Loading...
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