HomeMy WebLinkAboutContracts & Agreements_165A-2003_CCv0001.pdf Ow
U.S Department Westem-Pacific Region Federal Aviation Administration
of Transportation Airports Division P.O.Box 92007
Los Angeles,CA 90009-2007
Federal Aviation
Administration
August 21, 2003
Mr. Charlotte Kranenburg VO
Airport Manager 6lA or, I I�
City of Redlands ((tA
Municipal Utilities OV
35 Cajon Street, Suite 15A
Redlands, CA 92373
Dear Ms. Kranenburg:
The Redlands Municipal Airport, fiscal year 2003 Airport Improvement
Program Project No. 3-06-0195-07, Contract No. DTFA08-03-C-21669, has
been approved. Enclosed are the original and four copies of a grant
offer, under which the United States commits itself to participate in
the allowable cost of the project not to exceed $1, 793, 107.00.
Your acceptance of the grant offer will obligate the City of Redlands
to accomplish the described development. An official of the sponsor
shall accept the offer on or before the date specified in paragraph 6,
page 2 of the grant offer by signing the enclosed instruments in the
space provided. C 1W t,tt�, 4,,) 0.4-'1 FAA 1111,,,re4. ftl Ack
The date of the execution OoV�theel�qrant offer should be the same as, or'
later than, the date of the resolution. The certificate of sponsor's JW-L=,
attorney shall be the same as, than, the date of execution.
When the documents are fully executed, certified, attested, and
appropriate seals impressed, please return the original and three
copies of the grant agreement to this office.
of
Sincerely, V,
Ruben Cabalbag,
Supervisor, Standards Section
Enclosures
U.S. Department
of Transportation -
Federal Aviation
Administration
GRANT AGREEMENT
Parti—Ofer
Date ofOffer: August 21. 2003
Redlands Municipal Airport
Project No. 3-U6- 195-07
Contract No, DTFA08-03-C'21669
TO: City mtRedlands
(herein called the°Sponaor")
FROM: The United States ufAmerica (acting through the Federal Aviation
Administration, herein called the"FAA")
WHEREAS, the Sponsor has submitted to the FAA Project Application dated January 7, 2003, for a grant of
Federal funds for a project at or associated with the Redlands Municipal Airport Area which Project
Applications, as approved by the FAA, are hereby incorporated herein and made part hereof; and
WHEREAS,the FAA has approved a project for the Airport or Planning Area (herein called the"Project")
consisting cfthe following:
Rehabilitate Runway 8/2G. approximately 4.GU5feet by7Sfeet, ino(uding -;
Rehabilitate parailel taxiway and taxiway connectors, approximately 4,505 feet by 3Gfeet, including
markingmarking.
all aomore particularly described |nthe Project Application,
NOW THEREFORE,pursuant to and for the purpose ofcarrying out the provisions of the Airport and Airway
Improvement Act of1gU2. aaamended bythe Airport and Airway Safety and Capacity Expansion Act of1Q87.
herein called the"Act,"and/or the Aviation Safety and Noise Abatement Act of 1979, and in consideration of(a)
the Sponsor's adoption and ratification of the representations and assurances contained in said Project Application
and its acceptance of this Offer as hereinafter provided, and (b)the benefits to accrue to the United States and the
public from the accomplishment of the Project and compliance with the assurances and conditions as herein
provided,THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OFTHE UNITED STATES,
HEREBY OFFERS AND AGREES bzpay, aothe United States share ufthe allowable costs incurred in
accomplishing the Project, Q0.00penoantum.
The Offer iemade mnand subject tuthe following terms and conditions:
Conditions
1. The maximum obligation cfthe United States payable under this offer shall bm$1.7S3.1O7.00. For the
purposes of any future grant amendments which may increase the foregoing maximum obligation of the
United States under the provisions cf Section 512(b)ofthe Act,the following amounts are being specified
for this purpose:
$ for planning
$ 1.783.107,00 for airport development ornoise program '
.
implementation.
2. The allowable costs ofthe project shall not include any costs determined bvthe FAA tobeineligible for
consideration aaUmallowability under the Act.
3. Payment of the United States share of the allowable project costs will be made pursuant to and in
accordance with the provisions of such regulations and procedures as the Secretary shall prescribe. Final
determination ofthe United 8toh*s share will bebased upon the final audit ofthe total amount nfallowable
project costs and settlement will be made for any upward or downward adjustments to the Federal share of
onmto.
4. The sponsor shall carry out and complete the Project without undue delays and inaccordance with the
.
terms hereof, and such regulations and procedures as the Secretary shall prescribe, and agrees to comply
with the assurances which were made part ofthe project application.
5. The FAA reserves the right to amend or withdraw this offer at any time prior to its acceptance by the
sponsor.
8. This offer shall expire and the United States shall not beobligated topay any part ofthe costs ofthe p project
unless this ofherhas been accepted bythe sponsor onorbefore August 28,2083. orsuch subsequent 'date
aomay baprescribed inwriting bythe FAA,
7, The sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent
fraudulently,wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any
project upon which Federal funds have been expended. For the purposes of this grant agreement, the term
°Fedeualfunds°rneanmfundahoxveverusedordiabursedbythesponsorthedvvenoohQina{|ypeidpunsuant
bmthis orany other Federal grant agreement. |tshall obtain the approval ofthe Secretary amioany
determination mfthe amount ofthe Federal share ofsuch funds. |tshall return the recovered Federal
share, including funds recovered by settlement, order or judgment, to the Secretary. |tshall furnish tothe
Secretary, upon request, all documents and records pertaining to the determination of the amount ofthe
Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All
settlements or other final positions of the sponsor, in court or otherwise, involving the recovery of such
Federal share shall be approved |nadvance bythe Secretary.
8. The United States shall not be responsible or liable for damage to property or injury to persons which may
arise from, or be incident to, compliance with this grant agreement.
Page 2ofOPages
^
. A. It is understood and agreed by and between the parties hereto that this Grant Offer is made and accepted
upon basis of preliminary plans and specifications; and the parties hereby covenant and agree that within
' 18Ucalendar days from the date ofacceptance ofthis Grant Offer the Sponsorshod|furnishfina(p(aOoand
specifications tuthe FAA and that noconstruction work will becommenced hereunder nor will there be any
advertisement for bids for accomplishment of such work until the said final plans and specifications have
been approved bythe FAA; and the parties do hereby further covenant and agree that any reference made
inthis Grant Offer urinthe aforesaid Project application to plans and specifications shall be considered as
having reference tmsaid final plans and specifications aysoapproved.
10. Buy American Requirement. Unless otherwise approved bythe FAA, itwill not acquire orpermit any
contractor or subcontractor to acquire any steel or manufactured products produced outside the United
States bnbeused for any projects for airport development ornoise oornpabbi|dvfor which funds are
provided under this gronL The sponsor vvi|| include inevery contract eprovision
' implementing this special
condition.
11. Pavement Maintenance Management Program: For eproject toreplace orreconstruct pavement sdthe
airport,the sponsor shall implement an effective pavement maintenance management program as is
required bvAirport Sponsor Assurance Number 1i. 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 to the provisions in the attached outline entitled "Pavement
Maintenance Management Pnogrern".
.
12. Letter of Credit: 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.
13. Informal Letter Amendment mfAIPProjects: |tismutually understood and agreed that if, during the life
ofthe project, theFAAdedamnineathotihemoxirnunngrantob|i8ationofthaUndodSteteaexceadothe
expected needs of the Sponsor by$25,000.00 or five percent(5%),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. |tiafurther
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 beunilaterally amended byletter from the FAA. Upon issuance ofthe aforementioned letter, either the
grant obligation of the United States is adjusted to the amount specified or the grant description is
amended hothe description specified.
14. The Sponsor agrees toperform the following:
1. Furnish e construction management program to FAA prior to the start of construction which mhmU detail
the maomunos and procedures to be used to comply with the quality control provisions of the
construction oontnact, induding, but not Unnik*d to, all quality control provisions and tests required by the
Federal specifications. Theprognamshaii /no/ude aaominimum:
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 adescription ofthe services b> beprovided.
u' Procedures for determining that baaUng laboratories meet the requirements of the American Society
ofTesting and Materials standards omlaboratory evaluation, referenced inthe contract specifications
(Q3GGG, C1O77)�
d. Qualifications of engineering supervision and construction inspection personnel.
e' A |imbnQ of all tests required by the contract specifications, including the h/pa and frequency of tests
to be baken, the method of sampling, the applicable test standard. and the acceptance ohbmha or
tolerances permitted for each type oftest,
Page 3of8Pages
� ~ 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 atcompletion of the pnoject, a final test and quality control report documenting the results of all
b»mbu perforned, highlighting those basba that failed or did not meet the applicable bast standard. The
report shall include the pay reductions applied and reasons for accepting any out-of-tolerance material.
Auinterim test and quality control report shall be submitted, ifrequested bvthe FAA.
3. Failure to provide a complete report as described in paragraph 2, or failure to perform such tests, shall,
absent ofany compelling justification, result in a reduction in Federal participation for costs incurred in
connection with construction of the applicable pavement. Such reduction shall beatthe 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 LVto| pavement
constructed under the grant agreement.
4. The FAA at its disonabon, ruaen/am the right to conduct independent tests and to reduce grant
payments accordingly if such independent tests determine that sponsor tests results are inaccurate.
15. The attached new Part V Assurances are hereby substituted in lieu of those in the Sponsor's Project
.Application and made apart hereof.
` 16' Maximum Obligation Increase for NwnprirnaryAirports: |naccordance with Section 471OO(b)of
thm/��. mmonnended. themaxirnumnoWigationoftheUnitmdStehes. asste�dinCond1tionNo. 1of' this
Grant Offer:
a. may not beincreased for aplanning project;
b. may beincreased bynot more than 15percent for development projects;
o. 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.
Page 4ofGPages
� The Sponsors acceptance ofthis Offer and ratification and adoption ofthe Project Application incorporated
herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafterprovided, and this
Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act,constituting the contractual
obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project
and compliance with the assurances and conditions aeprovided herein. Such Grant Agreement shall become
effective upon the Sponsor's acceptance ufthis Offer.
UNITED STATES OF AMERICA
FEDERAL AVIATION ADMINISTRATION
(Name) &it
^[T�e) ard� 8eu�mn ~~~
Part 11 - Acceptance
The Sponsor does hereby ratify and adopt all assurances, statements, representations,warranties, covenants,
and agreements contained in the Project Application and incorporated materials referred to in the foregoing
Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and
conditions inthis Offer and inthe Project Application. Executed this ofAugust, 2O03
(Name of Sponsor)
By
(SEAL) (Sponsor's Designated Official
Title Mayor
Title: — City Clerk
CERTIFICATE OF SPONSORS ATTORNEY
1, Daniel 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
the State of California. Further, I have examined the foregoing Grant Agreement and the actions taken by said
Sponsor and Sponsors official representative has been duly authorized and that the execution thereof is in all
respects due and proper in accordance with the laws of the said State and the Act. 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,
Dated � ��
=== day
of Auqust . 2003,
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 preventative 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
* Type of pavement
* Dimensions
* Year of construction or most recent major rehabilitation
For compliance with the Airport Improvement Program assurances,pavements that have been
constructed, reconstructed, or repaired with Federal financial assistance shall be so depicted.
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 3 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.
Page 6 of 6 Pages
_tF •..• ♦:�. y w• !• i Y' # i a M - w♦ Ii..tx w i t �.
• iii at _i i„. • t •i'
_i•a :r E• i
V • ttt- „A
+ F• „s- x
ri• s is a i t _ .,# •• R - • i.w .,w .t
t .E •r i
a f•er: „9 •r ..t i t - r♦ "'+i I w i�.. •r{ •• • „*„�
a-♦t _s•w:..i r ♦^ • s •t _# t •'' • i Yap• .,-.• L :.,Y- „y,.. t ..s r^ ♦w ..sa! s
wa N•stta tit • •rs _t i r :,.•r • 4 t - i • ^ r.;..w :,,
.rt• Xt • t `
•' t - Y
+- ,• #t •• x ♦ t =ix i' • t ....`\, _t ,w- , `!G! •! • +� ft tl t • ...
' L ••
' - t `e• • i _� { .,s t a +. �r• _ ..t •• ..$ s • it s t' r
• i _Sl♦ • Z x:+ ♦ ri • {I• .,.t • A•'\V ! .t t:... L :...'•t•�..N ;! :.iy i- i'i_
.,wi t t.•
tt :..•:., - 1 • t t •• t • t ..it r • f !t♦ s, ..+C+.V t _# ♦"
• «a, r _
` • :..w:_w r t+.t ..• ,.• .. e• ...N! i• ,. • ..ft^ r• ♦• :3 tw:..1+ ! .i t ^
{ _ft f ! F "t ii •. a ..1. {:...
t-. �:•V4"i i ^• 6f _wi { :•. ( i' _t s ••• i �..♦• ._ t ♦ !+. v,*j Iris
a ..s .. . • .:.•• �i • ' ♦ :.,•`.„ 1 ,., - i --i • r - lrsx- : ,.rr:•r_s w- •
•,>-_t s -t a ♦ ♦ �.•»t•. 2:: w♦ • {• +.. r _+.`*�. _s .r.:-,. r i ^ •i -_ _at :. r^3
---t s fil iolt*^ • - sv ♦ t 4 a x - FR- a t - • a .i♦
•• t4 d� x • "f•4 t„V• _ +.i :1."'tiwY 1 w•. ..t w w.:S xi{,:•,. tE ,".e"'ti:�..#r li t c.. r} .•
t ct
:.♦# r�{#.`•.. .®..t x i r_ r• w ss ♦ i_ t ..! • ,:.a i ` x. L«.' S` 4 {
;.#•a.,ar•{.it.: ...ww::•rt i.'^ �f r +.. • ..♦:» S i♦. •s Z ♦ • �....i+ t •+►. Ft# ♦ w i
.r 'tt:ti
'# •t{-
• ••tr ^"
•
-
-
150/5345-28D, CHG 1 Pression Approach Path Indicator(PAPt)Systems
15015345-39B, CHG 1 FAA Specification L&Z, Runway and Taxiway Centarime Retroreiective k arkers
15015345-42C,CHG 1 Specificafion for Airport Light Bases,Transformer Housings,Junction Boxes and
Accessories
150153345-43E Specificafion for Obstruct n Lighting Equipment
150/534544F,CHG 1 Specification for Taxiway and Runway Signs
1501454.5.45A Lightweight Approach Light Structure
15O 5345-46A Specification for Runway and Ta dway Light FDtzw
150/5345-47A !solation Transformers for Airport Lighting Systems
150/534&49A Specification L854, Radio Control Equipnxmt
15015345-50,CHG 1 Specification for Portable Runway Ligtft
15015345-51,CHG 1 Specification for Disct�Type Flamer Equipment
15DP'345-52 Generic Visual GGdesiope kxkmtom(GVGi)
150/5345 WA Airport Lighting Equipment Certification Program
(including addendum)
150/5360-9 Planning and Design of Airport Terminal Facies at NonHub Loraions
15015360-12A Airport Signing&Graphics
15015360-13,CHG 1 Planning and Design Guidance for Airport Termirial Fac ilitres
15015370-2C Operational Safety on Airport,During Const ructim
15t}15`370-6B Construction Progress and Inspection ReportAirport Grant Program
150/5370-14A, CHG 1,2, Standards for Specifying Construction of marts
3=4,5,6,7,8,9
15015370-11,CHG 1 Use of Nondestructive Testing Devices in the Fvattiation of Airport Pavements
15015370-12 Quality Control of Construction for Airport Grant Projects
15015390-2A Heliport Design
15015390-3 Vertiport Design