HomeMy WebLinkAboutFederal Aviation Administration 2009-02-24U. S. Department of Transportation
Federal Aviation Administration
Date of Offer: February 23, 2009
Project Number: 3-06-0268-11
Recipient: City of Ukiah
Airport: Ukiah Municipal
OFFER
THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY
OFFERS AND AGREES to pay, as the United States' share, Ninety-five percent (95.00%) of the allowable costs
incurred in accomplishing the project consisting of the following:
"Part A: Improve airport drainage"
as more particularly described in the Project Application dated January 29, 2009.
The maximum obligation of the United States payable under this Offer shall be $553,860.00 for airport
development.
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 offer shall comprise a Grant Agreement, as
provided by Title 49 U.S.C., constituting the contractual obligations and rights f the United States and the
Sponsor.
UNITED STATES OF AMERICA r
FEDERAL AVIATION ADMINISTRATION anager, San Francisco Airports District Office
SPECIAL CONDITIONS
The Sponsor agrees to comply with the Special Conditions as described in Attachment A.
ACCEPTANCE
The Sponsor agrees to accomplish the project in compliance with the terms and conditions contained herein, in
the Project Application, and in the May 2007 "Terms and Conditions of Accepting Airport Improvement Program
Grants" signed on June 24, 2007.
Executed this 29 day of F6Ba4941 , 200-9
(Seal)
Siture of Sponsor's Designated Official Representative
1r' ~ r, A
Title
CERTIFICATE OF SPONSOR'S ATTORNEY
I, j ej l'-e, T• .Aes4o&, , acting as Attorney for the Sponsor do hereby
certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws
of California. Further, I have examined the foregoing Grant Agreement, and the actions taken by said Sponsor
relating thereto, and find that the acceptance thereof by said 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 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.
-th
Executed this~`f day of Fe b'rvtirj , 20015
Signatu of S nsor's Attorney
GRANT AGREEMENT
ATTACHMENT A
GRANT SPECIAL CONDITIONS
Project Number: 3-06-02768-11 Airport: Ukiah Municipal
The sponsor agrees to request cash drawdowns on the letter of credit only when actually needed for its disbursements and to timely reporting of
such disbursements as required. It is understood that failure to adhere to this provision may cause the letter of credit to be revoked.
Approval of the project included in this agreement is conditioned on the Sponsor's compliance with applicable air and water quality standards in
accomplishing project construction. Failure to comply with this requirement may result in suspension, cancellation, or termination of Federal
assistance under this agreement.
It is mutually understood and agreed that if, during the life of the project, the FAA determines that the maximum grant obligation of the United
States exceeds the expected needs of the Sponsor by $25,000.00 or five percent (51/o), whichever is greater, the maximum obligation of the
United States can be unilaterally reduced by letter from the FAA advising of the budget change. Conversely, if there is an overrun in the total
actual eligible and allowable project costs, FAA may increase the maximum grant obligation of the United States to cover the amount of the
overrun not to exceed the statutory percent limitation and will advise the Sponsor by letter of the increase. It is further understood and agreed
that if, during the life of the project, the FAA determines that a change in the grant description is advantageous and in the best interests of the
United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance of the aforementioned letter,
either the grant obligation of the United States is adjusted to the amount specified or the grant description is amended to the description
specified.
For a project to replace or reconstruct pavement at the airport, the Sponsor shall implement an effective airport pavement maintenance
management program as is required by Airport Sponsor Assurance Number CA 1. 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 outlined below:
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:
a. Pavement Inventory. The following must be depicted in an appropriate form and level of detail:
(1) location of all runways, taxiways, and aprons;
(2) dimensions;
(3) type of pavement, and;
(4) year of construction or most recent major rehabilitation.
For compliance with the Airport Improvement Program (AIP) assurances, pavements that have been constructed, reconstructed, or repaired with
federal financial assistance shall be so depicted.
b. Inspection Schedule.
(1) 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.
(2) Drive-By Inspection. A drive-by inspection must be performed a minimum of once per month to detect unexpected changes in
the pavement condition.
c. 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:
(1) inspection date,
(2) location,
(3) distress types, and
(4) maintenance scheduled or performed.
For drive-by inspections, the date of inspection and any maintenance performed must be recorded.
d. 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.
e. 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.
The sponsor agrees to perform the following
a. 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:
(1) 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,
(2) Names of testing laboratories and consulting engineer firms with quality control responsibilities on the project, together with a description
of services to be provided.
(3) 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 (D 3666, C 1077).
(4) Qualifications of engineering supervision and construction inspection personnel.
(5) 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.
(6) Procedures for ensuring that the tests are taken in accordance with the program, that they are documented daily, and that the proper
corrective actions, where necessary, are undertaken.
b. 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.
C. 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 of 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.
d. 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 test results are inaccurate.
Buy American Requirement. Unless otherwise approved by the FAA, it will not acquire or permit any contractor or subcontractor to acquire
any steel or manufactured products produced outside the United States to be used for any project for airport development or noise compatibility
for which funds are provided under this grant.
In accordance with Section 47108(b) of the Act, as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this
Grant Offer:
a) may not be increased for a planning project;
b) may be increased by not more than 15 percent for development projects;
c) may be increased by not more than 15 percent or by an amount not to exceed 25 percent of the total increase in allowable costs attributable
to the acquisition of land or interests in land, whichever is greater, based on current credible appraisals or a court award in a condemnation
proceeding.
The Sponsor agrees to take the following actions to maintain and/or acquire a property interest, satisfactory to the FAA, in the Runway Protection
Zones:
Existing Fee Title Interest in the Runway Protection Zone: The Sponsor agrees to prevent the erection or creation of any structure or place of
public assembly in the Runway Protection Zone, except for NAVAIDS that are fixed by their functional purposes or any other structure approved
by the FAA. Any existing structures or uses within the Runway Protection Zone will be cleared or discontinued unless approved by the FAA.
Existing Easement Interest in the Runway Protection Zone: The Sponsor agrees to take any and all steps necessary to ensure that the owner of the
land within the designated Runway Protection Zone will not build any structure in the Runway Protection Zone that is a hazard to air navigation
or which might create glare or misleading lights or lead to the construction of residences, fuel handling and storage facilities, smoke generating
activities, or places of public assembly, such as churches, schools, office buildings, shopping centers, and stadiums.
9. Please note that this grant offer may be funded all or in part with funds from the Small Airport Fund.
10. 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 subrecipients' 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 subrecipient that is a
private entity -
i. Is determined to have violated a prohibition in paragraph a.l of this award term; or
ii. Has an employee who is determined by the agency official authorized to tenninate the award to have violated a
prohibition in paragraph a.I of this award tern through conduct that is either-
A. Associated with performance under this award; or
B. Imputed to you or the 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.
b. 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.I of this award term through conduct that is either--
i. Associated with 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 part 180, "OMB Guidelines to Agencies on Govemmentwide Debarment and
Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29.
c. Provisions applicable to any recipient.
1. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in
paragraph a. I of this award term.
2. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section:
i. Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104(g)),
and
ii. Is in addition to all other remedies for noncompliance that are available to us under this award.
3. You must include the requirements of paragraph a.I 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:
i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this
award; or
ii. 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 services are contributed by a third party as an in-kind
contribution toward cost sharing or matching requirements.
2. "Forced labor" means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or
obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary
servitude, peonage, debt bondage, or slavery.
3. "Private entity":
L 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.
4. "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).
This Part A grant is intended to be the first phase of a two-phase project. The bidding of the entire project will be completed with sufficient time
to properly apply for a Part B grant prior to August 15, 2009. The Part B grant funding will be the difference in funding necessary for Federal
share of the entire project less the Part A funding, subject to available Sponsor entitlements and/or the announcement of discretionary funds.
The FAA makes no commitment of funding beyond the Sponsor's available entitlements pursuant to law. If the project does not receive
acceptable bids, or sufficient funding is unavailable, the FAA has the option to close this grant and recover the funds.
rea.lo
U.S Department
of Transportation
Federal Aviation
Administration
August 05, 2009
Western-Pacific Region 831 Mitten Road, Suite 210
Airports Division Burlingame, CA 94010-1300
San Francisco Airports District Office
Mr. Greg Owen
Airport Manager
City of Ukiah
1403 South State Street
Ukiah, California 95482
Dear Mr. Owen:
Ukiah Regional Airport
AIP #3-06-0268-11,
Airport Drainage Improvements
Authorization to Award
We have reviewed the abstract of bids for the Airport Drainage and
Storm line Improvements Project.
We concur in your recommendation, and you are authorized to award a
contract to the lowest responsive bidder, Ashlin Pacific Construction,
for the Base Bid for a total award amount of $427,734.00.
At this time, we request that a preconstruction conference be scheduled
to discuss pertinent labor regulations, safety and construction
matters. The Notice to Proceed cannot be issued until the
preconstruction conference is held. Please inform us of the date for
such a meeting so that we may attend.
Please contact me at 650-876-2778 ext 622 if you have any questions.
Sincerely,
William Gin, P.E.
Program Engineer