HomeMy WebLinkAboutElizabeth Field Airport Proj No. 3-36-0029-17-09 Runway repairsRESOLUTION 2009-674
ADOPTED
DOC ID: 5201
THIS 1S TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2009-674 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
AUGUST 5, 2009:
RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs
Supervisor Scott A. Russell to execute the Grant Agreement between the Town of Southold
and the Federal Aviation Administration in connection with construction services for
Project No. 3-36-0029-17-09 for runway crack repairs and sealinl~ proiect at Elizabeth
Field Airport~ Fishers Island~ New York, subject to the approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUSI
MOVER: William Ruland, Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell
U. S. Department
of Transportation
Federal Aviation
Administration
GRANT AGREEMENT
ORIGINAL
Date of Offer 7/22/2009
3-36-0029-'17-09
Project Number
The Town of Southhold
RECIPIENT:
AIRPORT:
Elizabeth Field Airport, Fishers Island
.(Herein called Sponsor)
OFFER
THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay,
as the United States' share of 95 percent of the allowable costs incurred in accomplishing the proiect consisting of the following:
Rehabilitate Runways 12-20 (2,345 L,F. x 100 L.F,) and 7-25 (1,802 LF. x 75 LF,) - Crack Repairs and Sealing - Construction Only
See Attached Spec/a/Conditions
as more particularly described in the Project Application dated 4/22/09
$176,700
The maximum obligation of the United States payable under this Offer shall be
For the purpose of any future grant amendments which may increase the foregoing maximum obligation of the United States under provisions of
Section 47108(b) of Title 49 U.S.C., the following amounts are being specified for this purpose:
$176,700 for airport development,
for land, and
.for planning.
This offer is made in accordance with and for the purpose of carrying out the provisions of Title 49, United States Code, herein called Title
49 U.S.C. Acceptance and execution of this offershall comprise a Grant Agreement, as provided by Title 49 U.S.C., constituting the
contractual obligations and dghts of the United States and the Sponsor.
UNITED STATES OF AMERICA
FEDERAL AVIATION ADMINISTRATION
Manager
Airports District Office
Special Conditions
1. The Exhibit "A" set forth in Project Application dated 4/22/09, for AlP
Project No. 3-36-0029-17-09, is incorporated heroin by roference
and made a part heroof.
2. It is understood and agroed by and between the parties heroto that the
Sponsor shall submit an Executed Engineering Agreement for Construction
Supervision for the professional services necessary to accomplish this
project. The procurement of such professional services shall be
accomplished in accordance with 49 CFR Part 18.
The sponsor agrees to perform the following:
1. Furnish a construction management program to FAA prior to the
start of construction which shall detail the measures and procedures to
be used to comply with the quality control provisions of the construction
contract, including, but not limited to, all quality control provisions and
tests roquired by the Federal specifications. The program shall include
as a minimum:
a. The name of the person roprosenting the sponsor who has overall
rosponsibility for contract administration for the project and the authority
to take necessary actions to comply with the contract.
b. Names of testing laboratories and consulting engineer firms with
quality control responsibilities on the project, together with a description
of the services to be provided.
c. Procedures for determining that testing laboratories meet the
requirements of the American Society of Testing and Materials
standards on laboratory evaluation, referenced in the contract
specifications (D3666, C1077).
d. Qualifications of engineering supervision and construction personnel.
e. A listing of all tests roquirod by the contract specifications, including
the type and froquency of tests to be taken, the method of sampling, the
applicable test standard, and the acceptance criteria or tolerances
permitted for each type of test.
f. Proceduros for ensuring that the tests are taken in accordance with
the program, that they are documented daily, that the proper corrective
actions, where necessary, are undertaken.
2. Submit at completion of the project, a final test and quality control
report documenting the results of all tests performed, highlighting those
tests that failed or did not meet the applicable test standard. The report
shall include the pay reductions applied and reasons for accepting any
out-of-tolerance material. An interim test and quality control report shall
be submitted, if requested by the FAA.
3. Failure to provide a complete report as described in paragraph 2,
or failure to perform such tests, shall, absent any compelling justification,
result in a reduction in Federal participation for costs incurred in
connection with construction of the applicable pavement. Such
shall be at the discretion of the FAA and will be based on the type or
types of required tests not performed or not documented and will be
commensurate with the proportion of applicable pavement with respect to
the total pavement constructed under the grant agreement.
4. The FAA, at its discretion, reserves the right to conduct
independent tests and to reduce grant payments accordingly if such
independent tests determine that sponsor tests results are inaccurate.
4. For a project to replace or reconstruct pavement at the airport, the
sponsor shall implement an effective airport pavement maintenance
management program as required by ^irport Sponsor Assurance Number
11. The sponsor shall use such program for the useful life of any
pavement constructed, reconstructed, or repaired with Federal financial
assistance at the airport. As a minimum, the program must conform with
the provisions in the following outline entitled "Pavement Maintenance
Management Program."
"Pavement Maintenance Management Program"
An effective pavement maintenance management program is one that
details the procedures to be followed to assure that proper pavement
maintenance, both preventive and repair, is performed. An airport
sponsor may use any form of inspection program it deems appropriate.
The program must, as a minimum, include the following:
1. Pavement Inventory. The following must be depicted in an
appropriate form and level of detail:
Location of all runways, taxiways and aprons
Dimension
Type of pavement
Year of construction or most recent major rehabilitation
For compliance with the Airport Improvement Program assurances,
pavements that have been constructed, reconstructed, or repaired with
Federal financial assistance shall be so depicted.
2. Inspection Schedule
a. Detailed Inspection. A detailed inspection must be performed at
least once a year. If a history of recorded pavement deterioration is
available, i.e. Pavement Condition Index (PCI) survey as set forth in
Advisory Circular 150/5380-6, Guidelines and Procedures for
Maintenance of Airport Pavements, the frequency of inspections may be
extended to three years.
b. Drive-by Inspection. A drive-by inspection must be performed a
minimum of once per month to detect unexpected changes in the
pavement condition.
3. Record Keeping. Complete information on the findings of all detailed
inspections and on the maintenance performed must be recorded and
kept on file for a minimum of five years. The types of distress, their
locations, and remedial action, scheduled or performed, must be
documented. The minimum information to be recorded is listed below.
a. inspection date
b. location
c. distress types
d. maintenance scheduled or performed
For drive-by inspections, the date of inspection and any maintenance
performed must be recorded.
4. Information Retrieval. An airport sponsor may use any form of record
keeping it deems appropriate, so long as the information and records
produced by the pavement survey can be retrieved to provide a report to
the FAA as may be required.
5. Reference. Refer to Advisory Circular 150/5380-6, Guidelines and
Procedures for Maintenance of ^irport Pavements, for specific guidelines
and procedures for maintaining airport pavements and establishing an
effective maintenance program. Specific types of distress, their probable
4
causes, inspection guidelines, and recommended methods of repair are presented.
5. Trafficking In Persons
at
Provisions applicable to a recipient that is a private
entity.
You as the recipient, your employees, sub recipients
under this award, and sub recipient's employees may
not--
Engage in severe forms of trafficking in
persons during the period of time that the
award is in effect;
ii.
Procure a commercial sex act during the period
of time that the award is in effect; or
o
iii. Use forced labor in the performance of the
award or sub awards under the award.
We as the Federal awarding agency may unilaterally
terminate this award, without penalty, if you or a
recipient that is a private entity--
Is determined to have violated a prohibition
in paragraph a.1 of this award term; or
ii.
Has an employee who is determined by the
agency official authorized to terminate the
award to have violated a prohibition in
paragraph a.1 of this award term through
conduct that is either--
A. Associated with performance under this
award; or
Bo
Imputed to you or your sub recipient using
the standards and due process for imputing
the conduct of an individual to an
organization that are provided in 2 CFR
Part 180, "OMB Guidelines to Agencies on
Government wide debarment and Suspension
(Nonprocurement)," as implemented by our
agency at 49 CFR Part 29.
Provision applicable to a recipient other than a private
entity. We as the Federal awarding agency may unilaterally
terminate this award, without penalty, if a sub recipient
that is a private entity--
1. Is determined to have violated an applicable
prohibition in paragraph a.1 of this award term; or
2. Has an employee who is determined by the agency
official authorized to terminate the award to have
violated an applicable prohibition in paragraph a.1
of this award term through conduct that is either--
Associated with the performance under this
award; or
ii.
Imputed to the sub recipient using the
standards and due process for imputing the
conduct of an individual to an organization
that are provided in 2 CFR Partl80, "OMB
Guidelines to Agencies on Government wide
Debarment and Suspension (Nonprocurement)," as
implemented by our agency at 49 CFR Part 29.
c. Provisions applicable to any recipient.
1. You must inform us immediately of any information you
receive from any source alleging a violation of a
prohibition in paragraph a.1 of this award term.
2. Our right to terminate unilaterally that is described
in paragraph a.2 or b of this section:
ii.
Implements section 106(g) of the Trafficking
Victims Protection Act of 2000 (TVPA), as
amended (22 U.S.C 7104(g}, and
Is in addition to all other remedies for
noncompliance that are available to us under
this award.
You must include the requirements of paragraph a.1 of
this award term in any sub award you make to a
private entity.
6
d. Definitions. For purposes of this award term:
1. "Employee" means either:
ii.
An individual employed by you or a sub
recipient who is engaged in the performance of
the project or program under this award; or
Another person engaged in the performance of
the project or program under this award and
not compensated by you including, but not
limited to, a volunteer or individual whose
serviced are contributed by a third party as
an in-kind contribution toward cost sharing or
matching requirements.
2. "Forced Labor" means labor obtained by any of the
following methods: the recruitment, harboring,
transportation, provision, or obtaining of a person
for labor or services, through the use of force,
fraud, or coercion for the purpose of subjection to
involuntary servitude, peonage, debt, bondage or
slavery.
3. "Private Entity":
i. Means any entity other than a State, local
government, Indian tribe, or foreign public
entity, as those terms are defined in 2 CFR
175.25.
ii. Includes:
A. A nonprofit organization, including any
nonprofit institution of higher
education, hospital, or tribal
organization other than one included in
the definition of Indian tribe at 2 CFR
175.25(b).
B. A for-profit organization.
"Severe forms of trafficking in persons," "commercial
sex act," and "coercion" have the meanings given at
section 103 of the TVPA, as amended (22 U.S.C. 7102).
FIScl709
ACCEPTANCE
The Sponsor agrees to accomplish the project in compliance with the terms and conditions contained herein and in
the document "Master Agreement on Terms and Conditions of Accepting Airport Improvement Program Grants" dated
5/26/2006.
Title
, The Town of Southhold ,~
Name of Spons~,,~/~_.,~~
Signature of Sp~'nsor's~ Designated Official Representative
~tie ~-
CERTIFICATE OF SPONSOR'S ATTORNEY
I, .~C)(-~' ./~_. ~ (/"E , acting as Attorney for the Sponsor do hereby certify: That
in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of
' "'- '~ ?'e..(. [/~.._ . Further, I have examined the foregoing Grant Agreement, and
the a~tions taken by said Sponsor relating thereto, and find that the acceptance thereof by saidSponsor and
Sponsor's o~cial representative has been duly authorized and that the execution thereof is in all respects due and
proper and in accordance with the laws of the said State and Title 49 U.S.C. In addition, for grants involving projects
to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full
performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding
o~accordance with the terms thereof.
Signature of Sponsl~)S Attorney Date
DEPARTMENT Of TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
PART III - BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
t. Federal Domestic Assistance Catalog No ............. 20-106
2. Functional or Other Breakout ...................... 3-36-0029-17-09
SECTION B - CALCULATION OF FEDERAL GRANT
Use only for revisions
Latest Approve~ Aajustme nt ~equ~rea
Amount + or
1. Administrative expense $ $ $ $1,052.oo
2. Preliminary expense $o
3. Land, structures, right-of-way $0.00
4. Architectural engineering basic fees $0.oo
5. Other architectural engineering fees $o.o0
6. Project inspection fees $45,900.00
7. Land development $o
8. Relocation expenses $o.oo
9. Relocation payments to individuals and businesses $o
10. Demolition and removal $o.oo
tt. Construction and project improvement $139,o48.oo
t2. Equipment $o.oo
13. Miscellaneous $o.oo
14. Total (Lines 1 through 13) $186,ooo.oo
15. Estimated Income (if applicable) $o
16. Net ProjectAmount(Line 14 minus t5) $186,ooo.oo
17. Less: Ineligible exclusions $0
18. Add: Contingencies $o
19. Total ProjectAmt. (Excluding rehabilitation grants) $186,ooo.oo
20. Federal share requested on Line t9 I $176,7oo.oo
21. Add: Rehabilitation grants requested (100 percent) $o
22. Total Federal grant requested 95% $176,700.0o
23. Grantee share 2.5% $4,650.00
24. Other shares 2.5 % $4,650.00
25. Total Project (Lines 22, 23, and 24) $ $ $ $186,ooo.oo
FAA Form 5100-100
Page 9
DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATIO~
SECTION C - EXCLUSIONS
Ineligible for Excluded from
Classification Participation Contingency Provision
26. (1) (2)
a. $ $
b.
C.
d.
e.
f.
g. Totals $ $
SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
27. Grantee Share $ $4,650.00
a. Securities 0
b. Mortgages 0
c. Appropriations (by applicant) 0
d. Bonds 0
e. Tax Levies 0
f. Non Cash 0
g. Other (Expla in) 0
h. TOTAL - Grantee Share $4,65o.00
28. Other Shares
a. State $4,650.00
b. Other 0
c. Total Other Shares $4,650.00
29. TOTAL $ $9,300.00
SECTION E - REMARKS
FAA Form 5100-100 Page 10