Loading...
HomeMy WebLinkAboutMINUTES - 05161995 - 1.9 i i"O: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: MAY 16, 1995 SUBJECT: ACCEPT FEDERAL AVIATION ADMINISTRATION (FAA) GRANT FOR $750,0.00 (AIP PROJECT NO. 3-06-0008-08) FOR CONTRA COSTA COUNTY-BYRON AIRPORT SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. Recommended Action: APPROVE and AUTHORIZE the Chairman of the Board Of Supervisors to sign a Statement of Acceptance of said Grant Offer (entitled Part 1 - Offer) on behalf of Contra Costa County; and AUTHORIZE and DIRECT the Clerk of the Board to attest the signature of the chairman and to impress the official seal of Contra Costa County on the aforesaid Statement of Acceptance; and AUTHORIZE and DIRECT County Counsel to sign a certificate of Sponsors Attorney (entitled CERTIFICATE OF SPONSORS ATTORNEY) which certifies that the acceptance complies with all applicable laws and constitutes a legal and binding obligation. AUTHORIZE the Public Works Director to apply for a Grant of 4'/2% from the State of California, Department of Transportation (CALTRANS). APPROVE and AUTHORIZE the Public Works Director to sign updated Preapplication for Federal Grant. II. Financiallmpact: The total cost of the project is $833,333. 5Y2% of the project is the responsibility of Contra Costa County and will be paid out of the Airport Enterprise Fund utilizing enterprise funds and 4Y2% from a CALTRANS Grant. III. Reasons for Recommendations and Background: On June 21, 1994, the Board of Supervisors authorized a Preapplication in the amount of $555,556, for primarily projects intended to finish the development of the new Byron Airport., which includes items of work that were not constructed in previous grants due to budgetary constraints and other uncertainties. On November 15, 1994, an updated Pre-application was submitted to the FAA adding four additional projects for a total amount of $833,333. The following is a description of the projects: 1) Complete access road; 2) Stabilize pavement shoulders; 3) Pave safety area; 4) Wetlands restoration; 5) PG&E Power Line Undergrounding; 6) Corporate Area Taxiway; 7) Corporate Area Roadway; 8) and FBO Area Taxiway. Continued on Attachment:_ SIGNATURE: 4tZ7l G.) _RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF-BOARD COMMITTEE APPROVE OTHER SIGNATURE(S)- ACTION OF BOARD ON`Y►'1a /b. 1495" APPROVED AS RECOMMENDED OTHER VgTE OF SUPERVISORS ,-'UNANIMOUS(ABSENT ) AYES: NOES: ABSENT: ABSTAIN: JMW:IiEW:rs i hereby certify that this is a true and correct copy of c:59.doc an action taken and entered on the minutes of the Orig Div:Airports-Contact-H.Wight(510)646-5722 Board of Supervisors on the date shown. cc: County Administrator ATTESTED: . M24, 1(0. 19 _ .�, — Public Works Director PHIL BATCHELCOR,Cle of the Board Public Works Accounting of Supervisors and County Administrator Auditor/Controller ' Aviation Advisory Committee BY — a, Deputy Federal Aviation Administration DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION GRANT AGREEMENT Part 1 - Offer Date of Offer June 12, 1995 Byron Airport/Planning Area Project No. 3-06-0008-08 Contract No. DTFA08-95-C-30731 TO: Contra Costa County (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 16, 1995, for a grant of Federal funds for a project at or associated with the Byron Airport/Planning Area 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 or Planning Area (herein called the "Project") consisting of the following: Stabilize runway and taxiway shoulders; construct all weather runway end safety areas; complete airport access road (approx. 2, 500' x 241 ) ; wetlands restoration; underground powerlines; construct corporate area taxiway (approx. 1, 000' x 351 ) ; construct corporate area roadway (approx. 450' x 24' ) ; construct FBO area taxiway (approx. 700' x 351 ) all as more particularly described in the Project Application. Page 1 NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of the Airport and Airway Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, 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 OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States share of the allowable costs incurred in accomplishing the Project, 90 percent of the allowable project costs. The Offer is made on and subject to the following terms and conditions: Conditions 1. The maximum obligation of the United States payable under this offer shall be $750, 000.00. For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 512 (b) of the Act, the following amounts are being specified for this purpose: $-0- for planning $750, 000.00 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 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. 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 September 30, 1995 or such subsequent date as may be prescribed in writing by the FAA. Page 2 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 to the Secretary, 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. Assurance 34 of the Part V Assurances dated 1-95, submitted with the Sponsor's Project Application dated May 16, 1995, is hereby revised to reference the Current Advisory Circulars for AIP Projects dated 5/1/95, which is attached hereto and made a part hereof. 10. Except for instrument landing systems acquired with AIP funds and later donated to and accepted by the FAA, the Sponsor must provide for the continuous operation and maintenance of any navigational aid funded under the AIP during the useful life of the equipment. The Sponsor must check the facility, including instrument landing systems, prior to commissioning to ensure it meets operational standards. The Sponsor must also remove, relocate, or lower each obstruction on the approach or provide for the adequate lighting or marking of the obstruction if any aeronautical study conducted under FAR part 77 determines that to be acceptable; and mark and light the runway, as appropriate. The Federal Aviation Administration will not take over the ownership, operation, or maintenance of any Sponsor-acquired equipment, except for instrument landing systems. 11. Buy American Requirement. Unless otherwise approved by the FAA, it will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for airport development or noise compatibility for which funds are provided under this grant. 12. The sponsor agrees to perform the following: 1. 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: Page 3 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 a description of services to be provided. c. Procedures for determining that testing laboratories meet the requirements of the American Society of Testing and Materials standards on laboratory evaluation, referenced in the contract specifications (D 3666, C 1077) . d. Qualifications of engineering supervision and construction inspection personnel. e. 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. f. 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. 2. Submit at completion of the project, a final test and quality control report documenting the results of all tests performed, highlighting those tests that failed or did not meet the applicable test standard. The report shall include the pay reductions applied and reasons for accepting any out-of-tolerance material. An interim test and quality control report shall be submitted, if requested by the FAA. 3 . Failure to provide a complete report as described in paragraph 2, or failure to perform such tests, shall, absent any compelling justification, result in a reduction in Federal participation for costs incurred in connection with construction of the applicable pavement. Such reduction shall be at the discretion of the FAA and will be based on the type of types of required tests not performed or not documented and will be commensurate with the proportion of applicable pavement with respect to the total pavement constructed under the grant agreement. 4. 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. 13. It is understood and agreed by and between the parties hereto that this Grant Offer is made and accepted upon the basis of preliminary plans and specifications; and the parties agree that within 180 days from the date of acceptance of this Grant Offer, the Sponsor shall furnish final plans and specifications to the FAA, that no construction work will be commenced hereunder, and that no contract will be awarded for the accomplishment of such work until the said final plans and specifications have been approved by the FAA; and the parties do further agree that any reference made in this Grant Offer or in the aforesaid Application to plans and specifications shall be considered as having reference to said final plans and specifications as approved. Page 4 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, 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 as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION WESTERN-PACIFIC REGION 04tL r/. AQ� hn L. Pfeif anager, Airports District Office 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 in this Offer and in the Project Application. Executed this c;2-7t& day of 1995 Contra Costa County (NAME OF SPONSOR) w (SEAL) BY (SPONSOR'S D IGNATED OFFICIAL EPRESENTATIVE) Title Attest: „� Title �e� ac.Z�cL 1 ',Qaa� CERTIFICATE OF SPONSOR'S ATTORNEY I, 5j"aficyn anole'un acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowere.} to enter into the foregoing Grant Agreement under the laws of the State of ( 10-1}Corn")In 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 r/accordance with the terms thereof. Dated at M/Q i4l y�P7 T Cr,G+ t 's of Ckyte 19,15. E ONS 'S ATTORNEY Page 5 CURRENT FAA ADVISORY CIRCULARS FOR AIP PROJECTS Updated on. 5/1/95 NUMBER SUBJECT 70/7460-1 H Obstruction Marking and Lighting CHG 1 &2 150/5000-13 Announcement of Availability--RTCA Inc., Document RTCA-221, Guidance and Recommended Requirements for Airport Surface Movement Sensors 150/5100-14C Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects . 150/5210-56 Painting, Marking and Lighting of Vehicles Used on an Airport 150/5210-76 Aircraft Fire and Rescue Communications 150/5210-14 Airport Fire and Rescue Personnel Protective Clothing 150/5210-15 Airport Rescue &Firefighting Station Building Design 150/5210-18 Systems for Interactive Training of Airport Personnel 150/5220-46 Water Supply Systems for Aircraft Fire and Rescue Protection 150/5220-10A Guide Specification for Water/Foam Type Aircraft Rescue and Firefighting Vehicles 150/5220-13B Runway Surface Condition Sensor Specification Guide 150/5220-14A Airport Fire and Rescue Vehicle Specification Guide 150/5220-16A Automated Weather Observing Systems for NonFederal Applications 15015220-17A Design Standards for Aircraft Rescue Firefighting Training Facilities 150/5220-18 Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 150/5220-19 Guide Specification for Small, Dual-Agent Aircraft Rescue and Firefighting Vehicles 150/5220-20 Airport Snow and Ice Control Equipment CHG 1 150/5220-21 Guide Specification for Lifts Used to Board Airline Passengers With CHG 1 Mobility Impairments 150/5300-13 Airport Design CHG 1, 2, 3, 4 .150/5300-14 Design of Aircraft Deicing Facilities. 150/5300-15 Use of Value Engineering for Engineering Design of Airport Grant Proiects 150/5320-56 Airport Drainage 150/5320-6C Airport Pavement Design and Evaluation CHG 1 &2 150/5320-12B Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces 150/5320-14 Airport Landscaping for Noise Control Purposes 150/5325-4A Runway Length Requirements for Airport Design CHG 1 150/5340-1 G Standards for Airport Markings 150/5340-4C Installation Details for Runway Centerline Touchdown Zone Lighting CHG 1 &2 Systems 150/5340-5B Segmented Circle Airport Marker System CHG 1 150/5340-14B Economy Approach Lighting Aids CHG 1 &2 150/5340-17B Standby Power for NonFAA Airport Lighting Systems 150/5340-18C Standards for Airport Sign Systems CHG 1 150/5340-19 Taxiway Centerline Lighting System 150/5340-21 Airport Miscellaneous Lighting Visual Aids 150/5340-23B Supplemental Wind Cones Page 1 of 2 Pages • CURRENT FAA ADVISORY CIRCULARS FOR AIP PROJECTS Updated on: 5/1/95 NUMBER SUBJECT 150/5340-24 Runway and Taxiway Edge Lighting System CHG 1 150/5340-27A Air-to-Ground Radio Control of Airport Lighting Systems 150/5345-3D Specification for L821 Panels for Remote Control of Airport Lighting 150/5345-5A Circuit Selector Switch 150/5345-713 Specification for L824 Underground Electrical Cable for Airport Lighting CHG 1 Circuits 150/5345-10E Specification for Constant Current Regulators Regulator Monitors 150/5345-12C Specification for Airport and Heliport Beacon 150/5345-13A Specification for.L841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-26B Specification for L823 Plug and Receptacle, Cable Connectors CHG 1 &2 150/5345-27C Specification for Wind Cone Assemblies 150/5345-28D Precision Approach Path Indicator(PAPI)Systems CHG 1 150/5345-39B FAA Specification L853, Runway and Taxiway Centerline Retroreflective CHG 1 Markers 15.0/5345-42C Specification for Airport Light Bases,Transformer Housings, Junction CHG 1 Boxes and Accessories 150/5345-43D Specification for Obstruction Lighting Equipment 150/5345-44F Specification for Taxiway and Runway'Signs CHG 1 150/5345-45A Lightweight Approach Light Structure 150/5345-46A Specification for Runway and Taxiway Light Fixtures 150/5345-47A Isolation Transformers for Airport Lighting Systems 150/5345-49A Specification L854,Radio Control Equipment 150/5345-50 Specification for Portable Runway Lights CHG 1 150/5345-51 Specification for Discharge-Type Flasher Equipment CHG 1 150/5345-52 Generic Visual Glideslope Indicators(GVGI) 150/5345-53 Airport Lighting Equipment Certification Program 150/5360-9 Planning and Design of Airport Terminal Facilities at NonHub Locations 150/5360-12A Airport Signing&Graphics 150/5360-13 Planning and Design Guidance for Airport Terminal Facilities CHG 1 150/5370-2C Operational Safety on Airports During Construction 150/5370-6B Construction Progress and Inspection Report-Airport Grant Program 150/5370-10A Standards for Specifying Construction of Airports CHG 1, 2, 3,4, 5, 6, 7,8 150/5370-11 Use of Nondestructive Testing Devices in the Evaluation of Airport CHG 1 Pavements 15015370-12 Quality Control of Construction for Airport Grant Projects 150/5390-2A Heliport Design 150/5390-3 Vertiport Design Page 2 of 2 Pages