HomeMy WebLinkAboutElizabeth Field AirportRESOLUTION (ID # 6210)
SUBMITTED
DOC ID: 6210
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. (ID # 6210) WAS
SUBMITTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON SEPTEMBER 21, 2010:
RESOLVED that the Town Board of the Town of Southold hereby accepts the Grant Offer
and 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
AlP Project No. 3-36-0029-18-10 for the Runway Crack Repair and Sealing Proiect~ Phase
II {desitn and construction)~ at Elizabeth Field Airport~ Fishers Island, New York~ in the
sum of $214~700, subject to the approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
U. S. Deparb~ent
of Transporfat~n
Federal Avia#on
Administration
GiaNT ^GREEPIENT
Date of Offer
Project Number
RECIPIENT:
AIRPORT:
9/2/201 0
3"36-0029-18-10
TOWN of SOUTHOLD. FISHERS ISLAND.
ELIZABETH FIELD AIRPORT, FISHERS ISLAND, NY
(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 accemplishlog the project consisting of the following:
RUNWAY CRACK REPAIR and SEALING - PHASE II (Design & Construction)
See A~ached Sp~dal Cond~i~ns
8-27-201o
as more padiculady described in the Project Application dated $214,7oo
The maximum obligation of the United States payable under this Olfer 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:
$214,700 for airport development,
for land, and
for planning.
This olfer 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 compdse a Grant Agreement, as provided by ~tle 49 U~.C., constituting the
contractual obligations and rights of the U. nited S. tates and the Sponsor.
UN,TEDSTATESOFAME.,CA ¢.
FEDERAL AVIATION ADMINISTRATION
Ma r Airports District Office.,I
Special Conditions
Exhibit "A"
The Exhibit "A" set forth in Project Application dated
8-27-10, for AIP Project No. 3-36-0029-18-2010, is
incorporated herein by reference and made a part hereof.
Administrative Costs Exceeding 3% of Grant Amount
It is understood and agreed by and between the parties
hereto that after project completion, but before project
closeout, the Sponsor shall provide documentation to
support Grant Administration and Independent Fee
Estimate (IFE) costs claimed.
Submission of Plans and Specifications After Grant Offer
It is understood and agreed by and between the parties
hereto that the Sponsor shall furnish final plans and
specifications and Sponsor certification for project
plans and specifications to the FAA, that no
construction work will be commenced hereunder, and that
no contract will be awarded for the accomplishment of
such work until the said certification and final plans
and specifications have been submitted to the FAA, and
the parties do further agree that any reference made in
this Grant Offer or in the aforesaid Application to
plans and specifications shall be considered as having
reference to said final plans and specifications as
approved.
Determination of Eligibility after the Grant Offer
'4.
It is understood and agreed by and between the parties
hereto that a final determination on the eligibility of
the items of work shall be made at the time the plans
and specifications are approved by the FAA.
Submission of an Engineering Design and Inspection Agreement
after the Grant Offer
It is understood and agreed by and between the parties
hereto that the Sponsor shall submit an
Engineering/Inspection/Agreement 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.
2
Paving Projects
6. 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 required by the Federal
specifications. The program shall include as a
minimum:
a. The name of the person representing the sponsor
who has overall responsibility for contract
administration for the project and the authority
to take necessary actions to comply with the
contract.
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 required by the contract
specifications, including the type and frequency
of tests to be taken, the method of sampling, the
applicable test standard, and the acceptance
criteria or tolerances permitted for each type of
test.
f. Procedures 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 reduction shall be at the discretion of
the FAA and will be based on the type or types of
required tests not performed or not documented and will
be commensurate with the proportion of applicable
pavement with respect to the total pavement constructed
under the grant agreement.
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.
Pavement Maintenance Program
o
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 Airport Sponsor Assurance Number 11. The
sponsor shall use such program for the useful life of
any pavement constructed, reconstructed, or repaired
with Federal financial assistance at the airport. As a
minimum, the program must conform 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,
Dimension
Type of pavement
Year of construction
rehabilitation
taxiways and aprons'
or most recent
major
4
For compliance with the Airport
assurances, pavements that have
reconstructed, or repaired with
assistance shall be so depicted.
Improvement Program
been constructed,
Federal financial
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 Airport
Pavements, for specific guidelines and procedures for
maintaining airport pavements and establishing an
effective maintenance program. Specific types of
distress, their probable causes, inspection guidelines,
and recommended methods of repair are presented.
Updated Advisory Circular Checklist
It is further understood and agreed the list below of
Advisory Circulars Required for Use in AIP Funded
Projects is incorporated into this Grant Agreement. The
Advisory Circulars in this list below replaces the list
contained in the Grant Master Agreement, and will be
followed during the performance of this Grant Agreement.
CURRENT FAA ADVISORY CIRCULARS REQUIRED FOR USE IN AIP FUNDED
PROJECTS
Dated: 6/2/2010
70/7460-1K Obstruction Marking and Lighting
150/5000-13A Announcement of Availability--RTCA Inc., Document RTCA-221, Guidance
and Recommended Requirements for Airports Surface Movement Sensors
150/5020-1 Noise Control and Compatibility Planning for Airports
150/5070-6B Airport Master Plans
Change 1
150/5070-7 The Airport System Planning Process
150/5200-28D Notices to Airmen (NOTAMS) for Airport Operators
150/5200-30C Airport Winter Safety and Operations
150/5200-33B Hazardous Wildlife Attractants On or Near Airports
150/5210-5D Painting, Marking and Lighting of Vehicles Used on an Airport
150/5210-7D Aimraft Fire and Rescue Communications
150/5210-13B Water Rescue Plans, Facilities, and Equipment
150/5210-14B Aircraft Rescue Fire Fighting Equipment, Tools, and Clothing
150/5210-15A Airport Rescue & Firefighting Station Building Design
150/5210-18A Systems for Interactive Training of Airport Personnel
150/5210-19A Driver's Enhanced Vision System (DEVS)
150/5220-4B Water Supply Systems for Aircraft Fire and Rescue Protection
150/5220-13B Runway Surface Condition Sensor Specification Guide
150/5220-16C Automated Weather Observing Systems for Non-Federal Applications
150/5220-17A Design Standards for an Aircraft Rescue Firefighting Training Facility
and Change 1
150/5220-18A Buildings for Storage and Maintenance of Airport Snow and Ice Control
Equipment and Materials
150/5220-20 Airport Snow and Ice Control Equipment
and Change 1
150/5220-21B Guide Specification for Lifts Used to Board Airline Passengers With Mobility
Impairments
150/5220-22A Engineered Materials Arresting System (EMAS) for Aircraft Overruns
150/5220-23 Frangible Connections
150/5220-24 Foreign Object Debris Detection Equipment
150/5300-13
and Airport Design
Changes 1 -15
150/5300-14B
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
150/5300-17B General Guidance and Specifications for Aeronautical Survey Airport Imagery
Acquisition
150/5300-18B General Guidance and Specifications for Submission of Aeronautical Surveys
to NGS: Field Data Collection and Geographic Information System (GIS)
Standards
150/5320-5C Surface Drainage Design
and
Change 1
150/5320-6E
Airport Pavement Design and Evaluation
150/5320-12C
and Changes 1 Measurement, Construction, and Maintenance of Skid Resistant Airport
through 8 Pavement Surfaces
150/5320-14 Airport Landscaping for Noise Control Purposes
150/5320-15A Management of Airport Industrial Waste
150/5325-4B Runway Length Requirements for Airport Design
150/5335-5A Standardized Method of Reporting Airport Pavement Strength PCN
150/5340-1J Standards for Airport Markings (Change 1&2)
and
Change 2
150/5340-5C Segmented Circle Airport Marker System
150/5340-18E Standards for Airport Sign Systeros
150/5340-30D Design and Installation Details for Airport Visual Aids
150/5345-3F Specification for L821 Panels for the Control of Airport Lighting
150/5345-5B Circuit Selector Switch
1505345-7E Specification for L824 Underground Electrical Cable for Airport Lighting Circuits
150/5345-10F Specification for Constant Current Regulators Regulator Monitors
150/5345-12E Specification forAirport and Heliport Beacon
150/5345-13B Specification for L841 Auxiliary Relay Cabinet Assembly for Pilot Control of
Airport Lighting Circuits
150/5345-26D Specification for L823 Plug and Receptacle, Cable Connectors
150/5345-27D Specification for Wind Cone Asseroblies
150/5345-28F Precision Approach Path Indicator (PAPI) Systems
150/5345-39C FAA Specification L853, Runway and Taxiway Retroreflective Markers
150/5345~42F Specification for Airport Light Bases, Transformer Housings, Junction Boxes
and Accessories
150/5345-43F Specification for Obstruction Lighting Equiproent
150/5345-44H Specification for Taxiway and Runway Signs
150/5345--45C Low-Impact Resistant (LIR) Structures
150/5345--46D Specification for Runway and Taxiway Light Fixtures
150/5345-47B Specifications for Series to Series Isolation Transformers for Airport Lighting
System
150/5345-49C Specification L854, Radio Control Equipment
150/5345-50B Specification for Portable Runway and Taxiway Lights
150/5345-51A Specification for Discharge-Type Flasher Equipment
150/5345-52A Genenc Wsual Ghdeslope Indicators (GVGI)
150/5345-53C i Airpert Lighting Equipment Certification Program
150/5345~54B Specification for L-1884, Power and Control Unit for Land and Hold Sho~t
150/5345-55A I Specification for L893, Lighted Visual Aid to Indicate Temporary Runway
Closure
150/5345-56A Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS)
150/5360-9 Planning and Design of Airport Terminal Facilities at NonHub Locations
150/5360-12E Airport Signing and Graphics
150/5360-13 Planning and Design Guidance for Airport Terminal Facilities
and Change 1
150/5370-2E Operational Safety on Airports During Construction
150/5370-10E Standards for Specifying Construction of Airports
150/5370-1 lA Use of Nondestructive Testing Devices in the Evaluation of Airport Pavement
150/5380-6B Guidelines and Procedures for Maintenance of Airport Pavements
150/5390-2B Heliport Design
150/5390-3 Vertiport Design
150/5395-1 Seaplane Bases
150/5100-14D Amhitectural, Engineering, and Planning Consultant Services for Airport Grant
Projects
150/5100-15A Civil Rights Requirements for the Airport Improvement Program
150/5100-17
and Changes 1 Land Acquisition and Relocation Assistance for Airport Improvement Program
through 6 Assisted Projects
150/5200-37 Introduction to Safety Management Systems (SMS) for Airport Operators
150/5300-15A Use of Value Engineering for Engineering Design of Airports Grant Projects
150/5320-17 Airfield Pavement Surface Evaluation and Rating (PASER) Manuals
150/5370-6D Construction Progress and Inspection Report - Airport Grant Program
Change 1-4
150/5370-12A Quality Control of Construction for Airport Grant Projects
150/5370-13A Offpeak Construction of Airport Pavements Using Hot-Mix Asphalt
150/5380-7A Airport Pavement Management Program
150/5380-8A Handbook for Identification of Alkali-Silica Reactivity in Airfield Pavements
Trafficking In Persons
a. Provisions applicable to a recipient that is a private
entity.
1. You as the recipient, your employees, subrecipients
under this award, and subrecipient's employees may
not:
i. 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
iii. Use forced labor in the performance of the
award or subawards under the award.
2. We as the Federal awarding agency may unilaterally
terminate this award, without penalty, if you or a
recipient that is a private entity--
i. 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
]0
Bo
Imputed to you or your subrecipient 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
Governmentwide 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 subrecipient
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--
i. Associated with the performance under this
award; or
ii.
Imputed to the subrecipient 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 Governmentwide
Debarment and Suspension (Nonprocurement)," as
implemented by our agency at 49 CFR Part 29.
c. Provisions applicable to any recipient.
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 subaward you make to a private
entity.
d. Definitions. For purposes of this award term:
1. "Employee" means either:
An individual employed by you or a
subrecipient 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.
"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).
12
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
512612006.
Executed his day of
Attest
Title
TOWN OD SOUTHOLD, FISHERS ISLAND.
Name of Sponsor
Signature of Sponsor's Designated Official Representative
Title
CERTIFICATE OF SPONSOR'S ATTORNEY
I, , acting as Attorney for the Sponsor do hereby certifT: That
in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of
Further, I have examined the foregoing Grant Agreement, and
the aclJons taken by said Sponsor relaflog thereto, and find that the acceptance thereof by saidSponsor and
Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and
proper and in accordance with the laws of the said State and Title 49 U.S.C. In addition, for grants involving projects
to be carded out on property not owned by the Sponsor, there are no legal impediments that will prevent full
performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding
obligation of the Sponsor in accordance with the terms thereof.
Signature of Sponsor's Attorney
Date
13
DEPARIM ENT OF TRA N S~oORTATION - FEDERAL AV[ATION ADMINISTRATION
PART III - BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
1. Federal Domestic Assistance Catalog No ............. 20-106
2. Functional or Other Breakout ...................... 3'36~0029'18'10
SECTION B- CALCULATION OF FEDERAL GRANT
Use only for revisions
L;ost L;la SSltlCa rio n Amount
Latest Approve~ Anjustme nt ~eqmrea
Amount + or (-}
Administrative expense $ $ $ $2,704.00
2. Preliminary expense $0
3. Land, structures, right-of-way $0.00
4. Architectural engineering basic fees $15,600.oo
5. Other architectural engineering fees $0.00
6. Project inspection fees $34,900.00
7. Land development $0
8. Relocation expenses $0.00
9. Relocation payments to individuals and businesses $0
t0. Demolition and removal $0.00
11. Construction and project improvement $172,796.00
12. Equipment $0.00
13. Miscellaneous $o.00
14. Total (Lines 1 through 13) $226,000.00
15. Estimated Income (if applicable) $0
16. Net ProjectAmount (Line 14 minus t5) $226,000.00
17. Less: Ineligible exclusions $o
18. Add: Contingencies $o
19. Total ProjectAmt. (Excluding rehabilitation grants) $226,000.00
Federal share requested on Line 19 I $214,700.00
20.
21. Add: Rehabilitation grants requested (100 percent) $0
22. Total Federal grant requested 95% $214,700.00
23. Grantee share 2.5% $5,65o.oo
24. Other shares 2.5% S6,650.oo
25. Total Project(Lines 22, 23, and 24) $ $ $ $226,000.00
FAA Form 5100-100
Page 14
DEPARTMENT OF TRANSPORTATION - FEDERAL AV1ATION ADMINISTRATIO~
SECTION C - EXCLUSIONS
Ineligible for Excluded from
Classification Participation ;ontinge ncy Provision
26. (1) (2)
a. $
b.
C.
d.
e.
f.
g. Totals
SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
27. Grantee Shara $ $5,650.00
a. Securities 0
b. Mortgages 0
c. Appropriations (by applicant) 0
d. Bonds 0
e. Tax Levies 0
f. Non Cash 0
g. Offer (Explain) 0
h. TOTAL - Grantee Shara $5,650.00
:28. Other Shares
a. State $5,650.00
b. Other 0
c. T ota I Other S ha re s $5,650.00
29. TOTAL $ $11,300.00
SECTION E - REMARKS
_ FAA Form 5100-100 Page1 5
ORIGINAL
U. S. Deparfment
of Transportation
Federal Avia#on
Adminis~ation
GPA NT A G REEMENT
Date of Offer 9/2/2010
Project Number 3-36-0029-18-10
RECIPIENT: TOWN of SOUTHOLD, FISHERS ISLAND.
AIRPORT: ELIZABETH FIELD AIRPORT, FISHERS ISLAND, NY
(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 project consisting of the following:
RUNWAY CRACK REPAIR and SEALING - PHASE II (Design & Construction)
See Attached Special Conditions
as more particularly described in the Project Application dated 8-27-2010
The maximum obligation of the United States payable under this Offer shall be $214,700
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 purpeso:
$214,700 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 rights of the United States and the Sponsor. /")
UNITED STATES OF AMERICA
FEDERAL AVIATION ADMINISTRATION ~-~
I~lanager v Airports District O~ce
Special Conditions
Exhibit "A"
The Exhibit "A" set forth in Project Application dated
8-27-10, for AIP Project No. 3-36-0029-18-2010, is
incorporated herein by reference and made a part hereof.
Administrative Costs Exceeding 3% of Grant Amount
It is understood and agreed by and between the parties
hereto that after project completion, but before project
closeout, the Sponsor shall provide documentation to
support Grant Administration and Independent Fee
Estimate (IFE) costs claimed.
Submission of Plans and Specifications After Grant Offer
o
It is understood and agreed by and between the parties
hereto that the Sponsor shall furnish final plans and
specifications and Sponsor certification for project
plans and specifications to the FAA, that no
construction work will be commenced hereunder, and that
no contract will be awarded for the accomplishment of
such work until the said certification and final plans
and specifications have been submitted to the FAA, and
the parties do further agree that any reference made in
this Grant Offer or in the aforesaid Application to
plans and specifications shall be considered as having
reference to said final plans and specifications as
approved.
Determination of Eligibility after the Grant Offer
o
It is understood and agreed by and between the parties
hereto that a final determination on the eligibility of
the items of work shall be made at the time the plans
and specifications are approved by the FAA.
Submission of an Engineering Design and Inspection Agreement
after the Grant Offer
o
It is understood and agreed by and between the parties
hereto that the Sponsor shall submit an
Engineering/Inspection/Agreement 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.
Paving Projects
6. 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 required by the Federal
specifications. The program shall include as a
minimum:
a. The name of the person representing the sponsor
who has overall responsibility for contract
administration for the project and the authority
to take necessary actions to comply with the
contract.
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 required by the contract
specifications, including the type and frequency
of tests to be taken, the method of sampling, the
applicable test standard, and the acceptance
criteria or tolerances permitted for each type of
test.
f. Procedures 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 reduction shall be at the discretion of
the FAA and will be based on the type or types of
required tests not performed or not documented and will
be commensurate with the proportion of applicable
pavement with respect to the total pavement constructed
under the grant agreement.
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.
Pavement Maintenance Program
o
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 Airport Sponsor Assurance Number 11. The
sponsor shall use such program for the useful life of
any pavement constructed, reconstructed, or repaired
with Federal financial assistance at the airport. As a
minimum, the program must conform 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
rehabilitation
major
4
For compliance with the Airport
assurances, pavements that have
reconstructed, or repaired with
assistance shall be so depicted.
Improvement Program
been constructed,
Federal financial
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 Airport
Pavements, for specific guidelines and procedures for
maintaining airport pavements and establishing an
effective maintenance program. Specific types of
distress, their probable causes, inspection guidelines,
and recommended methods of repair are presented.
Updated Advisory Circular Checklist
It is further understood and agreed the list below of
Advisory Circulars Required for Use in AIP Funded
Projects is incorporated into this Grant Agreement. The
Advisory Circulars in this list below replaces the list
contained in the Grant Master Agreement, and will be
followed during the performance of this Grant Agreement.
CURRENT FAA ADVISORY CIRCULARS REQUIRED FOR USE IN AIP FUNDED
PROJECTS
Dated: 6/2/2010
70/7460-1K Obstruction Marking and Lighting
150/5000-13A Announcement of Availability--RTCA Inc., Document RTCA-221, Guidance
and Recommended Requirements for Airports Surface Movement Sensors
150/5020-1 Noise Control and Compatibility Planning for Airports
150/5070-6B Airport Master Plans
Change 1
150/5070-7 The Airport System Planning Process
150/5200-28D Notices to Airmen (NOTAMS) for Airport Operators
150/5200-30C Airport Winter Safety and Operations
150/5200-33B Hazardous Wildlife Attractants On or Near Airports
150/5210-5D Painting, Marking and Lighting of Vehicles Used on an Airport
150/5210-7D Aircraft Fire and Rescue Communications
150/5210-13B Water Rescue Plans, Facilities, and Equipment
150/5210-14B Aircraft Rescue Fire Fighting Equipment, Tools, and Clothing
150/5210-15A Airport Rescue & Firefighting Station Building Design
150/5210-18A Systems for Interactive Training of Airport Personnel
150/5210-19A Driver's Enhanced Vision System (DEVS)
150/5220-4B Water Supply Systems for Aircraft Fire and Rescue Protection
150/5220-13B Runway Surface Condition Sensor Specification Guide
150/5220-16C Automated Weather Observing Systems for Non-Federal Applications
150/5220-17A Design Standards for an Aircraft Rescue Firefighting Training Facility
and Change 1
150/5220-18A Buildings for Storage and Maintenance of Airport Snow and Ice Control
Equipment and Materials
150/5220-20 Airport Snow and Ice Control Equipment
and Change 1
150/5220-21B Guide Specification for Lifts Used to Board Airline Passengers With Mobility
Impairments
150/5220-22A Engineered Materials Arresting System (EMAS) for Aircraft Overruns
150/5220-23 Frangible Connections
150/5220-24 Foreign Object Debris Detection Equipment
150/5300-13
and Airport Design
Changes 1 -15
150/5300-14B
Design of Aimraft Deicing Facilities
150/5300-15A General Guidance and Specifications for Aeronautical Surveys:
Establishment of Geodetic Control and Submission to the National Geodetic
Survey
150/5300-17B General Guidance and Specifications for Aeronautical Survey Airport Imagery
Acquisition
150/5300-18B General Guidance and Specifications for Submission of Aeronautical Surveys
to NGS: Field Data Collection and Geographic Information System (GIS)
Standards
150/5320-5C Surface Drainage Design
and
Change 1
150/5320-6E
Airport Pavement Design and Evaluation
150/5320-12C
and Changes 1 Measurement, Construction, and Maintenance of Skid Resistant Airport
through 8 Pavement Surfaces
150/5320-14 Airport Landscaping for Noise Control Purposes
150/5320-15A Management of Airport Industrial Waste
150/5325-4B Runway Length Requirements for Airport Design
150/5335-5A Standardized Method of Reporting Airport Pavement Strength PCN
150/5340-1,J Standards for Airport Markings (Change 1&2)
and
Change 2
150/5340-5C Segmented Circle Airport Marker System
150/5340-18E Standards for Airport Sign Systems
150/5340-30D Design and Installation Details for Airport Visual Aids
150/5345-3F Specification for L821 Panels for the Control of Airport Lighting
15015345-5B Circuit Selector Switch
1505545-7E Specification for L824 Underground Electrical Cable for Airport Lighting Circuits
150/5345-10F Specification for Constant Current Regulators Regulator Monitors
150/5545-12E Specification for Airport and Heliport Beacon
150/5345-13B Specification for L841 Auxiliary Relay Cabinet Assembly for Pilot Control of
Airport Lighting Circuits
150/5345-26D Specification for L823 Plug and Receptacle, Cable Connectors
150/5345-27D Specification for Wind Cone Assemblies
150/5345-28F Precision Approach Path Indicator (PAPI) Systems
150/5345-39C FAA Specification L853, Runway and Taxiway Retroreflective Markers
150/5345~42F Specification for Airport Light Bases, Transformer Housings, Junction Boxes
and Accessories
150/5545-43F Specification for Obstruction Lighting Equipment
150/5345-44H Specification for Taxiway and Runway Signs
150/5345-45C Low-Impact Resistant (LIR) Structures
150/5345-46D Specification for Runway and Taxiway Light Fixtures
150/5345-47B Specifications for Series to Series Isolation Transformers for Airport Lighting
System
150/5345-49C Specification L854, Radio Control Equipment
150/5345-50B Specification for Portable Runway and Taxiway Lights
150/5345-51A Specification for Discharge-Type Flasher Equipment
150/5345-52A Generic Visual Glideslope Indicators (GVGI)
150/5345-53C Airport Lighting Equipment Certification Program
150/5345-54B Specification for L-1884, Power and Control Unit for Land and Hold Short
150/5345-55A Specification for L893, Lighted Visual Aid to Indicate Temporary Runway
Closure
150/5345-56A Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS)
150/5360-9 Planning and Design of Airport Terminal Facilities at NonHub Locations
150/5360-12E Airport Signing and Graphics
150/5360-13 Planning and Design Guidance for Airport Terminal Facilities
and Change 1
150/5370-2E Operational Safety on Airports During Construction
150/5370-10E Standards for Specifying Construction of Airports
150/5370-1 lA Use of Nondestructive Testing Devices in the Evaluation of Airport Pavement
150/5380~B Guidelines and Procedures for Maintenance of Airport Pavements
150/5390-2B Heliport Design
150/5390-3 Vertiport Design
150/5395-1 Seaplane Bases
150/5100-14D Architectural, Engineering, and Planning Consultant Services for Airport Grant
Projects
150/5100-15A Civil Rights Requirements for the Airport Improvement Program
150/5100-17
and Changes I Land Acquisition and Relocation Assistance for Airpod Improvement Program
through 6 Assisted Projects
15015200-37 Introduction to Safety Management Systems (SMS) for Airport Operators
150/5300-15A Use of Value Engineering for Engineering Design of Airports Grant Projects
150/5320-17 Airfield Pavement Surface Evaluation and Rating (PASER) Manuals
150/5370-6D Construction Progress and Inspection Report - Airport Grant Program
Change 1-4
150/5370-12A Quality Control of Construction for Airport Grant Projects
150/5370-13A Offpeak Construction of Airport Pavements Using Hot-Mix Asphalt
150/5380-7A Airport Pavement Management Program
150/5380-8A Handbook for Identification of Alkali-Silica Reactivity in Airfield Pavements
Trafficking In Persons
o
a. Provisions applicable to a recipient that is a private
entity.
1. You as the recipient, your employees, subrecipients
under this award, and subrecipient'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
iii. Use forced labor in the performance of the
award or subawards 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
l0
Imputed to you or your subrecipient 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
Governmentwide 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 subrecipient
that is a private entity--
1. Is determined to have violated an applicable
prohibition in paragraph a.I 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 subrecipient 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 Governmentwide
Debarment and Suspension (Nonprocurement)," as
implemented by our agency at 49 CFR Part 29.
Provisions applicable to any recipient.
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 subaward you make to a private
entity.
l!
d. Definitions. For purposes of this award term:
1. "Employee" means either:
An individual employed by you or a
subrecipient 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.
o
"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).
ACCEPTANCE
The Sponsor agrees to accomplish the project in compliance with the terms and conditions contained herein and in
the document "Master Agreement on Ten'ns and Conditions of Accepting Airport Improvement Program Grants" dated
5/26/2006.
xe uted th s day of. - , /010 . TOW,
FISHEi;~ISLAND,
Attes~t~ .~." /'~. ~ a __~ Signat~ll;e of Spons~.h~ Desi§~ated Ofieial Representative
CERTIFICATE OF SPONSOR'S ATTORNEY
I, /~¢L.~-~/1 ~- ~/'~ ~1~: ~-¢~ ~ ,act, ng as Attorney for the Sponsor do hereby cer~fy: That
in m~' opinion the Sponsor is empowered to en~ into the foregoing Grant Agreement under the laws of the State of
~ __ ~' c::::, ~- ~ __. Further, I have examined the foregoing Grant Agreement, and
the §c~ons taken by said Sponsor relating thereto, and lind that the acceptance thereof by saidSponser and
Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and
proper and in accordance with the laws of the said State and 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 S_..._Eg.~. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding
obligation of t~t:~e1~ponser in ~'c~ance with the terms thereof.
Signature o S~onsoCs A_.~.m~y Dat
13
DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION A DM INISTRATION
PART III - BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
1. Federal Domestic Assistance Catalog No ............. 20-10(~
3-36-0029-18-10
2. Functional or Other Breakout ......................
SECTION B- CALCULATION OF FEDERAL GRANT
Use only for revisions
{Jost (JlaSSlTiCatlon Amount
Latest Approve~ A(3justme nt ~equire(~
Amount + or {-)
1. Administrative expense $ $ $ $2,704.00
2. Preliminary expense $0
3. Land, structures, right-of-way $0.00
4. Architectural engineering basic fees $15,600.00
5. Other architectural engineering fees $0.00
6. Project inspection fees $34,900.00
7. Land development $0
8. Relocation expenses $0.00
9. Relocation payments to individuals and businesses $0
10. Demolition and removal $0.00
1. Construction and project improvement $172,796.00
12. Equipment $0.00
13. Miscellaneous $0.00
14. Total (Lines 1 through 13) '$226,000.00
15. Estimated Income {if applicable) $0
16. NetProjectAmount(Line 14 minus 15) $226,000.00
17. Less: Ineligible exclusions $0
18. Add: Contingencies $0
19. Total ProjectAmL (Excluding rehabilitation grants) $226,000.00
20. Federal share requested on Line 19 I
$214,700.00
21. Add: Rehabilitation grants requested (100 percent) $0
22. Total Federal grant requested 95% $214,700.00
23. Grantee share 2.5% $5,650.00
24. Other shares 2.5% $5,650.00
25. Total Project (Lines 22, 23, and 24) $ $ $ $226,000.00
FAA Form 5100-100
Page 14
DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATIOi~
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 $ $5,650.00
a. Securities 0
b. Mortgages 0
c. Appropriations (by applicant) 0
d. Bonds
e. Tax Levies 0
f. Non Cash 0
g. Other (Exp la in) 0
h. TOTAL - Grantee Share $5,650.0o
28. Other Shares
a. State $5,650.00
b. Other 0
c. Total Other Shares $5,650.00
29. TOTAL $ $11,300.00
SECTION E - REMARKS
_ FAA Form 5100-100 Page1 5