Loading...
Agenda 09/25/2018 Item #16G109/25/2018 EXECUTIVE SUMMARY Recommendation to approve an after-the-fact acceptance of the attached Federal Aviation Administration (FAA) grant offer in the amount of $3,553,411, for the construction of airfield safety improvements at the Marco Island Executive Airport, and approve the associated budget amendments. (Fiscal Impact: $3,553,411 FAA, and $394,823 County) OBJECTIVE: To accept grant funding to fund construction of airfield safety improvements at the Marco Island Executive Airport (MKY). CONSIDERATIONS: The BCC approved the after-the-fact submittal of a grant application to the FAA to fund the construction of airfield safety improvements at MKY on July 10, 2018, Agenda Item No. 16G1. The Collier County Airport Authority (CCAA) received a grant offer of $3,553,411 from the FAA for this project on August 13, 2018. The FAA required execution of the grant agreement no later than September 4, 2018. The County Manager accepted this grant offer from the FAA on August 24, 2018. Collier County CMA #5330 authorizes the County Manager to sign a grant agreement when the grantor requires execution of the agreement within one month or less, and the deadline has been missed for the next available Board of County Commissioners meeting. The grant offer was received b y the Airport Authority on August 13, 2018, and the executed grant agreement was due to the FAA by September 4, 2018. FISCAL IMPACT: Total cost of the project is approximately $3,948,234. Budget amendment is necessary to recognize FAA grant revenue in the amount of $3,553,411 within Airport Grant Fund (498), Project 33484. There is a 10% match requirement in the amount of $394,823. Budget amendment is necessary to recognize match in the amount of $394,823 within Airport Match Fund (499), Project 33484, via a transfer from Airport Capital Fund (496) Reserves. As the project will not be executed until FY19, the corresponding budget amendments will be held until the start of FY19. As indicated in the after-the-fact submittal of this grant application (Item 16G1), the required local match may be offset by fifty percent (50%) in the amount of $194,411.50, with FDOT participation at five percent (5%) of the project cost. The Board will have the opportunity to accept this supplemental funding at a future meeting if awarded to the Authority. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. -JAB RECOMMENDATION: To approve after-the fact acceptance of a Federal Aviation Administration (FAA) grant offer for $3,553,411, and authorize associated budget amendments, to fund the construction of airfield safety improvements at the Marco Island Executive Airport. Prepared by: Justin Lobb, Airports Manager, Airport Authority 16.G.1 Packet Pg. 2492 09/25/2018 ATTACHMENT(S) 1. AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (PDF) 2. CM Memo 2018 08-23 FAA MKY Award (PDF) 3. Grant Offer Letter 3-12-0142-012-2018 (PDF) 16.G.1 Packet Pg. 2493 09/25/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.G.1 Doc ID: 6515 Item Summary: Recommendation to approve an after-the-fact acceptance of the attached Federal Aviation Administration (FAA) grant offer in the amount of $3,553,411, for the construction of airfield safety improvements at the Marco Island Executive Airport, and approve the associated budget amendments. (Fiscal Impact: $3,553,411 FAA, and $394,823 County). Meeting Date: 09/25/2018 Prepared by: Title: Manager - Airport – Airport Authority Name: Justin Lobb 08/23/2018 3:27 PM Submitted by: Title: Division Director - Operations Support – Growth Management Department Name: Gene Shue 08/23/2018 3:27 PM Approved By: Review: Growth Management Department Gene Shue Additional Reviewer Completed 08/23/2018 3:51 PM Airport Authority Justin Lobb Additional Reviewer Completed 08/24/2018 3:10 PM Capital Project Planning, Impact Fees, and Program Management Rookmin Nauth Additional Reviewer Completed 08/27/2018 1:20 PM Growth Management Department Diane Lynch Level 1 Reviewer Completed 08/27/2018 1:53 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 08/27/2018 2:34 PM County Attorney's Office Jennifer Belpedio Level 2 Attorney of Record Review Completed 08/27/2018 3:07 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 08/27/2018 3:56 PM Growth Management Department James C French Deputy Department Head Review Skipped 08/27/2018 5:48 PM Grants Erica Robinson Level 2 Grants Review Completed 08/29/2018 2:13 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 08/30/2018 8:59 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 08/30/2018 11:42 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 09/11/2018 4:39 PM Grants Therese Stanley Additional Reviewer Completed 09/13/2018 5:55 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 09/17/2018 1:57 PM Board of County Commissioners MaryJo Brock Meeting Pending 09/25/2018 9:00 AM 16.G.1 Packet Pg. 2494 3-12-0142-072-20L8 @ U.S. Department of Transportation FederalAviation Administration GRANTAGREEMENT PARr I -OFFER Date of Offer Airport/Planning Area AIP Grant Number DUNS Number August 8,2018 Marco lsland Airport 3-r2-0t42-O72-2018 076997790 TO: Collier County Airport Authori ty (herein called the "Sponso/') CONDITIONS S3,553,411 The following amounts represent a breakdown of the maximum obligation for the purpose of establishing 1 FROM: The United States of America(acting through the Federal Aviation Administration, herein called the "FAA") WHEREAS, the Sponsor has submitted to the FAA a Project Application dated June 14, 2018, for a grant of Federal funds for a project at or associated with the Marco lsland Airport, which is included as part ofthis Grant Agreement; and WHEREAT the FAA has approved a project for the Marco lsland Airport (herein called the "Project") consisting of the following: Construct Apron and Clear Object Free Area (Construction Phase) which is more fully described in the Pro.iect Application. NOW THEREFORE, According to the applicable provisions of the former Federal Aviation Act of 1958, as amended and recodified,49 U.S.C. 5 40101, et seq., and the former Airport and Airway lmprovement Act of 1982 (AAIA), as amended and recodified,49 U.S.C. 5 47101, et seq., (herein the AAIA grant statute is referred to as "the Act"l, the representations contained in the Project Application, and in consideration of (a) the Sponso/s adoption and ratification of the Grant Assurances dated March 2014,and the Sponsor's acceptance of this Offer; and, (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the Grant Assurances and conditions as herein provided. THE FEDERAT AVIATION ADMINISTRATION, FOR AND ON BEHATF OFTHE UNITED STATES, HEREBY OFFERS AND AGREES to pay ninety (90) percent of the allowable costs incurred accomplishing the Project as the United States share of the Project. This Offer is made on and SUBJECT To THE FOLLOWING TERMS AND CONDITIONS: 1. Maximum Obligation. The maximum obligation of the United States payable under this Offer is @ 16.G.1.a Packet Pg. 2495 Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 3-12-0t42-0L2-20t8 allowable amounts for any future grant amendment, which may increase the foregoing maximum obligation of the United States under the provisions of 49 U.S.C. 5 47108(b): $0 for planning $3,553,411 airport development or noise program implementation; and, S0 for land acquisition. 2. Period of Performance, The period of performance begins on the date the Sponsor formally accepts this agreement. Unless explicitly stated otherwise in an amendment from the FAA, the end date of the period of performance is 4 years (1,460 calendar days) from the date of formal grant acceptance by the Sponsor. The Sponsor may only charge allowable costs for obligations incurred prior to the end date of the period of performance (2 CFR $200.309). Unless the FAA authorizes a written extension, the sponsor must submit all project closeout documentation and liquidate (pay ofo all obligations incurred under this award no later than 90 calendar days after the end date of the period of performance (2 CFR S200.343). The period of performance end date does not relieve or reduce Sponsor obligations and assurances that extend beyond the closeout of a grant agreement. 3. lnelipible or Unallowable Costs . The Sponsor must not include any costs in the project that the FAA has determined to be ineligible or unallowable. 4. lndirect - Sponsor . Sponsor may charge indirect costs under this award by applying the indirect cost rate identified in the project application as accepted by the FAA, to allowable costs for Sponsor direct salaries and wages. 5, Determ rnt the Final Federal S re 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. 5. ComoletinP the Pro iect Without Delav and in Conformance with Reouirements.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. Per 2 CFR 5 200.308, the Sponsor agrees to report to the FAA any disengagement from performing the project that exceeds three months. The report must include a reason for the project stoppage. The Sponsor also agrees to comply with the assurances which are part of this agreement. 7. Amendments or Withdrawals before Grant Acceptance. The FAA reserves the right to amend or withdraw this offer at any time prior to its acceptance by the Sponsor. 8. Offer Expiration Date. This offer will ex pire and the United States will not be obligated to pay any part of the costs of the pro.iect unless this offer has been accepted by the sponsor on or before September 4, 2018, or such subsequent date as may be prescribed in writing by the FAA. 9. lmoroDer 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 statutes, or misused in any other manner for any project upon which Federalfunds 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, orjudgment, 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 2 @ 16.G.1.a Packet Pg. 2496 Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 3-12-0142-Ot2-20L8 final positions of the Sponsor, in court or otherwise, involving the recovery of such Federal share require advance approval by the Secretary. 10. United States Not Liable for Damase or lniurv. The United States is not responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 11. Svstem for Award Manasement (SAM) Resist ration And Universal ldentifier A. Requirement for System for Award Management (SAM): Unless the Sponsor is exempted from this requirement under 2 CFR 25.110, the Sponsor must maintain the currency of its information in the SAM until the Sponsor submits the final financial report required under this grant, or receives the final payment, whichever is later. This requires that the Sponsor 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 htto://www.sam gov). B. Data Universal Numbering System: DUNS number means the nine-digit number established and assigned by Dun and Bradstreet, lnc. (D & B) to uniquely identify business entities. A DUNS number may be obtained from D & B by telephone (currently 85G-705-s771) or on the web (currently at htto://fedeov .d n b. co m/we bfo rm ). 12. Electronic Grant Pavment(sl. Unless otherwise directed by the FAA, the Sponsor must make each payment request under this agreement electronically via the Delphi elnvoicing System for Department of Transportation (DOT) Financial Assistance Awardees. 13. lnformal Letter Amendment of AIP Proiects, lf, during the life of the project, the FAA determines that the maximum Srant obligation of the united states exceeds the expected needs of the sponsor by $25,000 or five percent (5%), whichever is greater, the FAA can issue a letter amendment to the Sponsor unilaterally reducing the maximum obligation. The FAA can also issue a letter to the Sponsor increasing the maximum obligation if there is an overrun in the total actual eligible and allowable project costs to cover the amount of the overrun provided it will not exceed the statutory limitations for grant amendments. The FAA's authority to increase the maximum obligation does not apply to the "planning" component of condition No. 1. The FAA can also issue an informal letter amendment that modifies the grant description to correct administrative errors or to delete work items if the FAA finds it advantageous and in the best interests of the United States. An informal letter amendment has the same force and effect as a formal grant amendment. 14. Air and Water Qualitv. The Sponsor is required to comply with all applicable air and water quality standards for all projects in this grant. lf the Sponsor fails to comply with this requirement, the FAA may suspend, cancel, or terminate this agreement. 15. Financial Reporting and Pavment Requirements. The Sponsorwill complywith all federal financial reporting requirements and payment requirements, including submittal of timely and accurate reports. 15. Buv American. Unless otherwise approved in advance by the FAA, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for which funds are provided under this grant. The Sponsor will include a provision implementing Buy American in every contract. 17. Maximum Oblisation lncrease For NonDrimarv AirDorts.ln accordance with 49 U.S.C.5 47108(b), as amended, the maximum obligation ofthe United States, as stated in Condition No. 1 of this Grant Offer: 3 @ 16.G.1.a Packet Pg. 2497 Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 3-12-0742-072-20L8 A. May not be increased for a planning project; B. May be increased by not more than 15 percent for development projects; C. May be increased by not more than 15 percent or by an amount not to exceed 25 percent of the total increase in allowable costs attributable to the acquisition of land or interests in land, whichever is greater, based on current credible appraisals or a court award in a condemnation proceeding. 18. Audits for Public Soonsors. The Sponsor must provide for a Single Audit or program specific audit in accordance with 2 CFR part 200. The Sponsor must submit the audit reporting package to the Federal Audit Clearinghouse on the Federal Audit Clearinghouse's lnternet Data Entry System at htto://ha rvester.census .9.facweb/Provide one copy of the completed audit to the FAA if requested. 19. Suspension or Debarment. When entering into a "covered transaction" as defined by 2 CFR 5180.200, the Sponsor must: A. Verify the non-federal entity is eligible to participate in this Federal program by: 1. Checking the excluded parties list system (EPLS) as maintained within the System for Award Management (SAM) to determine if the non-federal entity is excluded or disqualified; or 2. collecting a certification statement from the non-federal entity attesting they are not excluded or disqualified from participating; or 3. Adding a clause or condition to covered transactions attesting individual or firm are not excluded or disqualified from participating. B. Require prime contractors to comply with 2 CFR 5180.330 when entering into lower-tier transactions (e.9. Sub-contracts). C. lmmediately disclose to the FAA whenever the Sponsor (1) learns they have entered into a covered transaction with an ineligible entity or (2) suspends or debars a contractor, person, or entity. 20. 8an on Texting While Drivins. A. ln 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: 1. 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 ol the Federal government, including work relating to a Brant or subgrant. 2. Conduct workplace safety initlatives in a manner commensurate with the size of the business, such as: a. Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and b. Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. B. The Sponsor must insertthe substance ofthisclause on banningtexting while driving in all subgrants, contracts and subcontracts. 21. AIP Funded Work lncluded in a PFC ADDlication. Within 90 days of acceptance of this award, Sponsor must submit to the Federal Aviation Administration an amendment to any approved Passenger Facility Charge (PFC) application that contains an approved PFC project also covered under this grant award. The airport sponsor may not make any expenditure under 4 @ 16.G.1.a Packet Pg. 2498 Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 3-12-0t42-0L2-20t8 this award until project work addressed under this award is removed from an approved PFC application by amendment. 22. Exhibit "A" Properw Map. The Exhibit "A' Property Map dated July 2016, is incorporated herein by reference or is submitted with the project application and made part of this grant agreement. 23.EmDl Protection fro Reprisal, A. Prohibition of Reprisals - 1. ln accordance with 41 U.S.C. I 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. A substantial and specific danger to public health or safety; orv. A violation 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 hspector General; iii. The Government Accountability Office;lv. A Federal office or employee responsible for oversight of a grant program;v. A court or grand jury; vi. A management office of the grantee or subgrantee; orvii. A Federal or State regulatory enforcement agency. 3. Submlssion of Complaint -A person who believes that 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 lnspector General (OlG) for the U.S. Department of Transportation. 4. Time Limitation for Submittal of a Complaint - A complaant may not be brought under this subsection more than three years after the date on which the alleged reprisal took place. 5. Required Actions of the lnspector General - Actions, limitations and exceptions of the lnspector General's office are established under 41 U.S.C. 5 4712(b) 6. 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 lnspector General, the person submitting a complaint assumes the right to a civil remedy under4l U.S.C. 5 4712(c). 24. AirDort Lavout Plan. The Sponsor understands and agrees to update the Airport Layout Plan to reflect the construction to standards satisfactory to the FAA and submit it in final form to the FAA. lt 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. 25. Proiect which co ntain Pavins Work in Excess of 3500.000. The S ponsor 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 specifications. The program must include as a minlmum: 5 @ 16.G.1.a Packet Pg. 2499 Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 3-12-0I42-0t2-20t8 1. The name ofthe 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 lD 3665, C f077l; 4. Qualifications of engineering supervision and construction inspection personnel; 5. A listlng of all tests required by the contract specifications, including the type and frequency of tests to be taken, the method of sampling, the applicable test standard, and the acceptance criteria or tolerances permitted for each type of test; and 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. B. Submit at completion of the project, a final test and quality assurance report documenting the summary results of all tests performed; highlighting those tests that indicated failure 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. Submit interim test and quality assurance reports when 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 grant agreement. D. The FAA, at its discretion, reserves the right to conduct independent tests and to reduce grant payments accordingly if such independent tests determine that sponsor test results are inaccurate. 6 @ 16.G.1.a Packet Pg. 2500 Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 3-12-0L42-012-20L8 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act, constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponso/s acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION c Rebecca R. Henry (Typed Nome) Acting Ma nage r Fme oI FAA Olficiol) 7 @ 16.G.1.a Packet Pg. 2501 Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 3-L2-0142-OL2-20r8 PART II . AccEPTANcE The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer, and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. I declare under penalty of perjury that the foregoing is true and correct.l Executed *,i. 2t{ }h oavor il16tl5{, 10t6 . Collier County Air rt Authority (Signoture ol Sponso/s olficiot) -.rJ('(Typed Nome ol Sponso/s Authotized Olficiol) By: Le-,c g. Title: (Title ol Spons Authorized Olficiol CERTIFICATE OF SPONSOR'S ATTORNEY acting as Attorney for the Sponsor do hereby certify: by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. ln addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof.*t 20tgDated at a ES (location) this 2q da yof By: 5 attorney) lKnowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C. Section 1OO1 (False Statements) and could subject you to fines, imprisonment, or both. 8 L That in my opinion the Sponsor is empowered to enter into the foreBoing Grant Agreement under the laws of the State ofugt|dg. Further, I have examined the foregoing Grant Agreement and the actions taken L @ 16.G.1.a Packet Pg. 2502 Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2503Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2504Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2505Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2506Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2507Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2508Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2509Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2510Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2511Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2512Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2513Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2514Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2515Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2516Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2517Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2518Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2519Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2520Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2521Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2522Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2523Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.aPacket Pg. 2524Attachment: AGRMT 2018 08-23 FAA MKY 3-12-0142-012-2018 Apron Construction (6515 : ATF Accept FAA Grant- MKY Apron) c,tE",Countt ffice of Management & Budget Justin Lobb Manager - Airport FROM: Therese Stanley Manager - OMB Grants Complian DATE: August 23, 2018 RE County Manager approval and execution of an award from Federal Aviation Administration (FAA) for Marco lsland Airfield lmprovements in the amount of $3,948,234 The Collier County Airport Authority (CCAA) has received a grant award from FAA for construction of airfield safety improvements at the Marco lsland Airport (MKY). The total grant award is $3,948,234. FAA will provide funding in the amount of $3,553,411 with a 10% required match in the amount of $394,823. The match is available in FY19 from Airport Capital Fund (496) Reserves. lt is anticipated that FDOT will participate in the project total cost at 5o/o or $197,412 thereby reducing the County's local match requirement by 50%. CCAA received the grant award on August '13, 2018. The FAA grant award requires acceptance by September 4,2018. Due to the short turnaround and inability to obtain Board execution by this date, we are requesting your execution of the grant agreement followed by an after{he-fact approval by the Board of County Commissioners at September 25,2018 BCC meeting. Once you have reviewed the award, please sign in the box above and in the areas marked throughout the agreement and call me for pickup a1239-252-2959. Thank you, and please let me know if you have any questions regarding this request. Grant Application Reviewed and Approved by County Man ager, or { Countv Man \bE\'k,0",, After-the-Fact Approval by the BCC is required at the September 25,2018 BCC meeting 3299 Tamiami Trail East, Suite 201 . Naplss, Florida 34'112-5746 . 239-252-8973, FM239-252-8828 TO. Leo E. Ochs, Jr., County Manager CC: 16.G.1.b Packet Pg. 2525 Attachment: CM Memo 2018 08-23 FAA MKY Award (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.c Packet Pg. 2526 Attachment: Grant Offer Letter 3-12-0142-012-2018 (6515 : ATF Accept FAA Grant- MKY Apron) 16.G.1.c Packet Pg. 2527 Attachment: Grant Offer Letter 3-12-0142-012-2018 (6515 : ATF Accept FAA Grant- MKY Apron)