HomeMy WebLinkAboutFederal Aviation Administration (FAA) 2019-11-05 Agreement Number
AJW-FN-WSA-I8-WP-002564
NON-FEDERAL REIMBURSABLE AGREEMENT
BETWEEN
DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
AND
CITY OF UKIAH
UKIAH MUNICIPAL AIRPORT
UKIAH, CA
WHEREAS, the Federal Aviation Administration(FAA) can furnish directly or by
contract, material, supplies, equipment, and services which the Ukiah Municipal
Airport(Sponsor)requires,has funds available for, and has determined should be
obtained from the FAA;
WHEREAS,it has been determined that competition with the private sector for
provision of such material, supplies, equipment, and services is minimal; the proposed
activity will advance the FAA's mission; and the FAA has a unique capability that will
be of benefit to the Sponsor while helping to advance the FAA's mission;
WHEREAS,the authority for the FAA to furnish material, supplies, equipment, and
services to the Sponsor upon a reimbursable payment basis is found in 49 U.S.C. §
106(1)(6) on such terms and conditions as the Administrator may consider necessary;
NOW THEREFORE, the FAA and the Sponsor mutually agree as follows:
ARTICLE 1. Parties
The Parties to this Agreement are the FAA and Ukiah Municipal Airport.
ARTICLE 2. Type of Agreement
This Agreement is an "other transaction" authorized under 49 U.S.C. § 106(1)(6). It is not
intended to be, nor will it be construed as, a partnership, corporation,joint venture or
other business organization.
ARTICLE 3. Scope
A. The purpose of this Agreement between the FAA and the Sponsor is to provide
funding necessary to enable FAA Engineering and Technical Services for the
Sponsor's Runway(RWY) 15133 Rehabilitation Project, which includes the
replacement of the RWY 15 Visual Approach Slope Indicator(VASI) with a
Precision Approach Path Indicator(PAPI), and the relocation and replacement of the
Nan-Federal Reimbursable Agreement V88 July 10,2019 Page i of 12
Agreement Number
AJW-FN-WSA-I8-WP-002564
Runway End Identifier Lights(REIL) on RWY 15 and RWY 33. This Agreement
provides funding for the FAA to establish these services. Therefore,this Agreement
is titled:
Ukiah,CA(UKI) Engineering Design Review and Oversight Support for
Runway 15 VASI replacement and Runway 15 and 33 REIL
relocation/replacement
B. The FAA will perform the following activities:
1. Coordinate in advance with airport project stakeholders, and participate in project
planning and construction meetings.
2. Review the airport's design plans for work affecting FAA facilities (RWY 15
VASI, RWY 15 REIL, and RWY 33 REIL, and related infrastructure).
3. Provide Resident Engineer oversight for work affecting FAA facilities (RWY 15
VASI, RWY 15 REIL, and RWY 33 REIL, and related infrastructure).
4. Provide a LED PAPI (equipment only).
5. Provide incandescent REILs for both RWY 15 and 33 (equipment only).
6. Submit National Flight Data Center(NFDC)data required for RWY 15 VASI,
RWY 15 REIL, and RWY 33 REIL.
7. The local FAA System Support Center(SSC)will coordinate and execute
required shutdown and restoration of affected FAA facilities. The local FAA SSC
will de-energize or disable the FAA's operational equipment prior to any work
being done that would affect these facilities.
8. Perform the necessary system checks and tests to ensure that the relocated
systems are operational and in compliance with FAA standards, and Perform the
Contractor Acceptance Inspection(s) with the airport or airport's representatives.
9. Provide, coordinate, and provide support for, flight inspection services required
for RWY 15 VASI, RWY 15 REIL, and RWY 33 REIL in coordination with
other flight inspections required following runway construction.
10. Complete Joint Acceptance Inspection(s) (JAI) with local FAA offices (SSC) in
order to turn the facilities over for standard operations and maintenance
11. Provide shutdown and restoral services for any impacted FAA equipment.
Non-Federal Reimbursable Agreement V88 July 10,2019 Page 2 of 12
Agreement Number
AM-FN-WSA-18-WP-002564
C. The Sponsor will perform the following activities:
1. Coordinate in advance with FAA project stakeholders, and allow FAA
participation in project planning and construction meetings. Provide regular
schedule updates to the FAA.
2. The Airport is to schedule the FAA work to be continuous without any
disruptions or breaks during the overall construction period.
3. Provide a full schedule showing periods where the existing FAA equipment will
be impacted.
4. Coordinate directly with the local FAA SSC for any work that may affect existing
FAA operational facilities.
5. Allow FAA Engineering Services(ES)personnel who are associated with the
project to access the worksite independently. This includes airport gate access,
any required stickers or placards needed for government owned or leased vehicles
(vehicles may be continuously changing and/or unmarked with State license
plates), and provisions for any required training necessary for badging. FAA
Engineering Services personnel do not use the local FAA SSC for escorts or
access.
6. Provide parking at the airport for Government owned and leased vehicles that are
used for work associated with this project.
7. Perform the siting and design for work affecting FAA facilities (RWY 15 VASI,
RWY 15 REIL, and RWY 33 REIL, and related infrastructure).
8. Incorporate the requirements and recommendations made by the FAA into the
airport's design drawings and specification where FAA-owned systems are
impacted.
9. Provide the Airport Operator's Construction Safety and Phasing Plan(CSPP)to
the FAA. Per AC-15015370-2F, the airport operator is responsible for developing
the CSPP.
10. Ensure that PAPI/VASI Obstacle Clearance Surface is clear(per FAA Order
6850.2B).
11. Provide coordinates and elevations of the existing and ultimate runway.`taxiway
configuration- including end of runway, landing threshold, and any displaced
threshold information. This includes providing the topography along the runway
centerline at 100ft max intervals for the length of the runway.
Non-Federal Reimbursable Agreement V88 July 10,2019 Page 3 of 12
Agreement Number
AJW-FN-WSA-18-WP-002564
12. FAA facility design, FAA facility layout,distribution of work, sequencing and
scheduling of work, information needed for procedure and publication of affected
FAA facilities, acquisition of required materials, and approval for airport work on
the affected FAA facilities; shall be coordinated directly between the FAA
Implementation/Project Engineer and the Sponsor and/or the Sponsor's
Engineering Consultant.
13. Provide the existing and ultimate dimensions of the runway and taxiway safety
areas and object free areas.
14. Provide a full set of construction plans and specifications, including scaled
electronic drawings, showing the proposed airport work where FAA facilities are
impacted.
15. Provide drawings delivered directly via PDF format(as opposed to access via a
server or website) and include only those that are relevant to the FAA work.
16. Perform all construction required to replace RWY 15 VASI with an LED PAPI,
replace RWY 15 and 33 REILs, and the construction of supporting infrastructure
for these facilities.
17. Coordinate with the local power company to move the existing FAA meter to a
new location that can be mutually agreed upon. Design and build a new power
meter pedestal including a rack that can support the power to the Runway 15
REIL and PAPI. All existing power cables can be abandoned in place.
18. Remove any unused excess foundations, raceways, cables, and above ground
structures associated with the old VASI and REIL equipment, and restore the
surrounding grade and compaction to a condition acceptable to the airport.
19. Obtain all necessary permits, waivers, and licenses as required to perform
construction.
20. Participate in Contractor Acceptance Inspection(s) (CAI) and prepare a plan for
correction of any items identified as not acceptable by the FAA.
21. Provide FAA redlined drawings to the FAA Engineer on Record at the time of
FAA acceptance. In addition, the Sponsor will provide the FAA three bound(3-
ring binder) sets of"As-Built" drawings in hard copy,plus three electronic copies
in .pdf and Micro-Station or AutoCAD 2010 (or earlier version). The"As-Built"
will be in accordance with FAA STD 002G.
22. Correct any deficiencies identified by the FAA to be unacceptable within 30 days.
The Sponsor will be responsible for all costs associated with the corrections. If
deficiencies are not corrected within 30 days, the FAA may take corrective action
at the Sponsor's expense.
Non-Federal Reimbursable Agreement V88 July 10,2019 Page 4 of 12
Agreement Number
AJW-FN-WSA-I8-WP-002564
23. Submit FAA Form 7460-1 titled "Notice of Proposed Construction or Alteration"
for FAA facility relocations. Allow eight weeks for FAA review. Approval by
FAA must be obtained prior to any construction.
24. Submit FAA Form 6000-26 Airport Sponsor Strategic Event Submission Form no
less than 45 days prior to the start of construction that will impact NAS facilities,
result in a full or partial runway closure, or result in a significant taxiway closure.
This form is available on the OE/AAA website.
25. Sponsor shall provide the Airport Operator's Construction Safety and Phasing
Plan(CSPP)to the FAA. Per AC-15015370-2G, the airport operator is responsible
for developing the CSPP.
D. This agreement is in whole or in part funded with funding from an AIP grant [] Yes
[X] No. If Yes,the grant date is: and the grant number is:
If the grant information is not available at the time of agreement execution,the
Sponsor will provide the grant information to the FAA when it becomes available.
ARTICLE 4. Points of Contact
A. FAA:
1. The FAA Western Service Area,Planning and Requirements Group,NAS
Planning and Integration team will provide administrative oversight of this
Agreement. Matt Robertson is the FAA Lead Planner and liaison with the
Sponsor who can be reached at(206)231-2855 or via email at
matthew.d.robertsonCWfaa.gov. This liaison is not authorized to make any
commitment, or otherwise obligate the FAA, or authorize any changes which
affect the estimated cost,period of performance, or other terms and conditions of
this Agreement.
2. The Western Service Area, NAVAIDS Construction/Installation Center B -
Los Angeles will perform the scope of work included in this Agreement. Doug
Lee is the Engineer and liaison with the Sponsor and can be reached at(424)
255-0273 or via email at dong.lee@.faa.gov. This liaison is not authorized to
make any commitment, or otherwise obligate the FAA, or authorize any changes
which affect the estimated cost, period of performance, or other terms and
conditions of this Agreement.
3. FAA Contracting Officer: The execution, amendment, and administration of this
Agreement must be authorized and accomplished by the Contracting Officer,
Brad Logan who can be reached at(817) 222-4395 or via email at
brad.logan[u)faa.gov.
Non-Federal Reimbursable Agreement V88 July 10,2019 page 5 of 12
Agreement Number
A.TW-FN-WSA-I8-WP-002564
B. Sponsor:
Ukiah Municipal Airport
Attn: Greg Owen
1403 S. State Street
Ukiah,CA 95482
gowen@cityofukiah.com
ARTICLE 5. Non-Interference with Operations
The Sponsor understands and hereby agrees that any relocation, replacement, or
modification of any existing or future FAA facility, system, and/or equipment covered by
this Agreement during its term or any renewal thereof made necessary by Sponsor
improvements, changes, or other actions which in the FAA's opinion interfere with the
technical and/or operations characteristics of an FAA facility, system, and/or piece of
equipment will be at the expense of the Sponsor, except when such improvements or
changes are made at the written request of the FAA. In the event such relocations,
replacements, or modifications are necessitated due to causes not attributable to either the
Sponsor or the FAA, the parties will determine funding responsibility.
ARTICLE 6. Property Transfer
A. To the extent that the Sponsor provides any material associated with the Project, and
to the extent that performance of the requirements of this Project results in the
creation of assets constructed, emplaced, or installed by the Sponsor, all such material
(buildings, equipment, systems, components, cable enclosures, etc.) and assets will
become the property of the FAA upon project completion. For purposes of this
Article 6, "project completion" means that FAA has inspected the specific equipment
or construction, and has accepted it as substantially complete and ready for use. The
creation of an additional agreement will not be required,unless such other agreement
is required by the laws of the state in which the subject property is located. The
Sponsor and FAA acknowledge that the FAA has accepted the fundamental
responsibilities of ownership by assuming all operations and maintenance
requirements for all property transferred to the FAA, and that the subject transfer to
FAA is in the best interest of both the Sponsor and FAA.
In order to ensure that both FAA and the Sponsor have complete and accurate
documentation of all property transferred to FAA and subject to this Agreement,the
transfer of ownership of such real and personal property to the FAA shall be
supported and memorialized by FAA's and the Sponsor's execution of Attachment A
(Sponsor Cost and Transfer Certification Form) within ninety(90) calendar days from
the date of project completion. The Sponsor will provide a line item property listing
in tabular format including costs, as set forth in Attachment A, consisting of all real
and personal property that is included in the Project. The cost data for each item will
Non-Federal Reimbursable Agreement V88 July 10,2019 Page 6 of 12
Agreement Number
AJW-FN-WSA-I8-WP-002564
be supported by documentary evidence of reasonable cost and ownership, including,
for example, the original invoice or billing statement,bill of lading, a copy of the
construction contract, and verification of the contract acceptance date. At FAA's
request, all supporting cost documentation shall be made available by the Sponsor
within 5 workdays of the request. The FAA shall retain the original copy of
Attachment A. A complete copy of Attachment A will be provided to the sponsor
upon request.
B. In order to ensure that the assets and materials subject to this Article remain fully
accounted-for and operational, the Sponsor will provide the FAA any additional
documents and publications that will enhance the FAA's ability to manage, maintain
and track the assets being transferred. Examples may include, but are not limited to,
operator manuals, maintenance publications, warranties, inspection reports, etc.
These documents will be considered required hand-off items upon Project
completion.
ARTICLE 7. Estimated Casts
The estimated FAA costs associated with this Agreement are as follows:
DESCRIPTION OF REIMBURSABLE ITEM ESTIMATED COST
Labor
WB4020 Engineering $78,280.04
WB4030 Environmental and Occupation $8,846.00
WB4050 Construction $44,718.52
WB4060 Site Preparation/Installation $38,755.52
W134070 Joint Acceptance Inspection $23,883.00
Labor Subtotal $194,483.08
Labor Overhead $30,793.15
Total Labor $225 276.23
Nan-Labor
W134020, WB4050,WB4070 Travel $47,751.86
W134060 Services $13,048.00
Non-Labor Subtotal $60,799.86
Non-Labor Overhead $4,863.99
Total Non-Labor $65 663.85
TOTAL ESTIMATED COST $290,940.08
Non-Federal Reimbursable Agreement VBB July 10,2019 Page 7 of 12
Agreement Number
AJW-FN-WSA-I8-WP-002564
ARTICLE 8. Period of Agreement and Effective Date
The effective date of this Agreement is the date of the last signature. This Agreement is
considered complete when the final invoice is provided to the Sponsor and a refund is
sent or payment is received as provided for in Article 9, Section E of this Agreement.
This Agreement will not extend more than five years beyond its effective date.
ARTICLE 9. Reimbursement and Accounting Arrangements
A. The Sponsor agrees to prepay the entire estimated cost of the Agreement. The
Sponsor will send a copy of the executed Agreement and submit full advance
payment in the amount stated in Article 7 to the Reimbursable Receipts Team listed
in Section C of this Article. The advance payment will be held as a non-interest
bearing deposit. Such advance payment by the Sponsor must be received before the
FAA incurs any obligation to implement this Agreement. Upon completion of this
Agreement, the final costs will be netted against the advance payment and, as
appropriate, a refund or final bill will be sent to the sponsor. Per U.S. Treasury
guidelines, refunds under$1.00 will not be processed. Additionally, FAA will not
bill the sponsor for amounts less than$1.00.
B. The Sponsor certifies that arrangements for sufficient funding have been made to
cover the estimated costs of the Agreement.
C. The Reimbursable Receipts team is identified by the FAA as the billing office for this
Agreement. The preferred method of payment for this agreement is via Pay.Gov. The
sponsor can use a check or credit card to provide funding in this manner and receipt-
processing time is typically within 3 working days. Alternatively, the sponsor can
mail the payment to the address shown below. When submitting funding by mail, the
Sponsor must include a copy of the executed Agreement and the full advance
payment. All payments mailed to the FAA must include the Agreement number,
Agreement name, Sponsor name, and project location. Payments submitted by mail
are subject to receipt-processing delay of up to 10 working days.
FAA payment remittance address using USPS or overnight method is:
Federal Aviation Administration
Reimbursable Receipts Team
800 Independence Ave S.W.
Attn: Rm 612
Washington D.C. 20591
Phone: (202) 267-1307
Non-Federal Reimbursable Agreement V88 July 10,2019 Page 8 of 12
Agreement Number
AJW-FN-WSA-I8-WP-002564
The Sponsor hereby identifies the office to which the FAA will render bills for the
project costs incurred as:
Ukiah Municipal Airport
Attn: Greg Owen
1403 S. State Street
Ukiah, CA 95482
gowen[d,cityofukiah.com
D. The FAA will provide a quarterly Statement of Account of costs incurred against the
advance payment.
E. The cost estimates contained in Article 7 are expected to be the maximum costs
associated with this Agreement, but may be amended to recover the FAA's actual
costs. If during the course of this Agreement actual costs are expected to exceed the
estimated costs, the FAA will notify the Sponsor immediately. The FAA will also
provide the Sponsor an amendment to the Agreement which includes the FAA's
additional costs. The Sponsor agrees to prepay the entire estimated cost of the
amendment. The Sponsor will send a copy of the executed amendment to the
Agreement to the Reimbursable Receipts Team with the additional advance payment.
Work identified in the amendment cannot start until receipt of the additional advance
payment. In addition, in the event that a contractor performing work pursuant to the
scope of this Agreement brings a claim against the FAA and the FAA incurs
additional costs as a result of the claim, the Sponsor agrees to reimburse the FAA for
the additional costs incurred whether or not a final bill or a refund has been sent.
ARTICLE 10. Changes and Amendments
Changes and/or amendments to this Agreement will be formalized by a written
amendment that will outline in detail the exact nature of the change. Any amendment to
this Agreement will be executed in writing and signed by the authorized representative of
each party. The parties signing this Agreement and any subsequent amendment(s)
represent that each has the authority to execute the same on behalf of their respective
organizations. No oral statement by any person will be interpreted as amending or
otherwise affecting the terms of the Agreement. Any party to this Agreement may
request that it be amended, whereupon the parties will consult to consider such
amendments.
ARTICLE 11. Termination
In addition to any other termination rights provided by this Agreement, either party may
terminate this Agreement at any time prior to its expiration date, with or without cause,
and without incurring any liability or obligation to the terminated party other than
payment of amounts due and owing and performance of obligations accrued, in each case
on or prior to the termination date,by giving the other party at least thirty(30) days prior
written notice of termination. Payment of amounts due and owing may include all costs
Non-Federal Reimbursable Agreement V88 July 10,2019 Page 9 of 12
Agreement Number
AJW-FN-WSA-I8-WP-002564
reimbursable under this Agreement,not previously paid, for the performance of this
Agreement before the effective date of the termination; the total cost of terminating and
settling contracts entered into by the FAA for the purpose of this Agreement; and any
other costs necessary to terminate this Agreement. Upon receipt of a notice of
termination, the receiving party will take immediate steps to stop the accrual of any
additional obligations which might require payment. All funds due after termination will
be netted against the advance payment and, as appropriate, a refund or bill will be issued.
ARTICLE 12. Order of Precedence
If attachments are included in this Agreement and in the event of any inconsistency
between the attachments and the terms of this Agreement, the inconsistency will be
resolved by giving preference in the following order:
A. This Agreement
B. The attachments
ARTICLE 13. Legal Authority
This Agreement is entered into under the authority of 49 U.S.C. § 106(1)(6), which
authorizes the Administrator of the FAA to enter into and perform such contracts, leases,
cooperative agreements and other transactions as may be necessary to carry out the
functions of the Administrator and the Administration on such terms and conditions as
the Administrator may consider appropriate. Nothing in this Agreement will be
construed as incorporating by reference or implication any provision of Federal
acquisition law or regulation.
ARTICLE 14. Disputes
Where possible, disputes will be resolved by informal discussion between the parties. In
the event the parties are unable to resolve any dispute through good faith negotiations, the
dispute will be resolved by alternative dispute resolution using a method to be agreed
upon by the parties. The outcome of the alternative dispute resolution will be final unless
it is timely appealed to the Administrator, whose decision is not subject to further
administrative review and, to the extent permitted by law, is final and binding(see 49
U.S.C. § 46110).
ARTICLE 15. Warranties
The FAA makes no express or implied warranties as to any matter arising under this
Agreement, or as to the ownership, merchantability, or fitness for a particular purpose of
any property, including any equipment, device, or software that may be provided under
this Agreement.
Non-Federal Reimbursable Agreement V88 July 10,2019 Page 10 of 12
Agreement Number
AJW-FN-WSA-18-WP-002564
ARTICLE 16. Insurance
The Sponsor will arrange by insurance or otherwise for the full protection of itself from
and against all liability to third parties arising out of, or related to, its performance of this
Agreement. The FAA assumes no Iiability under this Agreement for any losses arising
out of any action or inaction by the Sponsor, its employees, or contractors, or any third
party acting on its behalf.
ARTICLE 17. RESERVED
ARTICLE 18. Civil Rights Act
The Sponsor will comply with Title VI of the Civil Rights Act of 1964 relating to
nondiscrimination in federally assisted programs.
ARTICLE 19. Protection of Information
The parties agree that they will take appropriate measures to identify and protect
proprietary,privileged, or otherwise confidential information that may come into their
possession as a result of this Agreement.
ARTICLE 20. Security
In the event that the security office determines that the security requirements under FAA
Order 1600.72A applies to work under this Agreement,the FAA is responsible for
ensuring that security requirements, including compliance with AMS clause 3,14.2.1,
Contractor Personnel Suitability Requirements are met.
Non-Federal Reimbursable Agreement V88 July 10,2019 Page 11 of 12
Agreement Number
AJW-FN-WSA-I8-WP-002564
ARTICLE 21. Entire Agreement
This document is the entire Agreement of the parties,who accept the terms of this
Agreement as shown by their signatures below. In the event the parties duly execute any
amendment to this Agreement, the terms of such amendment will supersede the terms of
this Agreement to the extent of any inconsistency. Each party acknowledges
participation in the negotiations and drafting of this Agreement and any amendments
thereto, and, accordingly that this Agreement will not be construed more stringently
against one party than against the other. If this Agreement is not executed by the Sponsor
within 120 calendar days after the FAA transmits it to the Sponsor,the terms contained
and set forth in this Agreement shall be null and void.
AGREED:
FEDERAL AVIATION UKIAH MUNICIPAL AIRPORT
ADMINISTRATION
SIGNATURE SIGNATURE
NAME _ Bradley K. Logan NAME Sage 4angiacorno
TITLE Contracting Officer TITLE City Manager
DATE DATE j I-5 —I ct
Non-Federal Reimbursable Agreement V88 July 10,2019 Page 12 of 12