhere at the expense of, and for the account of the Contractor, if the Contractor abandons the premises or breaches this agreement, including the following. 19.1.1 By failing to pay insurance premiums, liens, claims, or other charges. 19.1.2 By failing to pay any payments due the City, State or Federal Government from the Contractor or its principals, including, but not limited to, payments identified in this agreement or any taxes, fees, assessments, or liens. 19.1.3 BY assigning or subletting the leased premises without written consent of the City. 19.1.4 On the institution of voluntary or involuntary bankruptcy proceedings against the Contractor. 19.1.5 Fly death of the Contractor, or dissolution of the Contracting firm or business. 19.1.6 Ry violation of an ' y provision of the agreement identified as a covenant on the part of the Contractor. 19.1.7 By the abandonment of the premises or any portion ' thereof and discontinuance of the Contractor's operations, or any portion thereof. Should this occur, the City shall not be responsible for the custodial protection of merchandise, fixtures, or equipment abandoned, even though it is necessary for the City to remove the same from the airport for storage or disposal. 19.1.8 In the event of the need for the airport by the City for purposes of national defense. 19.1.9 In the event of need for the premises by the City for any other municipal purpose. 19.1.10 In the event the airport is no longer operated as an aeronautical facility. 19.2 The Contractor, besides all other rights or remedies it may have, shall have the right to terminate this agreement upon fifteen (15) days written notice of its election to do so if the City breaches this agreement, including failure to pay the Contractor amounts due under terms of this agreement after the expiration of a thirty (30) day period following notice of Myrrpnt due is qiven by the Contractor. 20.0 RMITS AFTER TERMINATION: In the event of termination for default for unsatisfactory performance by the Contractor, the City shall have the right (unless otherwise specified in the termination notice), at once and without further notice to the Contractor or surety, to enter and take possession of vehicles, equipment, supplies, or any premises occupied by the Contractor, by force or otherwise, and expel, oust and remove any and all parties who occupy any portion of the premises of the airport covered by this agreement, and any and all goods and chattels belonging to the Contractor or his associates which may be foun,I in or upon same without being liable for prosecution or to any C.lAim for darwiges therefore. Upon such termination by the City, all rights, powers and privileges of the Contractor shall cease, and the Contractor shall immediately vacate any and all space occupied by the Contractor under this Aqr--went, And shall make no claim of any kind whatao-ver against the City, its Agents or representatives by reason of such termination, or any act inctdpnt thereto. 21.0 WAIVERS: No waiver by either party of a breach by the other shall be construed or held to be a waiver by such party of any succeeding or prncedinq hroAch by the other party of the same or any covenant, condition, or restriction herein contained. 22.0 M)DIFICATIONS: Where changes to activities or areas included in this contract are made, payments shall be adjusted in a pro rata manner. All modifications must he Trade in writing. The City shall have the right to require modifications in scope of work. 23.0 OONTRACTOR INSPECTION: The Contractor acknowledges its responsibility for inspecting of the airport prior to bidding and to Inform itself regarding local conditions. 24.0 C()frMACPOR PROVISION OF LMOR, ETC.: Unless otherwise- specifically indicated, the Contractor shall furnish all services, supplies, and equipment necessary to perform all activities and covenants of this agreement. The City shall pay for related electricity coats, except for irrigation purposes, directly to the utility company; however, the Contractor shall assist in efforts for energy conservation. 25.0 CONDITIONS BEYOND CONTROL: Neither the City nor the Contractor shall he required to perform any term, condition, or covenant of this agrearn-nt so long as performance is delayed or prevented by force ma cure, which shall mean acts of God, drought, floods, material or labor restrictions by any governmental authority, and any other cause not reasonably within the control of either party in which, by the exercise of due diligence, the City or Contractor is unable or in, party, to prevent or overcome. 26.0 The Exhibits attached hereto are hereby made a part of this agreement. EXECIJTEO in duplicate originals this the day of . 19 CITY OF nFAIMUT: ATTEST: By: City Managor City Clerk . CONTRA�_'[r�R ATTEST: FXTTIT3IT C PROVISIONS FOR AIRPORT GROUNDS/FACILITY MAINTENANCE C.1 GPI SS CUTTING: The Contractor shall maintain grass heights in airport areas as indicated in Exhibit D. It shall he the responsibility of the Contractor to assure that grass heights do not exceed those Indicated in Exhibit D, and is maintained on airport property and to the edge of the Keith Road pavement, including all ditches on or surrounding airport property, except as provided for herein. C.2 MFMiOD: The Contractor may not kill grass or any other plant life without specific written approval from the Director of Transportation. It is not intended that the maximum grass heights be maintained through killing of all plant life. Maximum grass heights may be maintained through mowing or in conjunction with chemical spraying. C.3 CULTIVATION: The Contractor shall only be required to cultivate plant growth in the indicated areas in Exhibit D. Such cultivation shall be performed as necessary to maintain plant life and a pleasing aprv-arance through watering, fertilizing, weeding, acid other measures an necessary. All lawn areas shall be mowed weekly during the growing saason 1 3/4" to 2" heights. All clippings on turf area shall be removed. Lawn perimeters along walks, curbs, parking lots and gutters are to be edged to maintain a crisp, clean appearance. Clean up will Include removing grass clippings from walks, curbs and pavings. Grass around signs, fence lines, trees, poles and other obstacles shall be removed by monofilament trimming. The City shall furnish necessary water for these areas. The Contractor shall be responsible for all other equipment, materials, and supplies for such cultivation. C.4 0IF711CALS: Any chemicals to be used for any purpose of fertilization, killing, or reducing the growth of plants, or for insect or pest control may not be used without the specific written approval of the Dir-ctor of Transportation. It shall he the responsibility of the Contractor to use or apply all chemicals with due care and according to unnifacturer's specifications and any applicable laws. C.5 LAN IISCAPINr,; Landscaped areas near the main terminal buildinq of the airport shall he maintained in a neat and pleasant appearance. Shrub hedges, qround covers and vines shall be pruned according to recmmfw-nd-d horticultural practices. Weed and grass control in beds shall include hand pulling and cultivating to maintain a loose, aerated top layer. Bed edges are to be kept clean and well defined. Replacement of any landscaping shall be at the expense of the Contractor. The City reserves the right to install additional landscaping at the airport at its own expense, with maintenance to be the responsibility of the Contractor. C.6 PEST CONTROL: The Contractor shall provide all necessary labor, equipment, supplies, and services for control of insects, rodents, and other pests in all areas of the airport generally used by the public or in areas necessary for safe and effective use of the airport. The Intent is to provide a safe and pleasing environment for use by the ..public. Areas include, but are not limited to, builJings, lights, ultralight areas, taxiways, aprons, runways, parking areas, recreation ar°as, T-hangars, and other public areas or airport facilities. C.7 S%gP9PIPK,: The Contractor shall provide sweeping to keep all paved areas reasonably free of debris. All walks shall be swept weekly and debris relBflved from the RitP.. Paved areas inside hangars are not incRopa. Particular attention shall be given to runways and taxiways due to the increased potential of property damage in such areas. Sweeping shall be provided at least once each three months. C.9 DERRIS: It shall be the responsibility of the Contractor to keep the airport reasonably free of debris, including any necessary hauling to appropriate disposal sites, such as the municipal landfill. C'9 LIMM: The contractor shall sterilize and cover with an aggregate, an area at least five feet in diameter around each runway and taxiway light in order to prevent vegetation growth. It shall he the rosponsihility of the Contractor to maintain and repair airport runway lights, beacon lights, and other lighting facilities at the airport. The city of T'-Aljmnt shall maintain the lighting for the driveways, T aircraft and automobile parking area. C.1N (IMi-MMAL SRRVICR: The Contractor 91),111 provide olstodial services in the main terminal Minding, includinq, but not limited to cleaning flrs, restroom9, furnishings, and other facilities. Restrooms shall w M cleinPd on a Mily basis as required by their usajc. In addition, disposal of debris and other custodial services shall be performed by the Contractor as necessary to maintain a safe and pleasing environment. Custodial service shall include providing cleaning and other supplies such as soap, toilet paper, hand towels, etc., for operation of the building. Custodial inspections and necessary services shall be performed by the Contractor on Monday through Friday of-Par_h week, excluding City holidays. C.11 FACILITY MAIWENANCE AND REPAIR: The Contractor shall maintain, and repair as necessary, the min terminal building, T-hangars, Wind-T, fence's, wind socks, and other operational, security, or safety features of the airport. Paved areas, such as runways,- taxiways, aprons, parking areas, and driveways, and sidewalks are specifically excluded from structural repair. Pavement markings shall be maintained by the City. C.11.1 Maintenance and repair shall include, but not be limited to, patching of holes; replacement of items such as bulbs, windows, and dispensers;. plumbing maintenance and repair; haating and air conditioner re intin pa ir; 1'a g; repair of doors, walls, tracks, etc.; welding; carpentry; etc., in a full program of maintenance and repair. Only item specifically excluded by this agreement shall not be the Contractor's responsibility. C.11.2 Major repairs shall include items in excess of $500 per event. The City shall pay the excess cast over $500. In such cases, the Contractor shall provide to the City an itemized cost estimate for repair by the Contractor and at least two bids from other contractors. The Contractor may add a ten percent (10%) administrative fee to other contractor bids, should the City accept such a bid. The City shall have the option of accepting the lowest and best bid, performing such work with City forces, or not having the repairs made. should the City Indicate repairs are not to in made, it retains the option of electing to have such repairs m-op at a future date with new bidding. Rid events may not include more than one building or three T-hangars, for one typo of repair, such as structural, plumhinq, Ptc. In such cases, wi-re any maintenance or repair F separate penalty, and penalties may tw deducted from any payments due to the Contractor from the City. The Director of Transportation may waive all or a portion of such penalties on a case-by-case basis as conditions merit. Failure of the Contractor to perform such services after ninety days (90) notice, or failure to pay such penalties after sixty days (60) notice may be considered a breach of contract by the Contractor, at the option of the City. C.19 NOTICE OF HAZARDS: Should any hazard exist at the airport, regardless of the hazard source, the Contractor shall promptly notify the appropriate Air Flight Service and the City of Beaumont as soon as such hazard is noticed or brought to the attention of the Contractor. Notice to the City of Beaumont shall he to the Director of Transportation, or in the director's absence, to the Beaumont Fire or Police DPpartment, as appropriate. All airport FBO's shall also be notified if open: or if not open, immediately upon opening for the FAO's next business day. C.20 STORAGE. AND OFFICE AREAS: The Contractor shall have access to the custodial storage area, and office area, as identified in Exhibit E and hangar storage areas as identified in Exhibit F.for purposes of conducting activities associated with this contract. The Contractor shall he responsible for maintenance of these areas. C.20.1 The Contractor shall arrange for telephone service, including payments for such, on a telephone number and system acceptable to the City of Beaumont. The cost for such services shall be totally borne by the Contractor; however, the contractor shall have no obligation to allow use of the telephone for long distance services. 0.7.0.2 The Contractor shall exercise due and prudent care in storage and use of any hazardous materials, fuels, etc., including security of such. C.20.3 Maintenance and repair of equipment used by the Contractor in the performance of this contract shall be the responsibility of the Contractor. The Contractor shall avoid nnjor ( maintenance and repair activities in public areas and, where l _ practical, shall perform such activities in the identified storage areas or at locations not on the airport. C.21 PAYMENTS: -' C.21.1 The City agrees to pay the Contractor upon invoice, and with any appropriate adjustments as specified herein, as payment for services, the stun of $ per month after services are performed and invoice received. Such payment shall be made within thirty (30) days. The City may require the Contractor to itemize work performed prior to paynent. C.21.2 On the annual anniversary dates of this agre.!nent, the City shall increase the monthly payments by an amount equal to the previous year's rate increased by the percentage increase in the consumer price index nationally for the previous year from May 1st to April 30th. C.21.3 Deductions from payments by the City to the Contractor may include items specified herein, including taxes, costs for damages by the Contractor, or other amounts which may be owed by the contractor to the City. Such deductions shall not be cause for the Contractor to cease or partially cease operations or activities required by this agreement. FXHIBIT B- I , HANGAR STORAGE AREAS 'Facility Maintenance Storage Area Agricultural Lease Storage Area City Storage Area LIN . N s s _ io t n t HANGE_ R 'C I = t . . I ANGER 'A" EB-2 - • �:::�. �:.�� 150 —;....: � •:• •:. V..::::�:= :.:..• .:: :.:�:: p lip 3 5 0' _ tQ�p::: . .:::•::''' — o + f =10E:':. GROUNO"LEASE W LU a MAXIMUM GRASS HEIGHTS Y Q AREA INCHES Z ® TWO FOUR SIX THIRTY SIX _::::4�CAP LEASE I U.S. HIGHWAY 90 BEAUMONT MUNICIPAL AIRPORT f Agricultural / Grounds Maintenance Maximum Grass Heights EXHIBIT D ED WORK ROOM y PILOT'S LOUNGE IFR PASSAGE T z 0 oS OOS NNG d ROOM RD PuBuc LOBBY Q Q ~ L� U tz FLIGHT TRAINING _ � f• I EXHIBIT E - � AIRPORT TERMINAL BLDG. FACILITY MAINTENANCE LEASED AREA ,k FBO LEASED AREA Urbon Tronsportot;on Dept. 8/3/6: