Full Text
U.S. Department of Transportation Federal Aviation Administration Grant Agreement Part 1 - Offer Pullman/Moscow Regional Airport Pullman-Moscow, Washington Date of Offer: Thursday, September 8, 2011 Project Number: 3-53-0051-037 Contract Number: DOT-FA 11 NM-0099 To: Cities of Pullman, WA and Moscow, ID, Washington (herein called the "Sponsor") From: The United States of America (acting through the Federal Aviation Administration, herein called the "FAA") WHEREAS, the Sponsor has submitted to the FAA a Project Application dated May 2, 201 1 , for a grant of Federal funds for a project at or associated with the Pullman/Moscow Regional Airport which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport (herein called the "Project") consisting of the following: Rehabilitate Runway 5/23 (phase Expand Aircraft Rescue and Fire Fighting Building; Security Enhancements; Acquire Snow Removal Equipment (track steer); all as more particularly described in the Project Application. FAA Form 5100·37 PG 1 (10-89) Page 1 of 12 2.D\ \ ·41 ---PAGE BREAK--- NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49, United States Code, and in consideration of 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 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 OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States share of the allowable costs incurred in accomplishing the Project, ninety-five (95) percentum of all allowable Project costs. This Offer is made on and subject to the following terms and conditions: Part I - Conditions 1) The maximum obligation of the United States payable under this Offer shall be $4,1 07,458.00. For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 471 08(b) of the Act, the following amounts are being specified for this purpose: For planning $0.00 $4,1 07,458.00 For airport development or noise program implementation 2) The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consideration as to allowability under the provisions of 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 of the United States' share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4) The Sponsor shall carry out and complete the Project without undue delays and in accordance 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 of the project application. 5) The FAA reserves the right to amend or withdraw this Offer at any time prior to its acceptance by the Sponsor. FAA Form 5100-37 PG 2 (10-89) Page 2 of 12 ---PAGE BREAK--- 6) This Offer shall expire and the United States shall not be obligated to pay any part of the costs of the project unless this Offer has been accepted by the Sponsor on or before Wednesday, September 1 4, 201 1 , or such subsequent date as may be prescribed in writing by the 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 "Federal funds" means funds however used or disbursed by the Sponsor that were originally paid pursuant to this or any other Federal grant agreement. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order, or judgment to the Secretary. It shall furnish upon request, all documents and records pertaining to the determination of the amount of the 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 in advance by the 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. 9) Trafficking in persons: a) Provisions applicable to a recipient that is a private entity. i) You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not- Engage in severe forms of trafficking in persons during the period of time that the award is in effect; Procure a commercial sex act during the period of time that the award is in effect; or Use forced labor in the performance of the award or subawards under the award. ii) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subreceipient that is a private entity- (1 ) Is determined to have violated a prohibition in paragraph a.1 of this award term; or Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either- FAA Form 51 00-37 PG 3 ( 1 0-89) Page 3 of 12 ---PAGE BREAK--- Associated with performance under this award; or Imputed to your 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. i) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity- Is determined to have violated an applicable prohibition in paragraph a.1 of this award term; or Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either- Associated with performance under this award; or 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 Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. c) Provisions applicable to any recipient. i) You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. ii) Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: Implements section 1 06(g) of the Trafficking Victims Protection Act of 2000 {TVPA), as amended (22 U.S.C. 7104 and Is in addition to all other remedies for noncompliance that are available to us under this award. iii) You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. FAA Form 51 00-37 PG 4 (10-89) Page 4 of 12 ---PAGE BREAK--- d) Definitions. For purposes of this award term: i) "Employee" means either: An individual employed by you or a sub recipient who is engaged in the performance of the project or program under this award; or Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in-kind contribution toward cost sharing or matching requirements. ii) "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. iii) "Private entity": 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. Includes: 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 1 75.25(b). A for-profit organization. iv) "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. 71 02). FAA Form 5100-37 PG 5 (10-89) Page 5 of 12 ---PAGE BREAK--- Special Conditions 1 0) It is understood and agreed that the City of Pullman, WA and the City of Moscow, ID authorized the execution of the Application for Federal Assistance dated May 5, 2011 and Standard DOT Title VI Assurances dated May 5, 2011, on their behalf by Robb Parish, Airport Manager, and that they jointly and severally adopted and ratified the representations and assurances contained therein; and that the word "Sponsor" as used in the project application and other assurances is deemed to include the City of Pullman, WA and the City of Moscow, I D. 11) 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 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 development and land 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. If the increase in project costs is attributable to planning items, the maximum United States obligation may not be increased. 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. 12) In accordance with Section 471 08(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 for land projects. 1 3) Unless otherwise approved by the FAA, the Sponsor 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. The Sponsor will include in every contract a provision implementing this special condition. 14) The Sponsor agrees to perform the following: FAA Form 5100-37 PG 6 (1 0-89) Page 6 of 12 ---PAGE BREAK--- 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: i) 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. ii) Names of testing laboratories and consulting engineer firms with quality control responsibilities on the project, together with a description of the services to be provided. iii) 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 1 077). iv) Qualifications of engineering supervision and construction inspection personnel. v) 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. vi) 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-ofő 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 b, or failure to perform such tests, shall, absent any compelling justification, result in a reduction in Federal participation for costs incurred in connection with construction of the applicable pavement. Such reduction shall be at the discretion of the FAA and will be based on the type or types of required tests not performed or not documented and will be commensurate with the proportion of applicable pavement with respect to the total pavement constructed under the grant agreement. FAA Form 5100-37 PG 7 (1 0-89) Page 7 of 12 ---PAGE BREAK--- 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. 15) For a project to replace or reconstruct pavement at the airport, the Sponsor shall implement an effective airport pavement maintenance management program as required by Airport Sponsor Assurance Number 11. The Sponsor shall use such program for the useful life of any pavement constructed, reconstructed, or repaired with Federal financial assistance at the airport. 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: i) location of all runways, taxiways, and aprons; ii) dimensions; iii) type of pavement, and; iv) year of construction or most recent major rehabilitation. b) Inspection Schedule. i) 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 1 50/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," the frequency of inspections may be extended to three years. ii) 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: i) inspection date; ii) location; FAA Form 5100-37 PG 8 (1 0-89) Page 8 ol12 ---PAGE BREAK--- iii) distress types; iv) maintenance scheduled or performed. (1 ) 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. 1 6) The Sponsor shall provide for an annual audit in accordance with Office of Management and Budget Circular A-133. The Sponsor shall provide one copy of the completed A-133 Audit to the FAA Airports District Office and three copies of the audit to: Federal Audit Clearinghouse, Bureau of the Census, 1201 1 Oth Street, Jeffersonville, IN 47132. FAA Form 5100-37 PG 9 (10-89) Page 9 of 12 ---PAGE BREAK--- The Sponsor's acceptance of this Offer and ra-:ification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offm and Acceptance shall comprise a Grant Agreement, as provided by the Act constitutin9 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 as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. Part II - Acceptance CERTI I ATE OF SPONSOR'S ATTORNEY I, . . . . .D':ff . . . . . . . . . . . . . , 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 Washington. Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and 1hat the execution thereof is in all respects due and proper and 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 at . . -f.P. . this . . . . . . FAA Form 51 00-37 PG 1 0 ( 1 0-89) Page 10 of 12 ---PAGE BREAK--- (SEAL) CERTIFICATE OF SPONSOR'S ATTORNEY I Brian M. Werst t' Att f th S , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , ac rng as orney or e ponsor 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 Washington. Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and 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 at .1\UrJ this day . Signature of Sponsor's Attorney FAA Form 5100-37 PG 11 (10-89) Page 11 of 12 ---PAGE BREAK--- A-133 Single Audit Certification Form The Single Audit Act of 1984, implemented by OMB Circular A-133 (Audits of States, Local Governments, and Non-Profit Organizations) establishes audit requirements for State and local governments that receive Federal aid. State or local governments (City, County. Airpon Board) that expend $500,000 or more a year (calendar or fiscal) in total Federal financial assistance must conduct an audit and submit it to the Federal Audit Clearinghouse. For more information on the Single Audit Act requirements please reference the following web site: http://hnrvester.census.gov/saċl This notice is our request for n copy of your most recent audit, whether o r not there are any significant findings. In accordance with your Aiq>ort Improvement Program (AlP) grant agreement, you must also provide the following certification to your local Airports District Office (ADO). Please fill out the information below by checking the appropriate line(s), sign, date, and return this forn1 to the FAA local ADO identified at the bottom of the form. Aimort Sponsor Infonnation: Sponsnr Nom