Loading...
HomeMy WebLinkAboutResolutions - 2022.08.17 - 37532• R R BOARD OF COMMISSIONERS August 17, 2022 MISCELLANEOUS RESOLUTION 422-283 Sponsored By: William Miller III Economic Development - Aviation and Transportation - Grant Acceptance Acquisition of Aircraft Rescue and Fire Fighting (ARFF) Vehicle (Part 139) Index B, Class 4 and Equipment Chairperson and Members of the Board: WHEREAS the Department of Economic Development'Aviation Division is entering into a grant agreement with the Michigan Department of Transportation (MDOT) for acquisition of an Aircraft Rescue and Fire Fighting Vehicle (Part 139). Index B, Class 4 and Equipment; and WHEREAS the County of Oakland ("County") owns the Oakland County International Airport ("Airport") in Waterford Township, an FAA Certified Part 139 airport; and WHEREAS the Airport is required by the FAA to provide on -airport emergency response to maintain its Part 139 certification by providing trained first responders and certain vehicles and equipment for on -airport emergency response; and WHEREAS the acquisition of a new Aircraft Rescue and Fire Fighting Vehicle and equipment is necessary to meet current FAA regulations at the Airport and protect the safety of the general public; and WHEREAS the grant performance period is from May'<5, 2022 to December I, 2023: and WHEREAS the grant award is in the amount of S765,464 which, along with a local match. will provide payment in Rill for the Aircraft Rescue and Fire Fighting (ARFF) Vehicle and Equipment; and WHEREAS approval of the acquisition of the Aircraft Rescue and Fire Fighting Vehicle and Equipment will result in a match of $40,288, which is available to be transferred from the Airport Fund. NOW THEREFORE BE IT RESOLVED that the Oakland County Board of Commissioners hereby approves and accepts the terns and conditions of the grant agreement with the Michigan Department of Transportation for the acquisition of an Aircraft Rescue and Fire Fighting (ARFF) Vehicle (Part 139), Index B, Class 4, and Equipment BE IT FURTHER RESOLVED that the Oakland County Board of Connnissioners directs its Chairperson or his designee to execute the attached grant agreement Nvith the Michigan Department of Transportation. BE IT FURTHER RESOLVED that no budget amendment is required at this time as the funding is available within the Airport Fluid (#56500) for the local grant match of S40.288. Chairperson, the following Commissioners are sponsoring the foregoing Resolution: William Miller III �2d Date: August 17, 2022 David Woodward, Commissioner Date: August 18, 2022 Hilarie Chambers, Deputy County Executive II tj Date: August 19, 2022 Lisa Brown, County Clerk / Register of Deeds COMMITTEE TRACKING 2022-08-10 Economic Deyelopnuent & Infrastructure - Recommend to Board 2022-08-17 Full Board VOTE TRACKING: .Motioned by Commissioner Charles Cavell seconded by Commissioner Michael Gingell to adopt the attached Grant Acceptance: Acquisition of Aircraft Rescue and Fire Fighting (ARFF) Vehicle (Part 139) Index B, Class 4 and Equipment. Yes: David Woodward, Michael Gingell, Michael Spisz, Karen Joliat, Kristen Nelson. Eileen KoNvall. Christine Long, Philip Weip'ert. Given Markliam. Angela Powell. Thomas Kuhn. Chuck Moss. Marcia Gershensou, Yolanda Smith Charles. Charles Cavell. Penny_ Luebs, Janet Jackson, Gate :McGillivray. Robert Hoffinen, Adam Kocltendetter (20) No: Moue (0) Abstain: Norte (0) Absent: (0) Passe(I ATTACHMENTS I. Grant Review Sign-Off.airport 2, GrantReyiew.ARFFVehicle 3. Pontiac 202_'-080? Certified STATE OF IyIIC'HIGANT) COUNTY OF OAKLAND) I, Lisa Brown, Clerk of the C'ortttty of Oakland, do hereby certify that the foregoing resolution is a true and accurate copy of a resolution adopted by the Oakland County Board of Commissioners on August 17. 2021 with the original record thereof now remaining in my office, 4 In Testimony Whereof. I have hereunto set uty hand and affixed the seal of the Circuit Court at Pontiac, Michigan on Wednesday, August 17. 2021 Lisa Brown, Oakland C'ormtt Oerk—/Register o/'Deeds GRANT REVIEW SIGN -OFF — Central Services/Aviation GRANT NAME: Oakland/Troy Airport — Acquire ARFF Vehicle -Index B Class 4 & Equipment FUNDING AGENCY: Michigan Department of Transportation DEPARTMENT CONTACT: Cheryl Bush/(248) 666-3900 STATUS: Grant Acceptance (Greater than $10,000) DATE: 08/01/2022 Please be advised the captioned grant materials have completed internal grant review. Below are the returned comments. The Board of Commissioners' liaison committee resolution.and grant acceptance package (which should include this sign - off and the grant agreement/contract with related documentation) may be requested to be placed on the agenda(s) of the appropriate Board of Commissioners' committee(s) for grant acceptance by Board resolution. DEPARTMENT REVIEW Management and Budget: Approved. Amounts appear good, will review with Grant and Airport Teams to see if use of Project and Funding Sources is necessary. — Shawn Phelps on behalf of Sheryl Johnson 07/28/2022 Human Resources: Approved. No position implications, so BR action is not needed — Heather Mason 07/27/2022 Risk Management: Approved —Robert Erlenbeck 08/01/2022 Corporation Counsel: Approved. — Heather Lewis 07/28/2022 GRANT REVIEW FORM TO: REVIEW DEPARTMENTS —Sheryl Johnson -Heather Mason -Diana McBroom- Sharon Cullen RE: GRANT CONTRACT REVIEW RESPONSE — Economic Development/Aviation Oakland County International Airport Acquire Aircraft Rescue and Fire Fighting (ARFF) Vehicle (Part 139) — Index B, Class 4 (1500 Gallon) - Equipment Grantor is Michigan Department of Transportation (MDOT) Office of Aeronautics. Attached to this email please find the grant document(s) to be reviewed. Please provide your review stating your APPROVAL, APPROVAL WITH MODIFICATION, or DISAPPROVAL, with supporting comments, via reply (to all) of this email. Time Frame for Returned Comments: July 12, 2022 GRANT INFORMATION Date: July 8, 2022 Operating Department: Economic Development/Aviation Department Contact: Cheryl Bush Contact Phone: (248) 666-5680 Document Identification Number: Grant Number: 2022-0802 REVIEW STATUS: Acceptance (More than $50,000) Funding Period: May 25, 2022, through December 1, 2023 , Original source of funding: Michigan Department of Transportation (MDOT) Office of Aeronautics Will you issue a sub award (make payments to outside agencies) or contract (through purchasing): YES - Contract through Purchasing New Facility / Additional Office Space Needs: NO IT Resources (New Computer Hardware / Software Needs or Purchases): NO Funding Continuation/New: New Prior Year Total Funding: $0 New Grant Funded Positions Request: NO Grant Related Positions: N/A Grantor Funds: $765,464 Total Budget: $805,752 Match and Source: $40,288 - Airport Fund PROJECT SYNOPSIS This Contract is made and entered into between the Michigan Department of Transportation (MDOT) and Oakland County (SPONSOR) for the purpose of acquiring an Aircraft Rescue and Fire Fighting (ARFF) Vehicle for Oakland County International Airport that meets the FAA requirement of 14 CFR Part 139 - Index B, Class 4, including various equipment. CONTRACT NO.2022-0802 FEDERAL PROJECT NO. E-26-0079-8622 MICHIGAN DEPARTMENT OF TRANSPORTATION OAKLAND COUNTY CONTRACT FOR A FEDERAL/STATE/LOCAL AIRPORT PROJECT UNDER THE BLOCK GRANT PROGRAM This Contract is made and entered into between the Michigan Department of Transportation (MDOT) and Oakland County (SPONSOR) for the purpose of fixing the rights and obligations of the parties in agreeing to the following undertaking at the Oakland County International Airport, whose associated city is Pontiac, Michigan, such undertaking (PROJECT) estimated in detail in Exhibit 1, dated June 28, 2022 attached, hereto and made a part hereof. PROJECT DESCRIPTION: ACQUIRE ARFF VEHICLE (PART 139)-INDEX B, CLASS 4 (1500 GALLON) -EQUIPMENT Recitals: The PROJECT is eligible for federal funding under the federal Airport Improvement Program, pursuant to 49 USC 47101 et seq., including 47128; and MDOT has received a block grant from the Federal Aviation Administration (FAA) for airport development projects; and MDOT is responsible for the allocation and management of block grant funds pursuant to the above noted act; and Information required by 2 CFR Part 200 is attached to this Contract as Attachment X. The parties agree that: 1. The term "PROJECT COST," as used herein, is defined in Attachment(s) 3, attached hereto and made a part hereof. The PROJECT, COST may also include administrative costs incurred by MDOT in connection with the PROJECT. 7/5/2022 1 PUBLIC BLOCK GRANT 2 v81v 2. Enter into a contract with a consultant for each element of the PROJECT that requires expertise. The consultant will be selected in conformity with FAA Advisory Circular 150/5100-14. MDOT will select the consultant for each element of the PROJECT that involves preparation of environmental documentation. The SPONSOR will select the consultant for all other aspects , of the, PROJECT. All consultant contracts will be submitted to MDOT for review and approval. Any such approvals will not be construed as a warranty of the consultant's qualifications, professional standing, ability to perform the work being subcontracted, or financial integrity. The SPONSOR will neither award a consultant contract nor authorize the .consultant to proceed prior to receiving written approval of the contract from MDOT. Any change to the consultant contract will require prior written approval from MDOT. In the event that the consultant contract is terminated, the SPONSOR will give immediate written notice to MDOT. 3. Make payment to MDOT for the SPONSOR's share of the PROJECT COSTS within thirty (30) days of the billing date. MDOT will not make payments for any PROJECT work prior to receipt of payment from the SPONSOR for the SPONSOR's share of that item of the PROJECT work. Eligible PROJECT COSTS that are paid by the SPONSOR may be submitted for credit toward the SPONSOR's share of the PROJECT COST provided that they are submitted within one hundred eighty (180) days of the date the costs were incurred or within one hundred eighty (180) days of the date of award of this Contract by the parties, whichever is later. Documentation of the PROJECT COST will include copies of the invoices on which the SPONSOR will write, the amounts paid, the check numbers, the voucher numbers, and the dates of the checks. Each invoice will be signed by an official of the SPONSOR as proof of payment. The amount of the SPONSOR billing will be reduced by the amount of the eligible credit, based on documentation submitted, provided it is submitted prior to the date of the billing. Should it be determined that the SPONSOR has been given credit for payment of ineligible items of work, the SPONSOR will be billed an amount to ensure that the SPONSOR share of PROJECT COSTS is covered. The SPONSOR pledges sufficient fiords to meet its obligations under this Contract. 4. With regard to audits and record -keeping: a. The SPONSOR will establish and maintain accurate records, in accordance with generally accepted accounting principles, of all expenses incurred for which payment is sought or made under this Contract (RECORDS). Separate accounts will be established and maintained for all costs incurred under this Contract. b. The SPONSOR will maintain the RECORDS for at least six (6) years from the date of final payment made by, MDOT under this Contract. In the event of a dispute with regard to allowable expenses or any other issue under this Contract, the SPONSOR will thereafter continue to maintain the RECORDS at least until 7/5/2022 2 PUBLIC BLOCK GRANT 2 v81v that dispute has been finally decided and the time for all available challenges or appeals of that decision has expired. C. MDOT or its representative may inspect, copy, scan, or audit the RECORDS at any reasonable time after giving reasonable notice. d. If any part of the work is subcontracted, the SPONSOR will assure compliance with subsections (a), (b), and (c) above for all subcontracted work. Provide and will require its subcontractors to provide access by MDOT or its representatives to all technical data, accounting records, reports, and documents pertaining to this Contract. Copies of technical data, reports, and other documents will be provided by the SPONSOR or its subcontractors to MDOT upon request. The SPONSOR agrees to permit representatives of MDOT to inspect the progress of all PROJECT work at any reasonable time. Such inspections are for the exclusive use of MDOT and are not intended to relieve or negate any of the SPONSOR's obligations and duties contained in this Contract. All technical data, reports, and documents will be maintained for a period of six (6) years from the date of final payment. 6. In the performance of the PROJECT herein enumerated, by itself, by a subcontractor, or by anyone acting on its behalf, comply with any and all applicable state, federal, and local statutes, ordinances, and regulations. The SPONSOR further agrees to obtain all permits that are applicable to the entry into and the performance of this Contract. The SPONSOR agrees to comply with the General Conditions and Special Conditions set forth in Appendix F, the FAA Assurances, and the FAA Advisory Circulars, attached hereto and made part hereof. In addition, the SPONSOR agrees to accomplish the PROJECT in compliance with all applicable FAA Sponsor Certifications. The SPONSOR agrees that the costs reported to MDOT for this Contract will represent only those items that are properly chargeable in accordance with this Contract. The SPONSOR also certifies that it has read the Contract terms and has made itself aware of the applicable laws, regulations, and terms of this Contract that apply to the reporting of costs incurred under the terms of this Contract. MDOT WILL: 8. Bill the SPONSOR for the SPONSOR's share of the estimated PROJECT COST. 9. Upon receipt of payment requests approved by the SPONSOR, make payment for eligible PROJECT COSTS. MDOT will seek reimbursement from the FAA through the block grant issued to MDOT for funds expended on eligible PROJECT COSTS. MDOT will not make payment for any PROJECT work prior to receipt of payment from the SPONSOR for the SPONSOR's share of that item of PROJECT work. 7/5/2022 3 PUBLIC BLOCK GRANT 2 v8w 10. Make final accounting to the SPONSOR upon completion of the PROJECT, payment of all PROJECT COSTS, and completion of necessary audits. Any excesses or deficiencies will be returned or billed to the SPONSOR. IT IS FURTHER AGREED THAT: 11. The PROJECT COST participation is estimated to be as shown below and as shown in the attached Exhibit 1. The PROJECT COST participation shown in Exhibit 1 is to be considered an estimate. The actual MDOT, FAA, and SPONSOR shares of the PROJECT COST will be determined at the time of financial closure of the FAA grant. FederalShare ......................................... ................................................................. $725,176 Maximum MDOT Share ........................... ................................................................ $40,288 SPONSORShare...................................................................................................... $40,288 Estimated PROJECT COST .................... ............................................................... $805,752 12. The PROJECT COST may be met in part with federal funds granted to MDOT by the FAA through the block grant program and in part with MDOT funds. Upon final settlement of the costs, the federal funds'will be applied to the federally -funded parts of this Contract at a rate not to exceed ninety-five percent (95%) up to and not to exceed the maximum federal obligation shown in Section 11 or the revised maximum federal obligation set forth in a budget letter, as set forth in Section 13. Those parts beyond the federal flmding maximum may be eligible for state funds at a rate not to exceed ninety percent (90%) up to and not to exceed the maximum MDOT obligation shown in Section Il. For portions of the PROJECT for which only MDOT and SPONSOR funds will be applied to the final settlement, MDOT funds will be at a rate not to exceed ninety percent (90%), and the total MDOT funds applied toward the PROJECT COST may be up to but will not exceed the maximum MDOT obligation shown in Section 11 or the revised maximum MDOT obligation set forth in ,a budget letter, as set forth in Section 13. Any items of PROJECT COST not funded by FAA or MDOT funds will be the sole responsibility of the SPONSOR. Alternatively, the PROJECT COST may be met in whole with federal funds granted to MDOT by the FAA through the block grant program. Upon final settlement of the costs, the federal funds will be applied to one hundred percent (100%) of the PROJECT COSTS up to and not to exceed the maximum federal obligation shown in Section 11 or the revised maximum federal obligation set forth in a budget letter, as set forth in Section 13. MDOT funds in this Contract made available through legislative appropriation are based on projected revenue estimates. MDOT may reduce the amount of this Contract if the revenue actually received is insufficient to support the appropriation under which this Contract is made. 7/5/2022 4 PUBLIC BLOCK GRANT 2 v8w 13. The PROJECT COST shown in Section, 11 is the maximum obligation of MDOT and federal funds under this Contract. The maximum obligation of MDOT and federal funds may be adjusted to an amount less than the maximums shown in Section 11 through a budget letter issued by MDOT. A budget letter will be used when updated cost estimates for the PROJECT reflect a change in the amount of funds needed to fund all PROJECT COSTS. The budget letter will be signed by the Manager of the Airport Development Section of the Office of Aeronautics. A budget letter, will also be used to add or delete work items from the PROJECT description, provided that the costs do not exceed the maxiinum obligations shown in Section 11. If the total amount of the PROJECT COST exceeds the maximum obligations shown in Section 11, the PROJECT scope will have to be reduced or a written amendment to this Contract to provide additional funds will have to be awarded by the parties before the work is started. 14. In the event it is determined by MDOT that there will be either insufficient funds or insufficient time to properly administer such funds for the entire PROJECT or portions thereof, MDOT, prior to advertising or authorizing work performance, may cancel the PROJECT or any portion thereof by giving written notice to the SPONSOR. In the event this occurs, this Contract will be void and of no effect with respect to the canceled portion of the PROJECT. Any SPONSOR deposits on the canceled portion less PROJECT COSTS incurred on the canceled portions will be refunded following receipt of a letter from the SPONSOR requesting that excess funds be returned or at the time of financial closure, whichever comes first. 15. In the event that an audit performed by or on behalf of MDOT indicates an adjustment to the costs reported under this Contract or questions the allowability of an item of expense, MDOT will promptly submit to the SPONSOR a Notice of Audit Results and a copy of the audit report, which may supplement or modify any tentative findings verbally communicated to the SPONSOR at the completion of an audit. Within sixty (60) days after the date of the Notice of Audit Results, the SPONSOR will (a) respond in writing to the responsible Bureau of MDOT indicating whether or not it concurs with the audit report, (b) clearly explain the nature and basis for any disagreement as to a disallowed item of expense, and (c) submit to MDOT a written explanation as to any questioned or no opinion expressed item of expense (RESPONSE). The RESPONSE will be clearly stated and will provide any supporting documentation necessary to resolve any disagreement,or questioned or no opinion expressed item of expense. Where the documentation is voluminous, the SPONSOR may supply appropriate excerpts and make alternate arrangements to conveniently and reasonably make that documentation available for review by MDOT. The RESPONSE will refer to and apply the language of the Contract. The SPONSOR agrees that failure to submit a RESPONSE within the sixty (60) ' day period constitutes agreement with any disallowance of an item of expense and authorizes MDOT to finally disallow any items of questioned or no opinion expressed cost. 7/5/2022 5 PUBLIC BLOCK GRANT 2 v8w MDOT will make its decision with, regard to any Notice of Audit Results and RESPONSE within one hundred twenty (120)'days after the date of the Notice of Audit Results. If MDOT determines that an overpayment has been made to the SPONSOR, the SPONSOR will repay that amount to MDOT or reach agreement with MDOT on a repayment schedule within thirty (30) days after the date of an invoice from MDOT. If the SPONSOR fails to repay the overpayment or reach agreement with MDOT on a repayment schedule within the thirty (30) day period, the SPONSOR agrees that MDOT will deduct all or a portion of the overpayment from any funds then or thereafter payable by MDOT to the SPONSOR under this Contract or any other agreement or payable to the SPONSOR under the terms of 1951 PA51, as applicable. Interest will be assessed on any partial payments or repayment schedules based on the unpaid balance at the end of each month until the balance is paid in full. The assessment of interest will begin thirty (30) days from the date of the invoice. The rate of interest will be based on the Michigan Department of Treasury common -cash funds interest earnings. The rate of interest will be reviewed annually by MDOT and adjusted as necessary based on the Michigan Department of Treasury common cash funds interest earnings. The SPONSOR expressly consents to this withholding or offsetting of funds under those circumstances, reserving the right to file a lawsuit in the Court of Claims to contest MDOT's decision only as to any item of expense the disallowance of which was disputed by the SPONSOR in a timely filed RESPONSE. 16. Failure on the part of the SPONSOR .to comply with any of the conditions of this Contract may be considered cause for placing the SPONSOR in a state of noncompliance, thereby making the SPONSOR ineligible for future federal and/or state funds until such time as the noncompliance issues are resolved. In addition, this failure may constitute grounds for cancellation of the PROJECT and/or repayment of all grant amounts on a pro rata basis, if the PROJECT has begun. In this section, pro rata means proration of the cost of the PROJECT over twenty (20) years if the PROJECT has not yet begun. 17. Any approvals, acceptances, reviews, and/or inspections of any nature by MDOT will not be construed as warranties or assumptions of liability on the part of MDOT. It is expressly understood and agreed that any such approvals, acceptances, reviews, and/or inspections are for the sole and'exclusive purposes of MDOT, which is acting in a governmental capacity under this Contract, and that such approvals, acceptances, reviews, and/or inspections are a governmental function incidental to the PROJECT under this Contract. Any approvals, acceptances, reviews, and/or inspections by MDOT will not relieve the SPONSOR of its obligations hereunder,' nor are such approvals, acceptances, reviews, and/or inspections by MDOT to be construed as warranties as to the propriety of the SPONSOR's performance but are undertaken for the sole use and information of MDOT. 18. With regard to nondiscrimination and Disadvantaged Business Enterprise (DBE) requirements: 7/5/2022 6 PUBLIC BLOCK GRANT 2 v8w a. In connection with the performance of PROJECT work under this Contract, the SPONSOR (hereinafter in'Appendix A referred to as the "contractor") agrees to comply with the State of Michigan provisions for "Prohibition of Discrimination in State Contracts," as set forth in Appendix A, dated June 2011, attached hereto and made a part hereof. The SPONSOR (hereinafter in Appendix B referred to as the "contractor") further agrees to comply with the Civil Rights Act of 1964, being P.L. 88-352, 78 Stat. 241, as amended, being Title 42 USC Sections 1971, 1975a-1975d, and 2000a-2000h-6, and the Regulations of the United States Department of Transportation (49 CFR Part 21) issued pursuant to said Act, including Appendix B, attached hereto and made a part hereof. These provisions will be included in all subcontracts relating to this Contract. b. The SPONSOR will carry out the applicable requirements of MDOT's DBE program and 49 CFR Part 26, including, but not limited to, those requirements set forth in Appendix C, dated October 1, 2005, attached hereto and made a part hereof. ' 19. The SPONSOR agrees to require all prime contractors to pay each subcontractor for the satisfactory completion of work associated with the subcontract no later than ten (10) calendar days from the receipt pf each payment the prime contractor receives from MDOT or the SPONSOR. The prime contractor also is required to return retainage payments to each subcontractor within ten (10) calendar days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from these time frames may occur only upon receipt of written approval from MDOT. These requirements are also applicable to all sub -tier subcontractors and will be made a part of all subcontract agreements. This prompt payment provision is a requirement of 49 CFR, Part 26, as amended, and does not confer third -party beneficiary right or other direct right to a subcontractor against MDOT. This provision applies to both DBE and non -DBE subcontractors. The SPONSOR further agrees that it will comply with 49 CFR, Part 26, as amended, and will report any and all DBE subcbntractor payments to MDOT with each invoice in the format set forth in Appendix G, dated September 2015, attached hereto and made a part hereof, or any other format acceptable to MDOT. 20. In accordance with 1980 PA 278, MCL 423.321 et seq., the SPONSOR, in the performance of this Contract, will not enter into a contract with a subcontractor, manufacturer, or supplier listed in th'e register maintained by the United States Department of Labor of employers who have been found in contempt of court by a federal court of appeals on not less than three (3) separate occasions involving different violations during the preceding seven (7) years for failure to correct an unfair labor practice, as prohibited by Section 8 of Chapter 372 of the National Labor Relations Act, 29 USC 158. MDOT may void this Contract if the name of the SPONSOR or the name of a subcontractor, manufacturer, or supplier utilized by the SPONSOR in the 7/5/2022 7 PUBLIC BLOCK GRANT 2 v8w performance of this Contract subsequently appears in the register during the performance period of this Contract. 21. With regard to claims based on goods or services that were used to meet the SPONSOR's obligation to MDOT under this Contract, the SPONSOR hereby irrevocably assigns its right to pursue any claims for relief or causes of action for damages sustained by the State of Michigan or MDOT due to any violation of 15 USC, Sections 1 - 15, and/or 1984 PA 274, MCL 445.771 - 445.788, excluding Section 4a, to the State of Michigan or MDOT. The SPONSOR' shall require any subcontractors to irrevocably assign their rights to pursue any claims for relief or causes of action for damages sustained by the State of Michigan or MDOT with regard to claims based on goods or services that were used to meet the SPONSOR's obligation to MDOT under this Contract due to any violation of 15 USC, Sections 1 - 15, and/or 1984 PA 274, MCL 445.771 - 445,788, excluding Section 4a, to the State of Michigan or MDOT as a third -party beneficiary. The SPONSOR shall notify MDOT if it becomes aware that an antitrust violation with regard to claims based on goods or services that were used to meet the SPONSOR's obligation to MDOT under this Contract may have occurred or is threatened to occur. The SPONSOR shall also notify MDOT if it becomes aware of any person's intent to commence, or of commencement of, an antitrust action with regard to claims based on goods or services that were used to meet the SPONSOR's obligation to MDOT under this Contract, 22. In any instance of dispute and/or litigation concerning the PROJECT, the resolution thereof will be the sole responsibility of the party/parties to the contract that is/are the subject of the controversy. It is understood and agreed that any legal representation of the SPONSOR in any dispute and/or litigation will be the financial responsibility of the SPONSOR. 23. MDOT and the FAA will not be subject to any obligations or liabilities by contractors of the SPONSOR or their subcontractors or any other person not a party to this Contract without its specific consent and notwithstanding its concurrence in or approval of the award of any contract or subcontract or the solicitation thereof. 24. Each party to this Contract will remain responsible for any claims arising out of that party's performance of this Contract, as provided by this Contract or by law. This Contract is not intended to increase or decrease either party's liability for or immunity from tort claims. This Contract is not intended to give, nor will it be interpreted as giving, either party a right of indemnification, either by Contract or at law, for claims arising out of the performance of this Contract. 7/5/2022 8 PUBLIC BLOCK GRANT 2 v8w 25. This Contract will be in effect from the date of award (the date of the final signature) through twenty (20) years. 26. In case of any discrepancies between the body of this Contract and any exhibit hereto, the body of the Contract will govern. 7/5/2022 9 . PUBLIC BLOCK GRANT 2 v8w 27. This Contract will become binding on the parties and of full force and effect upon signing by the duly authorized representatives of the SPONSOR and MDOT and upon adoption of a resolution approving said Contract and authorizing the signature(s) thereto of the respective representative(s) of the SPONSOR, a certified copy of which resolution will be sent to MDOT with this Contract, as applicable. OAKLAND COUNTY am Authorized Signer MICHIGAN DEPARTMENT OF TRANSPORTATION IN Title: Department Director 7/5/2022 10 PUBLIC BLOCK GRANT 2 v8w EXHIBIT 1 OAKLAND COUNTY INTERNATIONAL AIRPORT PONTIAC, MICHIGAN Project No. E-26-0079-8622 Job No. 122073CON EQUIPMENT Acquire ARFF vehicle (Part 139) - Index B, Class 4,1500 gallon ARFF fire suppression system ARFF Forcible Entry Tools Consultant Contract Fee DESIGN CK�P►6�l3�Ztal7NP- TOTAL PROJECT BUDGET Federal Billing Breakdown June 28, 2022 Federal State Local Total $725,176 $40,288 $40,288 $805,752 $646,011 $35,889 $35,890 $717,790 $53,704 $2,984 $2,984 $59,672 $25,461 $1,415 $1,414 $28,290 $0 $0 $0 $0 $0 $0 $0 $0 $725,176 $40,288 $40,288 $805,752 Bill #1 $725,176 SBGP 13622 Grant Award Date: Pending Bid Date & Type: 3/29/22 & 4/21/22 Performance End Date: 12/01/23 MAC Approval: 5/25/22 ATTACHMENT X REQUIRED FOR ALL PROJECTS Notification of Required Federal Program Information to Sub -recipients for FederalFunding 1. Does this project receive Federal funds? Yes 2. Recipient's Name: Oakland County 3, Recipient's DUNS Number: DUNS 13-620-0362 / UEI HZ4EUKDD7AB4 4. Amount of Federal funds: $725,176 5. Federal Grant Number(s): SBGP 13622 6. Grant Award Date(s): PENDING 7. MDOT Project Number: E-26-0079-8622 8. Project Description: Acquire ARFF vehicle (Part 139)-Index B, Class 4 (1500 Gallon) - Equipment 9. CFDA Number, Federal Agency, Program Title; CFDA 20.106 Federal Aviation Administration Airport Improvement Program 10. Federal Award Identification Number (FAIN): 3-26-SBGP-136-2022 11. Federal Award Date: PENDING 12. Period of Performance Start Date: Award Date of MDOT Contract 13. Period of Performance End Date: 12/01/2023 14. Amount of Federal Funds obligated by this action: $725,176 15. Total amount of Federal Funds obligated: $725,176 16. Total amount of the Federal award: $725,176 17. Budget Approved Cost sharing or matching, where applicable: N/A 18. Name of Federal awarding agency and contact information for awarding official: Director Paul Ajegba, Michigan Department of Transportation 425 West Ottawa Street, Lansing, MI 48909 19. Is this a Research and Development award? No 20. Indirect cost rate for the Federal award (if applicable): N/A ATTACHMENT 3 SUPPLEMENTAL PROVISIONS FOR CONTRACTS INVOLVING THE PURCHASE OF EQUIPMENT AT ALL CLASSIFICATIONS OF AIRPORTS The PROJECT .COST will include the cost of purchasing the equipment, the cost of advertising for bids, and the cost of the consultant to prepare the specifications and bidding documents. 2. The SPONSOR will advertise and award the contract for the purchase of the equipment in accordance with the following: a. The SPONSOR will submit the equipment specifications and proposal package to the DEPARTMENT for review prior to advertising. b. The SPONSOR will advertise its intent to accept bids for the PROJECT in appropriate publications. C. Following receipt of bids, the SPONSOR will determine the apparent low bidder and prepare a recommendation to award and submit it to the DEPARTMENT for review. Recommendations to award to other than the low bidder will be accompanied by detailed justification. A purchase,order to the supplier will not be issued until the SPONSOR has received notification from the DEPARTMENT that it has completed its review. The SPONSOR will issue a purchase order to the supplier for the purchase and delivery of the equipment. The SPONSOR will give immediate written notice to the DEPARTMENT upon delivery of the equipment and acceptance by the SPONSOR. Along with the delivery notice, the SPONSOR will submit the original invoice from the supplier indicating SPONSOR approval for payment. 4. The SPONSOR will use the equipment exclusively for aeronautical purposes with relation to the airport that is the subject of this Contract. The SPONSOR will maintain the equipment at a high level of cleanliness, safety, and mechanical soundness. Maintenance will conform to the manufacturer's specifications for such equipment or be as approved by the DEPARTMENT for the life of such equipment. Representatives of the DEPARTMENT and the FAA will have the right to conduct periodic inspections for the life of the equipment for the purpose of confirming proper maintenance pursuant to this Contract. Such inspections by the DEPARTMENT and/or the FAA do not relieve the SPONSOR of its obligations hereunder, nor are such inspections to be construed as a warranty as to the propriety of the maintenance but are undertaken for the sole use and information of the DEPARTMENT and/or the FAA. Page 1 of 1 APPENDIX A PROHIBITION OF DISCRIMINATION IN STATE CONTRACTS In connection with the performance of work under this contract; the contractor agrees as follows: 1. In accordance with Public Act 453 of 1976 (Elliott -Larsen Civil Rights Act), the contractor shall not discriminate against an employee or applicant for employment with respect to hire, tenure, treatment, terms, conditions, or privileges of employment or a matter directly or indirectly related to employment because of race, color, religion, national origin, age, sex, height, weight, or marital status. A breach of this covenant will be regarded as a material breach of this contract. Further, in accordance with Public Act 220 of 1976 (Persons with Disabilities Civil Rights Act), as amended by Public Act 478 of 1980, the contractor shall not discriminate against any employee or applicant for employment with respect to hire, 'tenure, terms, conditions, or privileges of employment or a matter directly or indirectly related to employment because of a disability that is unrelated to the individual's ability to perform the duties of a particular job or position. A breach of the above covenants will be regarded as a material breach of this contract. 2. The contractor hereby agrees that any and all subcontracts to this contract, whereby a portion of the work set forth in this contract is.to be performed, shall contain a covenant the same as hereinabove set forth in Section 1 of this Appendix. 3. The contractor will take affirmative action to ensure that applicants for employment and employees are treated without regard to their race, color, religion, national origin, age, sex, height, weight, marital status, or any disability that is unrelated to the individual's ability to perform the duties of a particular job or position. Such action shall include, but not be limited to, the following: employment; treatment; upgrading; demotion or transfer; recruitment; advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 4. The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, national origin, age, sex, height, weight, marital status, or disability that is unrelated to the individual's ability to perform the duties of a particular job or position. 5. The contractor or its collective bargaining representative shall send to each labor union or representative of workers with which, the contractor has a collective bargaining agreement or other contract or understanding a notice advising such labor union or workers' representative of the contractor's commitments under this Appendix. 6. The contractor shall comply with all relevant published rules, regulations, directives, and orders of the Michigan Civil Rights Commission that may be in effect prior to the taking of bids for any individual state project. 7. The contractor shall furnish and file compliance reports within such time and upon such forms as provided by the Michigan Civil Rights Commission; said forms may also elicit information as to the practices, policies, program, and employment statistics of each subcontractor, as well as the contractor itself, and said contractor shall permit access to the contractor's books, records, and accounts by the Michigan Civil Rights Commission and/or its agent for the purposes of investigation to ascertain compliance under this contract and relevant rules, regulation$, and orders of the Michigan Civil Rights Commission. 8. In the event that the Michigan Civil Rights Commission finds, after a hearing held pursuant to its rules, that a contractor has not complied with the contractual obligations under this contract, the Michigan Civil Rights Commission may, as a part of its order based upon such findings, certify said findings to the State Administrative Board of the State of Michigan, which State Administrative Board may order the cancellation of the contract found to have been violated and/or declare the contractor ineligible for future contracts with the state and its political and civil subdivisions, departments, and officers, including the governing boards of institutions of higher education, until the contractor complies with said order of the Michigan Civil Rights Commission. Notice of said declaration of future ineligibility may be given to any or all of the persons with whom the contractor is declared ineligible to contract as a contracting party in future contracts. In any case before the Michigan Civil Rights Commission in which cancellation of an existing contract is a possibility, the contracting agency shall be notified of such possible remedy and shall be given the option by the Michigan Civil Rights Commission to participate in such proceedings. 9. The contractor shall include or incorporate by reference, the provisions of the foregoing paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Michigan Civil Rights Commission; all subcontracts and purchase orders will also state that said provisions will be binding upon each subcontractor or supplier. Revised June 2011 Appendix B (Aeronautics) CIVIL RIGHTS ACT OF 1964, TITLE VI - 49 CFR PART 21 CONTRACTUAL REQUIREMENTS During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: Compliance with Regulations. The contractor will comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor will not,participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitation for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials of leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race; color, or national origin. 4. Information and Reports. The contractor will provide all information and reports required by the Regulations or directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor will so certify to the sponsor of the FAA, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: Page 1 of 2 a. Withholding of payments to the contractor under the contract until the contractor complies., and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor will include the provisions of paragraphs 1 through 5 in every subcontract; including procurement of materials and leases of equipment, unless exempt by the Regulations or directive issued pursuant thereto. The contractor will take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Page 2 of 2 (Revised October 2, 2014) APPENDIX C Assurances that Recipients and Contractors Must Make (Excerpts from US DOT Regulation 49 CFR § 26.13) A. Each financial assistance agreement signed with a DOT operating administration (or a primary recipient) must include the following assurance: The recipient shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any US DOT -assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of US DOT -assisted contracts. The recipient's DBE program, as required by 49 CFR Part 26 and as approved by US DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). B. Each contract MDOT signs with a contractor (and each subcontract the prime contractor signs with a subcontractor) must include the following assurance: The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress'payments; (2) Assessing sanction; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non -responsible. GENERAL CONDITIONS 1. Ineligible or Unallowable Costs. The Sponsor must not include any costs in the project that the FAA/MDOT has determined to be ineligible or unallowable, 2. Determining the Final Federal Share of Costs. The United States' share of allowable project costs will be made in accordance with the regulations, policies and procedures of the Secretary. 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. 3. Completing the Proiect Without Delav and in Conformance with Reauirements. The Sponsor must carry out and complete the project without undue delays and in accordance with this agreement, and the regulations, policies and procedures of the Secretary. The Sponsor also agrees to comply with the assurances which are part of this agreement. 4. Improper Use of Federal Funds. The Sponsor must take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statute's, 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 dispersed by the Sponsor that were originally paid pursuant to this or any other Federal grant agreement. The Sponsor must obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. The Sponsor must return the recovered Federal share, including funds recovered by settlement, order, or judgment, to the Secretary. The Sponsor must 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 require advance approval by the Secretary. S. United States Not Liable for Damage or Iniurv. The United States is not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this subgrant agreement. 6. Air and Water Qualitv. The Sponsor is required to comply with all applicable air and water quality standards for all projects in this subgrant. If the Sponsor fails to comply with this requirement, the FAA/MDOT may suspend, cancel, or terminate this subgrant. 7. Financial Reporting and Pavment Reouirements.The Sponsor will comply with all federal financial reporting requirements and payment requirements, including submittal of timely and accurate reports. 8. Buv American. Unless otherwise approved in advance by the FAA/MDOT, 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 which funds are provided under this subgrant. The Sponsor will include a provision implementing Buy American in every contract. 9. Suspension or Debarment. The State must: A. Immediately disclose to the FAA whenever the State: 1. Learns a sub -recipient has entered into a covered transaction with an ineligible entity; 2. Suspends or debars a contractor, person or entity. The Subgrantee must: B. When entering into "covered transactions", as defined by 2 CFR 180.200: 1. Verify the non-federal entity is eligible to participate in this Federal program by: a. Checking the excluded parties listsystem (EPLS) as maintained within the System for Award Management (SAM) to determine if non-federal entity is excluded or disqualified; or b. Collecting a certification statement from the non-federal entity attesting they are not excluded or disqualified from participating; or c. Adding a clause or condition to covered transactions attesting individual or firm are not excluded or disqualified from participating. 2. Require prime contractors to comply with 2 CFR 180.330 when entering into lower - Tier transactions (e.g. Sub -contracts). 10. Ban on Textin¢ When Driving. a. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, the Sponsor is encouraged to: I. Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving when performing any work for, or on behalf of, the Federal government, including work relating to a grant or subgrant. ii. Conduct workplace.safety'initiatives in a manner commensurate with the size of the business, such as: 1. Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and 2. Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. b. The Sponsor must insert the substance of this clause on banning texting when driving in all subgrants, contracts and subcontracts. 11. TraffickinQ in Persons. a. Prohibitions: The prohibitions against trafficking in persons (Prohibitions) that apply to any entity other than a State, local government, Indian tribe, or foreign public entity. This includes private Sponsors, public Sponsor employees, subrecipients of private or public Sponsors (private entity) are: 1. Engaging in severe forms of trafficking in persons during the period of time that the agreement is in effect; 2. Procuring a commercial sex act during the period of time that the agreement is in effect; or 3. Using forced labor in the performance of the agreement, including subcontracts or sub -agreements under the agreement. b. In addition to all other remedies for noncompliance that are available to the FAA, Section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104(g)), allows the FAA/MDOT to unilaterally terminate this agreement, without penalty, if a private entity — i. Is determined to have violated the Prohibitions; or ii. Has an employee who the FAA/MDOT determines has violated the Prohibitions through conduct that is either- 1. Associated with performance under this agreement; or 2. Imputed to the Sponsor or subrecipient using 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by the FAA at 49 CFR Part 29. 12. Exhibit A Included with Grant Application. The Exhibit "A" updated on the date shown on the Exhibit A, submitted with the project application is made a part of this grant agreement. 13. Co -Sponsor. The Co -Sponsors understand and agree that they jointly and severally adopt and ratify the representations and assurances contained therein and that the word "Sponsor" as used in the application and other assurances is deemed to include all co-sponsors. 14. Audits for Public Sponsors. A subgrantee expending $750,000 or more of Federal awards in a fiscal year must conduct a single or program specific audit in accordance with 2 CFR part 200 part 200. 15. Svstem for Award Management (SAM) Registration and Universal Indentifier. A. Requirement for System for Award Management (SAM): Unless the subgrantee is exempted from this requirement under 2 CFR 25.110, the subgrantee must maintain the currency of its in in the SAM until the State submits the final financial report required under this grant, or receives the final payment, whichever is later. This requires that the State review and update the information at least annually after the initial registration and more frequently if required by changes in information or another award term. Additional information about registration procedures may be found at the SAM website (currently at http://www.sam.gov). B. Requirement for Data Universal Numbering System (DUNS) Numbers: 1. The State must notify a potential subrecipient that it cannot receive a subgrant unless it has provided its DUNS number to the State. 2. The State may not make a subgrant to a subrecipient unless the subrecipient has has provided its DUNS number to the State. 3. Data Universal Numbering System: DUNS number means the nine -digit number Established and assigned by Dun and Bradstreet, Inc. (D&B) to uniquely indentify business entities. A DUNS number may be obtained from D&B by telephone (866-606-8220) or on the web at htto://fed2ov.dnb.com/webform). 16. Emolovee Protection from Reorisal. A. Prohibition of Reprisals- 1. In accordance with 41U.S.C. § 4712, an employee of a grantee or subgrantee may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing to a person or body described in sub -paragraph (A)(2),information that the employee reasonably believes is evidence of: I. Gross mismanagement of a Federal grant; ii. Gross waste of Federal funds; iii. An abuse of authority relating to implementation or use of Federal funds; iv. Asubstantial and specific danger to public health or safety; or v. Aviolation of law, rule,or regulation related to a Federal grant. 2. Persons and bodies covered: The persons and bodies to which a disclosure by an employee is covered are as follows: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; , III. The Government Accountability Office; IV. A Federal office or employee responsible for oversight of a grant program; V. Acourt or grand jury; vi. A management office of the grantee or subgrantee;orvii. A Federal or State regulatory enforcement agency. , B. Submission of Comp laint- Ape rson who beIievesthat they have been subjected to a reprisal prohibited by paragraph A of this grant term may submit a complaint regarding the reprisal to the Office of Inspector General (01G) for the U.S. Department of Transportation. C. Time Limitation for Submittal of a Complaint- A complaint may not be brought under this subsection more than three years after the date on which the alleged reprisal took place. D. Required Actions of the Inspection General- Actions, limitations and exceptions of the Inspector General's office are established under 41U.S.C. § 47121b). E. Assumption of Rights to Civil Remedy- Upon receipt of an explanation of a decision not to conduct or continue an investigation by the Office of Inspector General,the person submitting a complaint assumes the right to a civil remedy under 41U.S.C. § 4712(c). 17. Land Acauisition. A. "The Sponsor agrees that no payments will be made on the grant until the Sponsor has presented evidence to the State that it has recorded the grant agreement, including the grant assurances, in the public land records of the county courthouse. The Sponsor understands and agrees that recording the grant agreement legally enforces these requirements, encumbrances and restrictionson the obligated land." Special Conditions Airport ARFF and SIRE : ARFF and SIRE EQUIPMENT AND VEHICLES: The Sponsor agrees that it Equipment Acquisition will: 1) house and maintain the equipment in a state of operational readiness on and for the airport; 2) provide the necessary staffing and training to maintain and operate the vehicle and equipment; 3) restrict the vehicle to on -airport use only; 4) restrict the vehicle to the use for which it was intended; and 5) amend the Airport Emergency Plan and/or Snow and Ice Control Plan to reflect the acquisition of the vehicle and equipment. (Applicable only for Part 139 Airports). Airport Equipment Replacement EQUIPMENT OR VEHICLE REPLACEMENT: The Sponsor agrees that such as ARFF and SRE because the Fair Market Value is $5,000 or more and the equipment/vehicle will not be retained by the Sponsor for airport purposes (or donated to another eligible/justified Sponsor), the Sponsor will use the Fair Market Value of equipment being replaced by this project to reduce the total project costs. Airport ARK Equipment - Off- OFF -AIRPORT STORAGE OF ARFF VEHICLE: The Sponsor agrees that it Airport Storage will: 1) house and maintain the vehicle in a state of operational readiness for the airport; 2) provide the necessary staffing and training to maintain and operate the vehicle; 3) restrict the.vehicle to airport use only; 4) amend the Airport Emergency Plan to reflect the acquisition of the vehicle; 5) within 60 days, execute an agreement with local government including the above provisions and a provision that violation of agreement could require repayment of subgrant funding; and 6) submit a copy of the executed agreement to the FAA. Airport AWOS AUTOMATED WEATHER OBSERVING SYSTEMS (AWOS): The Sponsor agrees that it will: 1) within 60 calendar days of subgrant acceptance, establish a Memorandum of Agreement (MOA) with the FAA; 2) develop an Operations Maintenance Manual to more specifically describe the operational, maintenance, and documentation 1 Sponsor types include Airport Sponsor (Public and Private), Airport Sponsor (Private Only), Noise, and State or Local Government March 27, 2014 FAA; October 29, 2014 MDOT Page 1 Special Conditions Ole. requirements for the AWOS; 3) within 60 calendar days of installation, take the necessary actions to initiate the AWQS commissioning by the FAA; and 4) provide for the installation, commissioning, continuous operation, and maintenance of any Non -Federal AWOS funded under this grant for the useful life of the equipment. The Sponsor further understands that the FAA will not take over the ownership, operation, or maintenance of any Sponsor -acquired equipment. Airport ALP & AIP Funded AIRPORT LAYOUT PLAN: The Sponsor understands and agrees to Construction update the Airport Layout Plan to reflect the construction to standards satisfactory to the FAA and submit it in final form to the FAA. It is further mutually agreed that the reasonable cost of developing said Airport Layout Plan Map is an allowable cost within the scope of this project. Airport Lighting - Operation and LIGHTING: The Sponsor must operate and maintain the lighting system Maintenance during the useful life of the system in accordance with applicable FAA standards. Airport Temporary NAVAIDS TEMPORARY NAVAIDS: The Sponsor agrees that this equipment is being acquired,for temporary use to minimize disruptions to the airport during construction. The Sponsor further agrees that upon construction completion of this project or at the point when this equipment is no longer needed for its intended use (but no later than the construction completion of the project), that the Sponsor will house this equipment in an interior enclosure. The Sponsor further agrees to make this equipment available, without cost, to be transferred to another,airport or as directed by the FAA. Airport Construction on land not NOTICE TO PROCEED - PROPERTY INTEREST ACQUIRED: The Sponsor yet acquired/ Good Title understands and agrees that the FAA authorization for the Sponsor to issue a notice to proceed with construction work will not be given until the Sponsor has adequately certified that good title will be acquired on the land on which construction is to be performed, Airport Construction on land not TITLE EVIDENCE: The Sponsor understands and agrees that the FAA will yet acquired/ Good Title not make nor be obligated to make any payments involving Parcel(s) N/A until title evidence has been submitted to, and found satisfactory by the FAA, subject to no liens, encumbrances, reservations or exceptions which in the opinion of the FAA might create an undue risk or interference with the use and operation of the airport. March 27, 2014 FAA; October 29, 2014 MDOT Page 2 Special Conditions Airport DBE Plan DBE PLAN: The Sponsor understands and agrees that the FAA will not make nor be obligated to make any payments on this subgrant until the Sponsor, has received approval of its DBE Plan from the FAA Office of Civil Rights. Airport Environmental ENVIRONMENTAL; The environmental approval for this project was (Required for All issued on the date/s shown in Aeronautics' Michigan Department of Projects) Transportation's computer program AeroPM. This project includes the following mitigation measures: Please refer directly to CATEX and all additional environmental documentation for impact considerations and mitigation measures. The Sponsor understands and agrees to complete the above -listed mitigation measures to standards satisfactory to the FAA. It is further mutually agreed that the reasonable cost of completing these mitigation measures is an allowable cost within the scope of this project. Airport EMAS EMAS BLOCK PRE -PURCHASE: The Sponsor understands that it may request reimbursement for payment made by the Sponsor to the EMAS manufacturer for up to 90% of the cost of EMAS block manufacturing costs of.EMAS blocks that remain in the manufacturer's care, custody and control provided that the Sponsor has provided a certification to the FAA as to quantity and condition of the EMAS blocks. The remaining payment may be made after delivery to the Sponsor's location and acceptance by the Sponsor. Airport Equipment EQUIPMENT ACQUISITION: The Sponsor understands and agrees that any equipment acquired through this subgrant is considered a facility as that term is used in the Grant Assurances. Further, the equipment must be only operated by the Sponsor. The Sponsor agrees that it will maintain the equipment and use it exclusively at the airport for airport purposes. Airport Equipment - Friction FRICTION MEASURING DEVICES: The Sponsor agrees that it will Measuring Device properly calibrate, operate, and maintain the friction measuring equipment. The friction measuring equipment and tow vehicle (if applicable) must not be used for any other purpose other than for conducting friction measuring tests on airport pavement surfaces and directly related activities. ....... March 27, 2014 FAA; October 29, 2014 MDOT Page 3 Special Conditions Airport NAVAIDS - ILS INSTRUMENT LANDING SYSTEM AND ASSOCIATED EQUIPMENT IN Note that in general, PROJECT: The Sponsor agrees that it will: Category I ILS are no 1) Prior to commissioning, assure the equipment meets the FAA's longer being installed. standards; and Instead, RNAV 2) Remove, relocate, lower, mark, or light each obstruction to obtain a approaches provide clear approach as indicated in the 14 CFR part 77 aeronautical survey. equivalent approach minima. Installation of a new ILS must follow the ILS policy and must have APP-1 approval. Airport Fence - Wildlife WILDLIFE FENCE: The Sponsor understands that the fence is being installed to prevent wildlife from entering the airfield. The Sponsor agrees that it will maintain the integrity of the fence for its useful life, but no less tha'n'20 years from the date of the subgrant was issued. The Sponsor understands that maintenance of the fence includes repair of damage to the fence or gates due to any purpose. Airport Land - Revise Exhibit "A" UPDATE APPROVED EXHIBIT "A" PROPERTY MAP FOR LAND IN Property Map PROJECT: The Sponsor understands and agrees to update the Exhibit "A" Property Map to standards satisfactory to the FAA and submit it in final form to the FAA. It is further mutually agreed that the reasonable cost of developing said Exhibit "A" Property Map is an allowable cost within the scope of this project. Airport Land acquisition -Future FUTURE DEVELOPMENT LAND: The Sponsor agrees to perform the Land airport development which requires this land acquisition within 10 years of this subgrant agreement, and further agrees not to dispose of the land by sale'or lease without prior consent and approval of the FAA. In the event the land is not used within 10 years for the purpose for which it was acquired, the Sponsor will refund the Federal and State share of acquisition cost or the current fair market value of the land, whichever is greater. Airport Master Plan - COORDINATION: The Sponsor agrees to coordinate this master Coordination planning study with the metropolitan planning organizations, other local planning agencies, and with the State Airport System Plan prepared by the State's Department of Transportation and consider any pertinent information, data, projections, and forecasts which are currently available or as will become available. The Sponsor agrees to consider any State Clearinghouse comments and to furnish a copy of the fina{ report to the State's Department of Transportation. March 27, 2014 FAA; October 29, 2014 MDOT Page 4 Special Conditions Airport NAVAIDS -Operations AIRPORT -OWNED VISUAL OR ELECTRONIC NAVIGATION AIDS IN and maintenance PROJECT: The Sponsor agrees that it will: 1) Provide for the continuous operation and maintenance of any navigational aid funded under this subgrant agreement during the useful life of the equipment; 2) Prior to commissioning, assure the equipment meets the FAA's standards; and 3) Remove, relocate, lower, mark, or light each obstruction to obtain a clear approach, as indicated in the 14 CFR part 77 aeronautical survey. Airport New or SITE SELECTION: The Sponsor understands and agrees that the Project Replacement Airport cannot proceed beyond the site selection study until the Sponsor has received formal approval from the FAA to proceed. Airport Non-AIP Utility Proration UTILITIES PRORATION: For purposes of computing the United States' (Refer to AIP Handbook share of the allowable project costs, the allowable cost of the utilities —Ch. 3, Sec. 11, Par. 3- specified in the Engineering Plans and Proposal included in the project 98) must not exceed costs agreed upon in the Plans, Proposal, and Contract Changes and then calculated in total as a percent. Airport Utility Relocation UTILITY RELOCATION IN PROJECT: The Sponsor understands and agrees that: 1) the United States will not participate in the cost of any utility relocation unless and until the Sponsor has submitted evidence satisfactory to the FAA that the Sponsor is legally responsible for payment of such costs; 2) FAA participation is limited to those utilities located on -airport or off -airport only where the Sponsor has an easement for the utility; and 3) the utilities exclusively serve the Airport; Airport Obstruction Removal OBSTRUCTION REMOVAL: The Sponsor agrees to clear Parcel(s) as identified on the Engineering Plans, Proposal, and Contract Changes, as shown on Exhibit "A" Property Map, of the following obstructions: Obstructions as identified and called out on the Engineer Plans, as identified in the field, and as directed by the Engineer and then documented in the As, Built Plans at construction completion prior to final payment under the project. The Sponsor also agrees that it will not erect, nor permit the erection of any permanent structures or obstructions on the airport except those required for aids to air navigation orthose which have been specifically approved by the FAA. March 27, 2014 FAA; October 29, 2014 MDOT Page 5 VatIVINIVIC Special Conditions Airport Pavement PAVEMENT MAINTENANCE MANAGEMENT PROGRAM: The Sponsor agrees that it will implement an effective airport pavement maintenance management program as required by Subgrant Assurance Pavement Preventive Management. The Sponsor agrees that it will use the program for the useful life of any pavement constructed, reconstructed, or repaired with federal financial assistance at the airport. The Sponsor further agrees that the program will 1, follow FAA Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," for specific guidelines and procedures for maintaining airport pavements, establishing an effective maintenance program, specific types of distress and its probable cause, inspection guidelines, and recommended methods of repair; 2. detail the procedures to be followed to assure that proper pavement maintenance, both preventive and repair, is performed; 3. include a Pavement Inventory, Inspection Schedule, Record Keeping, Information Retrieval, and Reference, meeting the following requirements: a. Pavement Inventory. The following must be depicted in an appropriate form and level of detail: 1) location of all runways, taxiways, and aprons; 2) dimensions; 3) type of pavement, and; 4) year of construction or most recent major rehabilitation. b. Inspection Schedule. 1) 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 ConditionIndex (PCI) survey as set forth in the Advisory Circular 150/5380-6, the frequency of inspections may be extended to three years. 2) Drive -By Inspection. A drive -by inspection must be performed a minimum of once per month to detect unexpected changes in the pavement condition. For drive - by inspections, the date of inspection and any maintenance performed must be recorded. 4. 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 type of distress, location, and remedial action, scheduled or performed, must be documented. The minimum information is: March 27, 2014 FAA; October 29, 2014 MDOT Page 6 Note: Airport Special Conditions a. inspection date; b. location; c. distress types; and d. maintenance scheduled or performed. Information Retrieval System. The Sponsor must be able to retrieve the information and records produced by the pavement survey to provide a report to the FAA as may be required. Pavement Exceeding PROJECTS WHICH CONTAIN PAVING WORK IN EXCESS OF 9500.000: $500,000 The Sponsor agrees to: a. Furnish a construction management program to the FAA prior to the start of construction which details 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 and State, specifications. The program must include as a minimum: (1) 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. (2) 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. (3) Procedures for determining that the 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). (4) Qualifications of engineering supervision and construction inspection personnel. (5) 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 testa (6) 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. March 27, 2014 FAA; October 29, 2014 MDOT Page 7 Special Conditions 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 that did not meet the applicable test standard. The report must include the pay reductions applied and the reasons for accepting any out -of - tolerance material. An interim test and quality control report must 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, will, absent any compelling justification; result in a reduction in Federal participation for costs incurred in connection with construction of the applicable pavement. Such reduction will 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 subgrant agreement. d. The FAA, at its discretion, reserves the right to conduct independent tests and to reduce subgrant payments accordingly if such independent tests determine that sponsor test results are inaccurate. Airport Pavement maintenance MAINTENANCE PROJECT LIFE: The Sponsor agrees that pavement maintenance is limited to those aircraft pavements that are in sufficiently sound condition that they do not warrant more extensive work, such as reconstruction or overlays in the immediate or near future. The Sponsor further agrees that AIP funding for the pavements maintained under this project will not be requested for more substantial type rehabilitation (more substantial than periodic maintenance) for a 5-year period following the completion of this project unless the FAA determines that the rehabilitation or reconstruction is required for safety reasons. Airport RPZ Acquisition PROTECTION OF RUNWAY PROTECTION ZONE: The Sponsor agrees to prevent the erection or creation of any structure, place of public assembly, or other use in the runway protection zone, as depicted on the Exhibit "A Property Map, except for NAVAIDS that are fixed by their functional purposes or any other structure permitted by the FAA. The Sponsor further agrees that any existing structures or uses within the Runway Protection Zone will be cleared or discontinued by the Sponsor unless approved by the FAA. March 27, 2014 FAA; October 29, 2014 MOOT Page 8 Airport Airport Airport Special Conditions RPZ Acquisition PROTECTION OF RUNWAY PROTECTION ZONE: The Sponsor agrees to take any and all steps necessary to ensure that the owner of the land within the designated Runway Protection Zone will not build any structure in the Runway Protection Zone that is an airport hazard or which might create glare or misleading lights or lead to the construction of residences, fuel handling and storage facilities, smoke generating activities, or places of public assembly, such as churches, schools, office buildings, shopping centers, and stadiums. RPZ Future Acquisition ACQUISITION OF THE RUNWAY PROTECTION ZONE: Future Interest in (This special condition the Runway Protection Zone: The Sponsor agrees that it will acquire the should be used if any of Fee Title or Easement as called out by legal description in signed, the following items are applicable agreements separate from this one, as appropriate, in the part of the grant: 1) An Runway Protection Zones for runways that presently are not under its airfield project that control within a reasonable number of years of this Subgrant impacts the runway Agreement. The Sponsor further agrees to prevent the erection or threshold, 2) A change in creation of any structure or place of public assembly in the Runway the design critical Protection Zone, except for NAVAIDS that are fixed by their functional aircraft that increases purposes or any other structure approved by the FAA. The Sponsor the RPZ dimensions, or further agrees that any existing structures or uses within the Runway 3) A new or revised Protection Zone will be cleared or discontinued by the Sponsor unless instrument approach approved by the FAA. procedure that increases the RPZ dimensions). VALE equipment LOW EMISSION SYSTEMS: The Sponsor agrees that vehicles and equipment included in this subgrant: 1) will be maintained and used at the airport for which they were purchased; 2) will not be transferred, relocated, or used at another airport without the advance consent of the FAA; 3) will be clearly labeled using the FAA -designed VALE program emblem; 4) will be replaced, at the Sponsor's own cost, any disabled or seriously damaged vehicle or equipment at any time during its useful life, with an equivalent vehicle or unit that produces an equal or lower level of emissions for the useful life of the vehicle or equipment, or life of Airport Emission Reduction Credits, whichever is longer. The Sponsor further agrees that it will maintain annual records on individual vehicles and equipment, project expenditures, cost effectiveness, and emission reductions. March 27, 2014 FAA; October 29, 2014 MDOT Page 9 APPENDIX F Special Conditions Airport VALE Recharging System RECHARGING SYSTEM VALE— USE AND OPERATION REQUIREMENTS: The Sponsor understands that it is obligated to earn emissions credits from the state air quality agency on a yearly basis for the use of this recharging system and the use of electric ground support equipment at the airport. The Sponsor understands and agrees that the Sponsor may be obligated to repay to the FAA some or all of the federal share of the recharging project if Sponsor does not earn the emissions credits that the Sponsor estimated in the project application. Airport or Building Allowable Costs BUILDING AIP PRORATION: For purposes of computing the United Noise (Prorate) States' share of the allowable project costs of the project, the allowable cost of the items called out in the Project Plans and Proposal, Contract Changes, Amendments, and agreed upon grant increases included in the project must not exceed costs agreed upon in the Exhibit 1 of this contract and any amendments to this contract calculated as a percent of the actual cost of the entire building. Airport or Noise Land ACQUISITION OF NOISE LAND: The Sponsor agrees that as part of the Noise land acquisition in this project, it will prepare or update a Noise Land Inventory Map and Reuse Plan to standards satisfactory to the FAA and submit said documentation in final form to the FAA. It is further mutually agreed that the reasonable cost of developing or updating a Noise Land Inventory Map and Disposal Plan is an allowable cost within the scope of this project. Airport or Noise - Annual Report ANNUAL NOISE REPORT: As a condition of this Airport Improvement Noise Program (AIP) subgrant, the Sponsor agrees to provide to the FAA, an annual report of funds expended and actions associated with this subgrant within 90 days following the end of each Federal fiscal year the subgrant remains open. The report must provide the following information: 1) Total noise subgrant funds expended during the fiscal year. 2) Amount of funds expended by Program Element(s) as identified in the Sponsor's Noise Compatibility Program (NCP). 3) Number of'parcels mitigated by DNL contour and Program Element as identified in the Sponsor's NCP. 4) Total number of people impacted by the Sponsor's NCP (by DNL contour) and total number of people mitigated during the fiscal year by DNL contour and Program Element as identified in the Sponsor's NCP. 5) A graphic (map) depicting DNL contours and the location of mitigation action as defined by the Program Element(s) of the Sponsor's NCP, including a list by address for mitigation actions shown on the map. March 27, 2014 FAA; October 29, 2014 MDOT Page 10 Special Conditions 6) A written plan outlining actions being planned for the next year based on the Sponsor's priorities and the NCP. 7) Other information as required by the FAA. All Sponsor Plans and Specifications PLANS AND SPECIFICATIONS PRIOR TO BIDDING: The Sponsor agrees Types that it will submit plans and specifications for FAA review and approval prior to advertising for bids. All Sponsor Plans and Specification s PLANS & SPECIFICATIONS APPROVAL BASED UPON CERTIFICATION: Types Certification The FAA and the Sponsor agree that the FAA approval of the Sponsor's Plans and Specification is based primarily upon the Sponsor's certification to carry out the project in accordance with policies, standards, and specifications approved by the FAA. The Sponsor understands that: 1)The Sponsor's certification does not relieve the Sponsor of the requirement to obtain prior FAA approval for modifications to any AIP standards or to notify the FAA of any limitations to competition within the project; 2)The FAA's acceptance of a Sponsor's certification does not limit the FAA from reviewing appropriate project documentation for the purpose of validating the certification statements; 3) if the FAA determines that the Sponsor has not complied with their certification statements, the FAA will review the associated project costs to determine whether such costs are allowable under AIP. All Sponsor Design -Only Subgrants DESIGN SUBGRANT: This subgrant agreement is being issued in order Types to complete the design of the project. The Sponsor understands and agrees that within 2 years after the design is completed that the Sponsor will accept, subject to the availability of the amount of federal funding identified in the Airport Capital Improvement Plan (ACIP), a subgrant to complete the construction of the project in order to provide a useful and useable unit of work. The Sponsor also understands that if the FAA has provided federal funding to complete the design for the project, and the Sponsor has not completed the design within four (4) years from the execution of this subgrant agreement, the FAA may suspend or terminate subgrants related to the design. All Sponsor Force account FORCE ACCOUNT: The Sponsor agrees that proposals to accomplish Types construction or engineering with the Sponsor's own personnel must receive approval from the FAA prior to Sponsor incurring costs and that no reimbursement payments will be made on that portion of this subgrant until the Sponsor has received FAA approval for the force account information. March 27, 2014 FAA; October 29, 2014 MOOT Page 11 APPENDIX F Special Conditions All Sponsor Land Acquisition - PROGRAM INCOME AND REVENUE FROM REAL PROPERTY: The Types Revenue and Program Sponsor understands that all program income produced from real Income property purchased in part with Federal funds in this subgrant received while the subgrant is open will be deducted from the total cost of that project for determining the net costs on which the maximum United States' obligation will be based. The Sponsor further agrees that once the subgrant is closed, all net revenues produced from real property purchased in part with Federal funds in this subgrant must be used on the airport for airport planning, development, or operating expenses. This income may not be used for the Sponsor's matching share of any subgrant. The Sponsor's fiscal and accounting records must clearly identify actual sources and uses of these funds. All Sponsor Land acquisition - UNIFORM RELOCATION ACT: The Sponsor understands and agrees that Types Relocation all acquisition'of real property under this project will be in accordance with the 49 Code of Federal Regulations Part 24, Uniform Relocation Assistance And Real Property Acquisition For Federal And Federally Assisted Programs. All Sponsor Noise - mitigation INELIGIBILITY OF PREVIOUSLY INSULATED STRUCTURES: The Sponsor Types understands and agrees that AIP funds may only be applied to noise insulate structures under 14 Code of Federal Regulations Part 150 one single time and that no structures in this subgrant have been previously noise insulated using AIP funds. All Sponsor Noise Mitigation,— NOISE PROJECTS ON PRIVATELY OWNED PROPERTY: The Sponsor Types Private Land understands and agrees that no payment will be made under the terms of this Subgrant Agreement for work accomplished on privately owned land until the Sponsor submits the agreement with the owner of the property required by the Subgrant Assurance Number 5: Preserving Rights and Powers, and the FAA has determined that the agreement is satisfactory. As a minimum, the agreement with the private owner must contain the following provisions: 1) The property owner must inspect and approve or disapprove the work on the project during and after completion of the measures as the FAA or Sponsor reasonably requests. 2) The property owner is responsible for maintenance and operation of the Items installed, purchased, or constructed under this Subgrant Agreement. Neither the FAA nor the Sponsor bears any responsibility for the maintenance, operation, or replacement of these items. March 27, 2014 FAA; October 29, 2014 MDOT Page 12 Vote: Special Conditions 3) If the Sponsor transfers Federal funds for the noise compatibility measures to a private property owner or agent, the property owner must agree to keep records and make those records available to the FAA and the Sponsor about the amount of funds received and the disposition of the funds. 4) The property owner's right to sue for adverse noise impacts will be abrogated if the property owner deliberately or willfully reduces the effectiveness of the noise compatibility measures during the useful life of such measures. This obligation will remain in effect throughout the useful life of the noise compatibility measures, but not to exceed 20 years from the date of the Sponsor's acceptance of federal aid for the project. All Sponsor Non AIP work in project NON-AIP WORK IN APPLICATION: The Sponsor understands and agrees Types that: 1) the Project includes the planning and/or construction of any items specified in the Plans, Proposal, and Contract Changes that is not being funded with any Federal funding in this project; 2) although the Sponsor has estimated a total project cost of Costs shown in the Attached Exhibit 1 of this Contract, the total allowable cost for purposes of determining federal participation will not exceed Costs agreed upon as specified in the Plans, Proposal, and Contract Changes; 3) it must maintain separate cost records for the Alp and non-AIP work; 4) all cost records must be made available for inspection and audit by the FAA; 5) the Sponsor understands that all non-AIP work is the sole responsibility of the Sponsor; and 6) the amount of allowable cost that will be used for purposes of determining an increase in the maximum obligation of the United States will not exceed Costs agreed upon as specified in the Plans, Proposal, and Contract' Changes, which is the total allowable cost for purposes of determining federal participation in 2) of this special condition, All Sponsor Planning Scope of Work PRELIMINARY SCOPE OF WORK: This Subgrant is made and accepted Types upon the basis of a preliminary scope of work. The parties agree that within 30 days from the date of acceptance of this Subgrant Offer, the March 27, 2014 FAA; October 29, 2014 MDOT Page 13 APPENDIX F Airport - Fuel farms Non -primary Airport- Revenue Producing Non -primary Project Airport Land Acquisition Special Conditions Sponsor will furnish a final scope of work to the FAA and that no work will commence, nor will there be any contract signed for accomplishment of such work, until the final scope of work has been approved by the FAA. The Sponsor and the FAA further agree that any reference to the scope of work made in the Subgrant Offer or in the project application is in respect to the final scope of work. FUELING SYSTEM — USE AND OPERATION REQUIREMENTS: This project includes the installation of a new aviation fuel system. All revenue generated by this fueling system must be used for the operation and maintenance ofthe Airport in accordance with the subgrant assurances. The fueling system established under this subgrant, will be operated solely by the Sponsor and/or the Sponsor's employees. The Sponsor is further obligated to operate and maintain the fueling system for the 20-year subgrant expected life, including meeting all local, state, and federal regulations, related to the fuel system. REVENUE PRODUCING PROJECT: The Sponsor agrees and understands that the Sponsor has certified to the FAA that it has made adequate provisions for financing its airside needs. Further, the Sponsor agrees it will not seek Alp discretionary subgrant funds for the airside needs of the airport for the three fiscal years following the fiscal year in which this subgrant is issued. All revenue generated by this project must be used for the operation and maintenance of the Airport in accordance with the subgrant assurances. LAND ACQUISITION: The Sponsor agrees that no payments will be made on the subgrant until the Sponsor has presented evidence to the FAA that it has recorded the subgrant agreement, including the subgrant assurances in the public land records of the county courtholase. The Sponsor understands and agrees that recording the subgrant agreement legally enforces these requirements, encumbrances and restrictions on the obligated land. March 27, 2014 FAA; October 29, 2014 MDOT Page 14 TAAI pp10 oNt Sua\ R MB PppEP1DX BG SOBCQNSOX x,,an<mmeewwojceNU QF D me fess o{thepfl QYE� T PNi St AT�EM to odor T6\1i TAG PER\OD To pkoe? P GV%J PP�D E CQ�SU 49 �FR Sedt �t i AUTH NO THE E\NAt \ Ao tE an DepaTimenl pR1M �e Wi1Y� CONTRA \S TN\S 1. EDUCT\ONS CODA rc1 an Np TptADt D O Midi 9 ��ctaf�on aired \n aco o/O REpU\RE � VO10E Qftre Qg�151 lnionnat�onfeQ p8E _ p1651 AYES TOTAL CT \N DAtE IRPOR \MEppNSUI.'(PN14WE � N\ED SU6�pupY $ CERt\F1ED LACES' WORKPE PR MMpOT"D6E $ $ 15TH1S PR\ME F\R E SO 5 $ SUB TON U D ANT $ $ $ 'S $ $ $ $ S '5 $ $ $ $ $SON MY tCNOW SE\NCLUDETHER� g\GN tATETNAT T�REBEST OF pSED wAS Npt ATf A1NED, E CONSUUtANt' \ `' A E PROP THE ABOVE Pp�M \F THE Dee UTHOR�D \VE REPRESENtAT Of AS tNE A Nt fyAME pR\ME CONSU`tA CpMMENTS Page 1 of 2 SOSM\�ALDA'fE Nv NATO FTONL DA ETE SlG _ I aEPOR 6PTE Page 2 of 2 tNS�R�c'C1oNs \ere and s ephe Prev °Ps bmn9 �nsU\tante�t Wa Pmade smc ePa�menr D R�pRESE�� A�ea�ed by fo �sa y b gb kl# n�°o aym aS MichiganDvan$ otaron P��N®p,OSt me dW I the ect ay ent SO o+ ��65 \p9o�SU4Z ANC flR a\ do\\ar 0110 5 0{ cece pt ° ##nal oPt a e use the nombe�s ass`pn - e reP°6n9 Period tans. pFi\MEa eme ealN bd 9 a d th n 2�` and N°'ves a by the bk\\\m9- th ubconsu\tan{ duRS g t nt and the sub�nsube9 nn#n9 th s Protect ;etea {O, nto# skl°h j�ta5 tvrth uthoriaaglon N°.. day co {ed lined w e s n e co u\ta ea ed Slnco S ices Come umentatro P Ontta04L °40 P ortthe ca\enda� sn seN\ce Pe"AO edctpethe p m Gonsuttanthas. `n po#lar \jat o�{a9re n ent 4dO For Coveted;' reP reP°d the ma mt °{ the contra amountthe sub is Gumulat� ko mutual. P FOt penQd�s\Nov\','i mnedeP°�thetota\am°\ tom" report thetota to the subco�sultant ac ovdrn9 scormP\eted rep°cbm9Period. se Fort "Je a\ Contract Pm° J a ue o{ SeN+ces Ce b pthe Ptmen{ pto� a d to the su e subconsu\tant#Preto E°eseNrces during tnrs 0 F Cumu\ague C°\ia de&Gc xo eN109 °t eaurp meats made tO to the sabcOntra FOt c{ ons ° jep ma{et\a s,Ms001)- actual Pay menu trade For "DQ other { pe ,equrred by „ teP°d Oxffn the ort.3c, Pay a9reament may to Date- vs °rt?er\od" reP s 0{receipt. v\t For"p1duai Pmr°tounPPa+dCunn9tture jet'Wel Payment°m\y e\oPment'Won seven ��� day For„Pctua\ �E Putnota e Sign �`s statement' e of Business Cev optnent e p to a{{Ic Dever an „pgtevsdle to Sign, ape ANp LYST. Sr9n date and #onNard ,,O-� o{8 Poo g Ch`9an 48 ep9 A ZWO?'S MpO� PA�Momments' i# neoessefY aboutt 01, Ca\t�0 Comooke 4uestioms