Loading...
HomeMy WebLinkAboutContracts & Agreements_5-1980_CCv0001.pdf C 0 N T R A C T THIS AGREEMENT, made and entered into this /f day of +19-7 in Redlands, California by and between the City of Redlands , a political subdivision of the State of California, hereinafter re- ferred to as "City" , and the firm of Taylor Research Associates of Los Angeles, California, hereinafter referred to as "Contractor" , WITNESSETH: WHEREAS, the City wishes to provide for the protection and efficient and orderly further development of the Redlands Municipal Airport; and WHEREAS, such development can best be accomplished through a Master Plan and Environmental Impact Study bringing together the diverse and competing interests of the community; and WHEREAS, the Federal Aviation Administration through the Plan- ning Grant Program of the "Airport and Airways Development Act of 1970, Amended" , is authorized to expend federal funds for the compilation of such Master Plan and Environmental Impact Study; and ' WHEREAS, such a Master Plan and Environmental Impact Study will provide expert recommendations as to guidelines for future develop- ment to fulfill aviation needs, meet community goals, be compatible with the environment, and guide vicinity land use; and WHEREAS, the City through orderly process has selected the Contractor as retaining the most qualified and experienced personnel available to undertake the Master Plan and Environmental Impact study under said Planning Grant Program; and WHEREAS, it is in the public interest that said Master Plan and Environmental Impact Study be undertaken and completed, NOW, THEREFORE, the parties hereto do mutually agree as follows: 1. PURPOSE. The City engages the Contractor to furnish services herein- after set forth, under conditions and for the compensation herein stipulated, and the Contractor accepts said engagement upon said terms. Contractor understands and agrees that the purpose of this contract is to engage contractor to prepare in finished form. an Airport Piaster Plan and Environmental Impact Study, hereinafter referred to as "Master Plan" , of the type described in Section 13 of the "Airport and Airways Development Act of 1970, Amended" , in a manner and form which will be of substantive value to the City in planning future development of its airport and which will qualify for federal assitance under the Planning Grant Program described in said section. More specifically, it is the understanding of the parties that said Master Plan shall be based on the scope of work defined in TAB IV entitled Program Narrative - Redlands Municipal Airport Master Plan, as contained in an FAA Planning Grant Application for the Redlands Municipal Airport Master Plan dated by letter of transmittal August 20, 1979 and herewith attached hereto as Exhibit A and made a part of this contract by reference thereto. It is further understood by the contractor that a material element in the preparation of said Plaster Plan is the development by the Contractor of appropiate and necessary reports for concerned governmental agencies and for public dissemination. It is mutually understood and agreed by the parties hereto that this contract is subject to the tendering of a Grant Offer by the Federal Aviation Administration (FAA) under the Planning Grant -2- Program of the Airport and Airways Development Act of 1970 to the City and the acceptance of said Grant Offer and the execution of a Grant Contract between the FAA and the City. In the event a Grant Offer is not tendered to the City by the FAA, or the City declines to execute a Grant Contract with the FAA then this contract shall be null and void and have no force and effect. 2. AREA COVE-RED. The Contractor shall perform all services under this contract in connection with and with respect to the Airport Master Plan and Environmental Impact Study including consideration of the market service area and the environs, including but not limited to the relevant areas of San Bernardino County. 3. SCOPE OF WORK. The contractor agrees to perform the duties set forth in and in accordance with that certain Application to the Federal Aviation Administration, for matching funds under the Planning Grant Program of the Airport and Airways Development Act of 1970, Amended, attached hereto as Exhibit A and made a part hereof by reference. 4. CONTRACT RESPONSIBILITY. Contractor Project Manager Mr. James L. Taylor shall be assigned by the Contractor to manage and supervise the performance of this- contract on behalf of the Contractor. Contractor shall not change Project Manager without the prior written approval of the City. Associated with the Contractor' s Project Manager shall be staff members whose experience and qualifications are appropiate for this study. The City will be represented by the Public Works Director, City of Redlands or his designee for all matters relating to this contract. -3- 5. PERSONNEL. A. The Contractor further represents that the classifications of personnel listed as Consultant Staff under TAB IV - Program Narrative, Section VI of the aforementioned FAA Planning Grant Application will be responsible for the work or services required in their respective technical displines. Contractor further agrees to provide such evidence of actual amounts of time expended as required by Chanter 6 of the regulations controlling said Plann- ing Grant Program, attached hereto as Exhibit B and made a part hereof by reference. A cost breakdown is contained in Figure 3-2, "Basis for Cost Estimates" in TAB III of Exhibit A. B. The Contractor represents that he has, or will secure at his own expense, all personnel required in performing the services under this contract. Such personnel shall not be employees of or have' any contractual relationship with the City. C. All of the services required hereunder will be performed by the Contractor or under his supervision, and all personnel engaged in the work shall be fully qualified. D. None of the work or services of this contract shall be sub- contracted without the prior review of the subcontract by the City and the written approval of the City. 6. STANDARDS. The Contractor agrees that the performance of work and services pursuant to the requirements of this contract shall conform to high professional standards. 7. DELIVERABLE ITEMS. The Contractor in preparing said Master Plan shall deliver to the City the following items in accordance with provisions of this Contract: -4- A. REPORTS. As defined in Task V -Documentation, of TAB Iv of the Exhibit A FAA Planning Grant Program Application, the follow- ing documentation of the Redlands Municipal Airport Master Plan will be provided by the Contractor: (1) Master Plan Technical Report - This report will provide detailed documentation of all technical data, special studies, criteria and standards used, and plan development as required for record. (2) Master Plan Drawings - All plans will be represented as 24" x 36" size engineering drawings and will reflect the phased development as proposed. All drawings shall conform to FAA criteria where applicable and standard engineering practice. (3) Master Plan Summary Report ® This report is a compre- hensive summary of the above Technical Report. This summary report will document the proposed master plan in detail and summarize key supporting data, studies,. criteria and standards as required to qualify the plan. (4) Environmental Impact Assessment Report - This report will be developed in two stages in accordance with applicable Federal and State laws, regulations and standards—, As required by FAA guidelines, a "Preliminary" Environmental Impact Assessment Report will first be developed for A95 and public review, at least thirty (30) days prior to a public hearing. Subsequently, A95 comments and results of the public hearing will be incorporated into a final Environmental Impact Assessment Report. -5- B. REPORTS - DRAFT SUBMISSIONS. (1) The drafts of all Reports and preliminary drawings specified hereinabove shall be submitted to the City and to the FAA in five(5) copies each no later than the date specified in the Time of Performance paragraph 8 below. (2) The City shall review the draft reports and preliminary drawings and at the conclusion of its review meet with the Contractor to .assist the Contractor in draft revisions as may be required for the preparation of the reports in final form. The City shall return the draft forms of said reports and preliminary drawings with any written comments for revision to the Contractor within twenty(20) working days after receipt of said materials by the City. The City shall acknowledge receipt of the Final Repprts and Drawings from the Contractor in writing. C. REPORT - SUBSTANTIVE REQUIREMENTS. The Final Master Plan Reports will contain sufficient detailed explanation and documenta- tion so as to constitute a complete document in its own right. Each report shall be page numbered and shall contain a table of contents. D. REPORTS - PUBILICATIONS. (1) The Contractor shall provide to the City the following number of copies of final reports and drawings: (a) Master Plan Technical Report' - 35 copies, including five (5) copies to be provided to the FAA. (b) Master Plan SummaryE2port - 50 copies, including five (5) copies to be provided to the FAA. -6- (c) Master Plan Drawings - originals, two (2) reproducible sets and ten(10) blueline copies, including five(5) blueline copies to be provided to the FAA. (d) Environmental Impact Assessment Report (EIR) i. Preliminary EIR - 50 copies for A95 and Public review. ii. Final EIR - 35 copies for City distribution. (2) A camera-ready copy of each of the abovereportsshall be furnished to the City under this agreement. (3) Slides or viewgraphs of graphic material developed by the Contractor in the course of his work shall be provided to the City. E. MONTHLY PROGRESS REPORTS. (1) Letter type progress reports shall be submitted by the Contractor to the City within three (3) calendar days from the end of each month commencing from the date of notice to proceed provid- ed for in paragraph 8 , following hereinafter. Progress reports shall be provided in three (3) copies untill such, time as the final Report is accepted by the City. (2)The Progress Reports shall consist of: (a) A narrative description of the work performed since the last letter report (or in the case of the first report since the start of the study) , percent of project completion and any difficulties or delays encountered. The report shall indicate clearly the division of work between City staff, under force account, and the Contractor. (b) A schedule of planned activities during the next month, and any difficulties or delays anticipated. In addition to the reason for any actual or anticipated delays , the report shall -7- indicate soecifically the effect of such delays on the approved project budget and recommendations for solutions to any budgetary problems. F. ORAL PRESENTATIONS AND MEETINGS. The Contractor shall be responsible for making not more than six (6) oral reports and presentations at meetings and/or public assemblies as may be designated by the City up to the time of the submittal of the final reports. 8. NOTICE TO PROCEED AND TIME OF PERFORMANCE A. CONTRACTOR SERVICES. The services of the Contractor are to commence upon the delivery by the City of a NOTICE TO PROCEED following execution of the Grant Contract between the City and the FAA as set forth in paragraph 1 of this contract, and shall be undertaken and performed in such way as to assure the expeditious completion of the Master Plan in final form in the light of the purpose of this contract. In any event, all of the services required hereunder to produce the draft Final Reports of the Master Plan shall be completed and the draft Final Reports deliver- ed to the City within nine (9) consecutive calendar months from the date of Contractor' s receipt of the Notice to Proceed. The City' s 20-day review of reports, EIR processing time and the Contractor' s time to revise the drafts into Final Reports are not included in the Nine (9) month period. B. EXTENSIONS TO TIME OF PERFORMANCE. The City shall grant reasonable extensions to the schedule of performance when it is necessary, in the opinion of the City, to allow for delays beyond the control and without the fault or negligence of the Contractor. 9. DETERMINATION OF ACCEPTABILITY. The work listed in Exhibit A Planning Grant Application attached to this contract are only indicative of the work to be performed by the Contractor and shall serve as a basis for the Contractor to carry out such research as is necessary to fulfill the object- ive of this contract, and are not to be narrowly construed as being the only items for which the Contractor is responsible. The Con- tractor shall be responsible for completion of the work in accord with high professional standards in sufficient coverage to meet FAA requirements for Airport Master Plan Studies. The City shall be the sole judge of the adequacy of the Contractor' s work in meeting such standards. The City shall not, however, unreasonable withhold its approval as to the adequacy of such work. 10. CONTRACTOR RESPONSIVENESS . It is the intention of the parties that the Contractor be free to develop his findings and judgements independently. In so doing the Contractor shall work closely with the professional staff of the City during the course of the study. The Contractor shall not construe this paragraph in such a way as to limit interaction to the formal written progress reports, draft reviews, oral present- ations, or deliverable products, but shall construe this paragraph to mean reasonable responsiveness to informal contacts between staff of the City and the Contractor. Mr. James L. Taylor, Contractor' s representative in charge, will be available for organizational coordination conferences in person, in the City of Redlands or other locations in Southern California that may be designated by the City for not more than five (5) trips and eight (8) meetings. -9- Contractor shall, in the course of performance of such services , consult with other governmental agencies, including the State of California, SCAG, County of San Bernardino and all Federal Agencies that may have an interest in air transportation. The purpose of these consultations is to guarantee that the interests of these agencies are considered in the study. 11. COMPENSATION. In consideration of the Contractor' s performance of services specified herein, the City agrees to pay to the Contractor the total sum of not to exceed: �rt -thousand-seven-hundred-tH�e�nt -five dollars ($ 30,725) 12. METHOD OF PAYMENT. The City shall pay the Contractor the amount set forth in paragraph 11 which shall constitute full and complete compensation for all the services performed pursuant to this contract. No monies shall be paid by the City except pursuant to a timely filed requisition for payment from the Contractor specifying that he is entitled to receive certain progress payments or final payment as noted hereinafter in paragraph 13 , subparagraph C. The requisition for each payment must also show the percentage of work completed and generally contain all information items required by federal regulations governing Planning Grant Programs as set forth in Exhibit B. 13. PROGRESS PAYMENTS. A. It is mutually agreed that this contract is being enter- ed into to provide a Master Plan in final form and that any and all other reports, summaries, and progress memoranda prepared _10- pursuant to this contract are herein required coley to conform to the above cited federal act and to provide the City with a guide by which it may accurately measure the quantum of work which there- tofore has been performed in the development of the finAl report. All payments made pursuant to this contract, therefore, shall be construed to be in consideration for all work herein required and no portion shall be allocable to the preparation orsubmissionof any interim report, summary or progress memorandum described in this contract. B. The amount set forth as compensation in paragraph 11 shall be due and payable within ten (10) days of submission of the final report to the City. C. Notwithstanding subparagraph B of this paragraph 13, the City shall advance to the Contractor the following amounts : (1) Six-thousand-nine-hundred-thirteen dollars ($ 6, 913) upon the submission of each of progress reports Nos. 2, 4 , 6, and 9 representing a total of: twenty-seven-thousand-six-hundred- fifty-two dollars ($ 27, 652) . (2) Three-thousand-seventy-three dollars ($ 3,073) upon Contractors submission of Final Reports and Drawings noted herein- before in paragraph 7 to the City. 14. COST OF LIVING COUNCIL REGULATIONS AND STANDARDS. The Contractor shall comply with applicable regulations and standards of the Cost of Living Council in establishing wages and prices. The Contractor understands and accepts that the sub- mittal of invoices and/or vouchers for property, goods and/or services purchased or furnished under this contract shall -11- constitute a certification that the amounts paid or to be paid do not exceed maximum allowable levels authorized by the Cost of Living Council regulations or standards. 15. DATA TO BE FURNISHED TO CONTRACTOR. All information, data, reports and maps as are existing, available and necessary for carrying out the work shall be furnished to the Contractor without charge by the City and the City shall cooperate with the Contractor in the carrying out of the planning work. 16. OWNERSHIP OF PLANS, REPORTS AND DOCUMENTS. After completion and delivery of the Final Reports and Draw- ings to the City and prior to the final payment to the Contractor by the City, the Contractor shall deliver to the City the original copies of the Final Reports of said Master Plan and all original engineering drawings and other plans produced as part of the Master Plan Study and Renort. All such reports, documents , drawings and plans shall become the property of the City. 17. AUDIT AND INSPECTION OF RECORDS. The Contractor shall permit the authorized representatives of the U. S. Department of Transportation (FAA) , the Comptroller General of the United States and the City, or any of their duly authorized representatives, to periodically inspect and audit all data and records of the Contractor relating to his performance under this contract. The Contractor shall retain copies of such data and records a minimum of three (3) years following contract completion or receipt of final payment, whichever is later. The Contractor shall incorporate the provisions of this paragraph in all subcontracts. -12- 18. TERMINATION OF CONTRACT FOR CAUSE. Except as otherwise provided herein, if the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the cove- nants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specfy- ing the effective date thereof, at least fifteen(15) days before the effective date of such termination. In that event, all finish- ed or unfinished documents, data, studies, surveys, drawings, maps, model, photographs and reports prepared by the Contractor shall, at the option of the City, become the City' s property, and the Contractor shall be entitled to receive compensation for costs or expenses incurred prior to the date of termination, less previously made payments of compensation. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virture of any breach of the contract by the Contractor. 19. TERMINATION FOR CONVENIENCE OF THE CITY. The City may terminate this contract at any time by giving written notice to the Contractor of such termination and specify- ing the effective of such termination. In that event, all finished or unfinished documents and other material as described in para- graph 15 hereinabove shall, at the option of the City, become its property. If the contract is terminated by the City as provided herein, the Contractor shall be paid an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of the Contractor covered by -13- this contract, less payments of compensation previously paid. 20. NOTICE TO THE CITY REGARDING LATE DELIVERY. In the event the Contractor encounters difficulty in meeting performance requirements, or anticipates difficulty in complying with the contract delivery schedule, or date, the Contractor shall immediately notify the City thereof in writing, giving pertinent details, including the date by which it expects to complete performance or make delivery provided, however, that this date shall be informational only in character and that receipt there- of shall not be construed as a waiver by the City of contract delivery schedule. 21. INSPECTION. The City, through authorized representatives, has the right at all reasonable times to insnect or otherwise evaluate the work performed or being performed hereunder and the premises in which 4t I- is being performed. If any inspection or evaluation is made by the City on the premises of the Contractor or a subcontractor, the Contractor shall provide and shall require subcontractor to provide all reasonable facilities and assistance for the safety and convenience of the City' s representatives in the performance of their duties. All inspections and evaluations shall be performed in such manner as will not unduly delay the work. 22. CHANGES. Any changes or amendments to this contract shall be by written consecutively numbered change orders and subject to the prior written review of the FAA. The City may, from time to time, require changes in the scope of work to be performed hereunder. In the event that such changes -14- Cause an increase or decrease in the work to be nerformed by the Contractor or the time for such performance, the compensation to be uaid to the Contractor and time of performance shall be equit- ably adjusted. 23. EQUAL EMPLOYMENT ASSURANCES. During the performance of this contract, the Contractor, for itself, its assignees and successors in interest agree as follows: A. COMPLIANCE WITH REGULATIONS. The Contractor shall comply with regulations and provisions of Executive Order No. 11246, entitled, "Equal Employment Opportunity" , as supplemented in U. S. Department of Labor Regulation 11 CFR, Part 60, which are herein incorporated by reference and made a part of this contract. B. NONDISCRIMINATION. The Contractor, with regard to work performed by it during the contract, shall not discriminate on the grounds of race, color or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the hereinabove reference regulation. C. SOLICITATIONS FOR SUBCONTACTORS. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procure- ments of materials or leases of equipment, each potential sub- contractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations reference hereinabove relative to nondiscrimination on the grounds of race, color or national origin. -15- D. INFORMATION AND REPORTS. The Contractor shall provide all information and reports required by the hereinabove referenced regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of informa- tion and its facilities as may be determined by the City or the FAA to be pertinent to ascertain compliance with such regulations, orders and instructions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so cerify to the City or the FAA as appropiate, and shall set forth what efforts it has made to obtain the information. E. SANCTIONS FOR NONCOMPLIANCE. In the event of the Contractor' s noncompliance with the nondiscrimination provisions of this contract, the City shall impose such contract sanctions as it or the FAA may determine to be appropiate, including, but not limited to: (1) Withholding of payments to the Contractor under the contract until the Contractor complies, and/or (2) Cancellation, termination or suspension of the contract, in whole or in part. F. INCORPORATION OF PROVISIONS . The Contractor shall include the nrovisions of subparagraph A through E in every subcontract, including procurements of materials and leases of equipment, unless exempted by the regulations or directives issued pursuant thereto. The Contractor shall take such action, with respect to any sub- contact or procurement, as the City or the FAA may direct as a means of enforcing such provisions including sactions for non -16- compliance, provided, however, that in the event the Contractor becomes involved in or is threatened with litigation with a sub- contractor or supplier as a result of such direction, the Contractor may request the City to enter into such litigation to protect the interests of the City and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 24. INTEREST OF MEMBERS OF THE CITY AND OTHERS. No officer, member or employee of the City, no members of its governing body and no public official of the governing body of the locality in which the project is situated or being carried out who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of this project shall participate in any decision relating to this contract which affects his personal interest or have any personal or pecuniary interest, direct or indirect, in this contract or the proceeds thereof. 25. ASSIGNABILITY. The Contractor shall not assign, sell or transfer any interest in this contract, without the prior written consent of the City thereto, provided, however, that claims for money due or to become due to the Contractor from the City under this contract may be assigned to a bank, trust company or other financial institution without such approval. Notice of any such assignment or transfer for such claims for money due or to become due shall be furnished promptly to the City. -17- 26. INTEREST OF CONTRACTOR. The Contractor covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict with the performance of services required to be performed under this contract. The Contractor further covenants that in the performance of this contract no person having such interest shall be employed. 27. OFFICIALS NOT TO BENEFIT. No member of or delegate to the Congress of the United States of America, and no Resident Commissioner, shall be admitted to any share or part of this contract or to any benefit to arise herefrom. 28. IDENTIFICATION OF DOCUMENTS. All reports, maps and other documents completed as a Dart of this contract, other than documents exclusively for internal use within the City shall carry the following notation on the front cover or title page, containing the name of the City and Airport: "The preparation of this document was financed in part through a planning grant from the Federal Aviation Administration as provided under Section 13 of the Airnort and Airways Development Act of 1970, Amended. The contents of this report reflect the views of - (Contractor's name) - who is responsible for the facts and accuracy of the data presented herein. The contents do not necessarily reflect the official views or policy of the FAA. Acceptance of this report by the FAA does not in any way consti- tute a commitment on the mart of the United States to participate in any development depicted therein nor does it indicate that the proposed development is environmentally acceptable in accordance with Public Laws 91-190, 91-258 , and/or 90-495 . " -18- 29. COPYRIGHTS. All rights of the Contractor to inventions and/or copyright of materials generated under this contract are subject to the regulations issued by the U. S. Department of Transportation, * Federal Aviation Administration and the City. Notwithstanding the above provision, no reports, maps or other documents produced in whole or part under this contract shall be the subject of an application for -copyright by or on behalf of the Contractor. 30. NOTICE. Any notice or notices required or permitted to be given nursuant to this contract may be personally served on the other party by the party giving such notice, or may be served by certi- fied mail, return receipt requested, to the following addresses: CITY: Mr. John A. Donnelly, Director Department of Public Works City of Redlands 30 Cajon Street Redlands, California 92373 CONTRACTOR: Mr. James L. Taylor, Principal Taylor Research Associates 1522 Malcolm Ave. Los Angeles, California 90024 31. UNITED STATES NOT A PARTY TO CONTRACT. The work in this contract is included in a Planning Grant Project which is being undertaken and accomplished by the City in accordance with the terms and conditions of a Planning Grant Contract between the City and the United States, under the Airport and Airways Development Act of 1970, Amended and the Regulations of The FAA, pursuant to which the United States has agreed to Day a certain percentage of the costs of the project that are determined to be allowable -project costs under the Act. -19- The United States is not, however, a party to the contract and no reference in this contract to the FAA or any representative thereof, or to any rights granted to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. 32. CONTRACTOR INDEPENDENT CONTRACTOR. While engaged in carrying out and complying with the terms and conditions of this contract, the Contractor is an independent contractor and not an officer, employee or agent of the City. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are in any manner agents or employees of the City. 33. HOLD HAWILESS. Contractor agrees to hold the City free and harmless from any and all liability and claims for damages by reason of any injury to any person or persons including but not limited to the Contractor and his employees, or property of any kind whatsoever and to whom- soever belonging, including but not limited to the Contractor and its employees and agents from any cause whatsoever arising from the negligent performance by the Contractor and its employees and agents of its obligations under provisions of this contract, nrovided, however, that Contractor shall not be liable to the City for any injury to persons or property which may result solely or primarily from the action or non-action of the City or its officers or employees nor from claims for inverse condemnation arising from adoption by the City of the Master Plan formulated by Contractor. -20- IN WITNESS WHEREOF the City and the Contractor have executed this Contract, as of the date first above written. A political subdivision of the State of Califronia 0 h A. Donnelly, Director Department of Public Works City of Redlands ATTEST: -�- Oddie J. Marti z, Jr. , or City of Redlands " TAYLOR RESEARCH ASSOCIATES CI amen L- Taylor, Prin ipal APPROVED AS TO FORM: Attorney -21- EXHIBIT A FAA PLANNING GRANT PROGRAM APPLICATION REDLANDS MUNICIPAL AIRPORT MASTER PLAN Dated: August 20, 1979 (By Letter of Transmittal) -- COPIES AVAILABLE FROM FILE -- -22- EXHIBIT B FAA REPORT ac 150/5900-1B Titled: The Planning Grant Program for Airports dated January 31, 1979 Reference: Chapter 3 - Consultant/Third-Party Contracts Chapter 4 - Administration & Monitoring of Planning Grant Projects Chapter 5 - Planning Grant Payment Procedures Chapter 6 - Planning Grant Close-out Procedures Appendix 11- Reprint, Appendix M, FAR Part 152 COPIES AVAILABLE FROM FILE -- -23-