Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2013-099 Yakima Air Terminal Capital Improvements Grants; Interfund Loan Program Use for 10% Local Grant Match 3-53-0089-36 FUNDING RESOLUTION
A RESOLUTION RESOLUTION NO. R-2013-099 authorizing the City Manager of the City of Yakima to apply for a series of grants from the Federal Aviation Administration for capital improvements at the Yakima Air Terminal totaling approximately $10 million; and authorizing the use of the City's Interfund Loan Program to provide the 10% local grant match when required. WHEREAS, the Federal Aviation Administration (FAA) has grants available to airports to maintain and improve airport facilities; and WHEREAS, the Yakima Air Terminal has recently completed an Airport Master Plan Update, which details a variety of FAA required capital improvement projects, including rehabilitation of Taxiway Alpha and upgrade of the airfield's lighting and sign systems; and WHEREAS, the Yakima Air Terminal has been notified that grant funds may be available for allocation to the City of Yakima upon submission of completed grant applications and satisfaction of certain conditions; and WHEREAS, one of the grant approval conditions is that the City use Passenger Facility Charges (PFC) as local match in the amount of 10% of the grant funds allocated for project expenses, and WHEREAS, the Yakima Air Terminal does not have the full one million dollars of the required local match currently available in PFC funds, but the FAA offers a "pay -back" program whereby future PFC collections can be used to pay back other local moneys used for match, and WHEREAS, the City has an Interfund Loan Program set forth in the Yakima Municipal Code, Chapter 3 123, which can be used to satisfy the requirements of the grant match funding through the "pay -back" program, and WHEREAS, the City Council deems it to be in the best interest of the City to authorize submission of applications to the FAA for available grant funds needed to accomplish the capital improvements, to authorize the execution of all necessary documents and contracts to complete the grant applications and the use of the City's Interfund Loan Program to provide the required 10% local grant match, Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: 1 The City Manager or his designee is hereby authorized and directed to submit completed grant applications to the Federal Aviation Administration to request grants to fund approximately ten million dollars of required capital improvements at the Yakima Air Terminal. 2. The City Manager or his designee is further authorized and directed to accept the grants on behalf of the City of Yakima, and to take all steps and execute all documents and contracts necessary to complete the grant transaction, including but not limited to the use of the City's Interfund Loan Program to provide the 10% local grant match in accordance with the FAA's "pay -back" program ADOPTED BY THE CITY COUNCIL this 6th day of August, 2013 MICAH CAWLE , Mayor 0 U.S. Department Seattle Airports District Office Of Transportation 1601 Lind Ave SW, Suite 250 Federal Aviation Administration Renton, WA 98057 Northwest Mountain Region August 29, 2013 Mr. Robert Peterson, MPA Interim Airport Manager 2400 West Washington Ave, Suite B Yakima, WA 98903 Dear Mr. Peterson, MPA: Grant offer for Yakima Air Terminal/McAllister Field Airport Yakima, Washington AIP Project Number: 3-53-0089-036-2013 Contract Number: DOT-FA13NM-0067 DUNS Number: 07-821-2651 Enclosed is a copy of the subject grant offer in the amount of $5,654,579.00. Please note that the grant offer must be accepted by the sponsor on or before: Friday, September 06, 2013. Please have the appropriate official authorized to execute the Grant Offer sign and date the "Acceptance" with the appropriate official attesting to the execution and affixing the sponsor's corporate seal. The attorney for the sponsor then must execute and date the "Certificate of Sponsor's Attorney" with the date being no earlier than the date of acceptance of the Grant Agreement. This action will certify that the acceptance complies with all applicable local and state laws and constitutes a legal and binding obligation of the sponsor. After execution is completed, please fax (425) 227-1650 or scan and e-mail a copy of the signed Grant Agreement to your FAA project manager not later than: Friday, September 06, 2013, and, also, return an executed copy to this office by mail. All applicable project -related requirements pertaining to environmental analysis and approval for this grant have been met in accordance with the guidelines contained in FAA Order 5050.4B, Airport Environmental Handbook. If you have any questions in regard to acceptance of the grant offer, please contact your project manager or this office. Sta ley C. Alliso 1 Assistant Man er, Seattle Airports District Office U.S. Department of Transportation Federal Aviation Administration Grant Agreement Part 1 — Offer Yakima Air Terminal/McAllister Field Airport Yakima, Washington Date of Offer: Thursday, August 29, 2013 Project Number: 3-53-0089-036-2013 Contract Number: DOT-FAI3NM-0067 To: City of Yakima, Washington (herein called the "Sponsor") From: The United States of America (acting through the Federal Aviation Administration, herein called the "FAA") WHEREAS, the Sponsor has submitted to the FAA a Project Application dated 7/31/2013, for a grant of Federal funds for a project at or associated with the Yakima Air Terminal/McAllister Field Airport which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport (herein called the "Project") consisting of the following: Rehabilitate Taxiway A (station 0+00 to 9+00) (Phase 2 - design and construction), including taxiway connectors A1 -A5, partial B and partial C, Medium Intensity Taxiway Lights (MITLs), signs and markings; Relocate segmented circle and wind cone all as more particularly described in the Project Application. FM Form 5100-37 PG 1 (10-89) Page 1 of 13 NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49' United States Code, and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in said Project Application and its acceptance of this Offer as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the assurances and conditions as herein provided, THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States share of the allowable costs incurred in accomplishing the Project, 90.00 percentum of all allowable Project costs. This Offer is made on and subject to the following terms and conditions: Part I - Conditions 1) The maximum obligation of the United States payable under this Offer shall be $5,654,579.00:,' For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 47108(b) of the Act, the following amounts are being specified for this purpose: $ 0.00 For planning $ 5,654,579.00 For airport development or noise program implementation Please note that this grant offer may be funded all or inpart, with funds from the Small Airport Fund. 2) The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consideration as to allowability under the provisions of the Act. 3) Payment of the United States' share of the allowable project costs will be made pursuant to land in accordance with the provisions of such regulations and procedures as the Secretary shall prescribe. Final determination of the United States' share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4) The Sponsor shall carry out and complete the Project without undue delays and in accordance with the terms hereof, and such regulations and procedures as the Secretary shall prescribe, and agrees to comply with the assurances which were made part of the project application. FAA Form 5100-37 PG 2 (10-89) Page 2 of 13 5) The FAA reserves the right to amend or withdraw this Offer at any time prior to its acceptance by the Sponsor. 6) This Offer shall expire and the United States shall not be obligated to pay any part of the costs;; of the project unless this Offer has been accepted by the Sponsor on or before Friday, September 06, 2013, or such subsequent date as may be prescribed in writing by the FAA. 7) The Sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been I expended. For the purposes of this grant agreement the term "Federal funds" means funds however used or disbursed by the Sponsor that were originally paid pursuant to this or any other Federal grant agreement. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order, or judgment to the Secretary. It shall furnish -upon request, all documents and records pertaining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover isuch funds. All settlements or other final positions of the Sponsor, in courtl'or otherwise, involving the recovery of such Federal share shall be approved in advance by the Secretary. 8) The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 9) Trafficking in persons: a) Provisions applicable to a recipient that is a private entity. i) You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not— (1) Engaged in severe forms of trafficking in persons during the period of time that the award is in effect; (2) Procure', a commercial sex act during the period of time that the award is in effect; or (3) Use forced labor in the performance of the award or subawards under the award. ii) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subreceipient that is a private entity— (1) Is determined to have violated a prohibition in paragraph a.1 of this award term; or (2) Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either— (a) Associated with performance under this award; or FAA Form 5100-37 PG 3 (10-89) Page 3 of 13 (b) Imputed to your or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. b) Provision applicable to a recipient other than a private entity. i) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity— (1) Is determined to have violated an applicable prohibition in paragraph a.1 of this award term; or (2) Has an''employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either— (a) Associated with performance under this award; or (b) Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. c) Provisions applicable to any recipient. i) You must inform us immediately of any information you receive from any source,, alleging a violation of a prohibition in paragraph a.1 of this award term. ii) Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: (1) Implements section 106(g) of the Trafficking Victims Protection Act of 2000,i(TVPA), as amended (22 U.S.C. 7104 (g)), and (2) Is in addition to all other remedies for noncompliance that are available to us under this award. iii) You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. d) Definitions. For purposes of this award term: i) "Employee" means either: (1) An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or (2) Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in-kind contribution toward cost sharing 'Or matching requirements. ii) "Forced labor" means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for Tabor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. FAA Form 5100-37 PG 4 (10-89) Page 4 of 13 iii) "Private entity": (1) Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. (2) Includes: (a) A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). (b) A for-profit organization. iv) "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102). 10)System of Award Management and Universal Identifier Requirements a) Requirement for System of Award Management (SAM) i) Unless you are exempted from this requirement under 2 CFR 25.110, you as the recipient must maintain the currency of your information in the SAM until you submit the final financial report required under this award or receive the final payment, whichever is later. This requires that you review and update the information at least annually after the initial registration, and more frequently if required by changes in your information or another award term. b) Requirement for Data Universal Numbering System (DUNS) Numbers i) If you are authorized to make subawards under this award, you: (1) Must notify potential subrecipients that no entity (see definition in paragraph c of this award term) may receive a subaward from you unless the entity has provided its DUNS number to you. (2) May not make a subaward to an entity unless the entity has provided its DUNS number to you. c) Definitions i) For purposes of this award term: (1) System of Award Management (SAM means the Federal repository into which an entity must provide information required for the conduct of business as a recipient. Additional information about registration procedures may be found at the SAM Internet site (currently at https://www.sam.gov/portal/public/SAM/). (2) Data Universal Numbering System (DUNS) number means the nine -digit number established and assigned by Dun and Bradstreet, Inc. (D&B) to uniquely identify business entities. A DUNS number may be obtained from D&B by telephone (currently 866-705-5711) or the Internet (currently at http.//feduov.dnb.com/webform). (3) Entity, as it is used in this award term, means all of the following, as defined at 2 CFR part 25, subpart C: (a) A Governmental organization, which is a State, local government, or Indian Tribe; (b) A foreign public entity; (c) A domestic or foreign nonprofit organization; (d) A domestic or foreign for-profit organization; and FAA Form 5100-37 PG 5 (10-89) Page 5 of 13 (e) A Federal agency, but only as a subrecipient under an award or subaward to a non -Federal entity. (4) Subaward: (a) This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. (b) The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec. 210 of the attachment to OMB Circular A- 133, "Audits of States, Local Governments, and Non -Profit Organizations"). A subaward may be provided through any legal agreement, including an agreement that you consider a contract. (5) Subrecipient means an entity that: (a) Receives a subaward from you under this award; and (b) Is accountable to you for the use of the Federal funds provided by the subaward. (c) A subaward may be provided through any legal agreement, including an agreement that you consider a contract. 11)ELECTRONIC GRANT PAYMENT(S): The requirements set forth in these terms and conditions supersede previous financial invoicing requirements for FAA grantees. Each payment request under this grant agreement must be made electronically via the Delphi elnvoicing System for Department of Transportation (DOT) Financial Assistance Awardees. The following are the procedures for accessing and utilizing the Delphi elnvoicing System. a) Grant Recipient Requirements. i) Grantees must have Internet access to register and submit payment requests through the Delphi elnvoicing system unless, under limited circumstances, a waiver is granted by the FAA and DOT under section (c) below. ii) Grantees must submit payment requests electronically and the FAA will process payment requests electronically. b) System User Access. i) Grantees must contact the FAA Airports District/Regional Office and officially submit a written request to sign up for the system. The FAA Office of Airports will provide the grantee's name, email address and telephone number to the DOT Financial Management Office. The DOT will then invite the 'grantee via email to sign up for the system and require the grantee to complete two forms. The grantee will complete a web based DOT registration form and download the Proof of Identification form to verify the grantee's identity. ii) The grantee must complete the Proof of Identification form, and present it to a Notary Public for verification. The grantee will return the notarized form to: FAA Form 5100-37 PG 6 (10-89) Page 6 of 13 DOT Enterprise Services Center FAA Accounts Payable, AMZ-100 PO Box 25710 Oklahoma City, OK 73125 iii. The DOT will validate the both forms and email a user ID and password to the grantee. Grantees should contact the FAA Airports District/Regional Office with any changes to their system information. Note: Additional information, including access forms and training materials, can be found on the DOT elnvoicing website (http://www.dot. qov/cfo/delphi-einvoicinq-system. html). c) Waivers. DOT Financial Management officials may, on a case by case basis, waive the requirement to register and use the electronic grant payment system based on user requests and concurrence of the FAA. Waiver request forms can be obtained on the DOT elnvoicing website (http://www.dot.00v/cfo/delphi-einvoicing-system.html) or by contacting the FAA Airports District/Regional Office. Recipients must explain why they are unable to use or access the Internet to register and enter payment requests. i) All waiver requests should be sent to the FAA Airports District/Regional Office for concurrence, prior to sending to the Director ot'the Office of Financial Management, US Department of Transportation, Office of Financial Management, B=30, room W93- 431, 1200 New Jersey Avenue SE, Washington DC 20590-0001, DOTElectroniclnvoicinq(a,dot.gov. The Director of the DOT Office of Financial Management will confirm or deny the request within approximately 30 days. ii) If a grantee is granted a waiver, the grantee should submit all hard- copy invoices directly to: DOT/FAA PO Box 25082 AMZ-110 Oklahoma City, OK 73125 FAA Form 5100-37 PG 7 (10-89) Page 7 of 13 Special Conditions 1) It is mutually understood and agreed that if, during the life of the project, the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by $25,000.00 or five percent (5%), whichever is greater, the maximum obligation of the United States can be unilaterally reduced by letter from the FAA advising of the budget change. Conversely, if there is an overrun in the total actual eligible and allowable development and land project costs, FAA may increase the maximum grant obligation of the United States to cover the amount of the overrun not to exceed the statutory percent limitation and will advise the Sponsor by letter of the increase. If the increase in project costs is attributable to planning items, the maximum United States obligation may not be increased. It is further understood and agreed that if, during the life of the project, the FAA determines that a change in the grant description is advantageous and in the best interests of the United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance of the aforementioned letter, either the grant obligation of the United States is adjusted to the amount specified or the grant description is amended to the description specified. 2) In accordance with Section 47108(b) of the Act, as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer: a) may not be increased for a planning project; b) may be increased by not more than 15 percent for development projects; c) may be increased by not more than 15 percent for land projects. 3) Unless otherwise approved by the FAA, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for airport development or noise compatibility for which funds are provided under this grant. The Sponsor will include in every contract a provision implementing this special condition. 4) The Sponsor agrees to perform the following: a) Furnish a construction management program to FAA prior to the start of construction which shall detail the measures and procedures to be used to comply with the quality control provisions of the construction contract, including, but not limited to, all quality control provisions and tests required by the Federal specifications. The program shall include as a minimum: i) The name of the person representing the Sponsor who has overall responsibility for contract administration for the project and the authority to take necessary actions to comply with the contract. ii) Names of testing laboratories and consulting engineer firms with quality control responsibilities on the project, together with a description of the services to be provided. FAA Form 5100-37 PG 8 (10-89) Page 8 of 13 iii) Procedures for determining that testing laboratories meet the requirements of the American Society of Testing and Materials standards on laboratory evaluation, referenced in the contract specifications (D 3666, C 1077). iv) Qualifications of engineering supervision and construction inspection personnel. v) A listing of all tests required by the contract specifications, including the type and frequency of tests to be taken, the method of sampling, the applicable test standard, and the acceptance criteria or tolerances permitted for each type of test. vi) Procedures for ensuring that the tests are taken in accordance with the program, that they are documented daily, and that the proper corrective actions, where necessary are undertaken. b) Submit at completion of the project, a final test and quality control report documenting the results of all tests performed, highlighting those tests that failed or did not meet the applicable test standard. The report shall include the pay, reductions applied and reasons for accepting any out -of - tolerance material. An interim test and quality control report shall be submitted, if requested by the FM. c) Failure to provide a complete report as described in paragraph b, or failure to perform such tests, shall, absent any compelling justification, result in a reduction in Federal participation for costs incurred in connection with construction of the applicable pavement. Such reduction shall be at the discretion of the FM 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. 5) For a project to replace or reconstruct pavement at the airport, the Sponsor shall implement an effective airport pavement maintenance management program as required by Airport Sponsor Assurance Number 11. The Sponsor shall use such program for the useful life of any pavement constructed, reconstructed, or repaired with Federal financial assistance at the airport. An effective pavement maintenance management program is one that details the procedures to be followed to assure that proper pavement maintenance, both preventive and repair, is performed. An airport sponsor may use any form of inspection program it deems appropriate. The program must, as a minimum, include the following: a) Pavement Inventory. The following must be depicted in an appropriate form and level of detail: i) location of all runways, taxiways, and aprons; ii) dimensions; iii) type of pavement, and; iv) year of construction or most recent major rehabilitation. b) Inspection Schedule. FAA Form 5100-37 PG 9 (10-89) Page 9 of 13 i) Detailed Inspection. A detailed inspection must be performed at least once a year. If a history of recorded pavement deterioration is available, i.e., Pavement Condition Index (PCI) survey as set forth in Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," the frequency of inspections may be extended to three years. ii) Drive -By Inspection. A drive-by inspection must be performed a minimum of once per month to detect unexpected changes in the pavement condition. • c) Record Keeping. Complete information on the findings of all detailed inspections and on the maintenance performed must be recorded and kept on file for minimum of five years. The types of distress, their locations, and remedial action, scheduled or performed, must be documented. The minimum information to be recorded is listed below: i) inspection date; ii) location; iii) distress types; iv) maintenance scheduled or performed. (1) For drive-by inspections, the date of inspection and any maintenance performed must be recorded. d) Information Retrieval. An airport sponsor may use any form of record keeping it deems appropriate, so long as the information and records produced by the pavement survey can be retrieved to provide a report to the FAA as may be required. e) Reference: Refer to Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," for specific guidelines and procedures for maintaining airport pavements and establishing an effective maintenance program. Specific types of distress, their probable causes, inspection guidelines, and recommended methods of repair are presented. 6) The Sponsor must provide for the continuous operation and maintenance of any navigational aid funded under the AIP during the useful life of the equipment and check the facility prior to its' commissioning to assure it meets the operational standards. The sponsor must also remove, relocate, or lower each obstruction on the approach to provide for the adequate lighting or marking of the obstruction if any aeronautical study conducted under FAR Part 77 determines that to be acceptable, and mark and light the runway, as appropriate. The FAA will not take over the ownership, operation, or maintenance of any Sponsor -acquired equipment. 7) The Sponsor shall provide for an annual audit in accordance with Office of Management and Budget Circular A-133. The Sponsor shall provide one copy of the completed A-133 Audit to the FAA Airports District Office and three copies of the audit to: Federal Audit Clearinghouse, Bureau of the Census, 1201 10th Street, Jeffersonville, IN 47132. FAA Form 5100-37 PG 10°(10-89) Page 10 of 13 8) Financial Reporting Requirements. The Sponsor agrees to submit a Federal Financial Report (FAA Form SF -425) for all open grants to the Airports District Office within 90 days following the end of each Federal fiscal year and with each Final Project Closeout Report. The sponsor further agrees to submit an Outlay Report and Request for Reimbursement (FAA Form SF -271) or Request for Advance or Reimbursement (FAA Form SF -270 for non - construction projects) to the Airports District Office within 90 days following the end of each Federal fiscal year and with each Final Project Closeout Report. 9) The Sponsor understands and agrees that in accordance with 49 USC 47111, no payments totaling more than 90 percent of United States Government's share of the project's estimated allowable cost may be made before the project is determined to be satisfactorily completed. FAA Form 5100-37 PG 11 (10-89) Page 11 of 13 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. By Stanley C. Allison, A • 1111.7 • \RAS • VIATION ADMINISTRATION Part II - Accep nnce UNITED STATES OF AMERICA tant M er, Seattle Airports District Office The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referredto 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. Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.0 Section 1001 (False Statements) and could subject you to fin -s, imprisonment or both. Executed this r day of Sponsor s Title: CERTIFICATE OF SPONSOR'S ATTORNEY , acting as Attorney for the Sponsor do hereby certify: That irf my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Washington Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at Gja w, ..) &J,9 this 4'4 day of .�epl ) 2013. 9 vxd nature of Sponsor's Attorney CITY CONTRAC r RESOLUTION FAA Form 5100-37 PG 12 (10-89) Page 12 of 13 A-133 Single Audit Certification Form The Single Audit Act of 1984, implemented by OMB Circular A-133 (Audits of States, Local Governments, and Non -Profit Organizations) establishes audit requirements for State and local governments that receive Federal aid. State or local governments (City, County, Airport Board) that expend $500,000 or more a year (calendar or fiscal) in total Federal financial assistance must conduct an audit and submit it to the Federal Audit Clearinghouse. For more information on the Single Audit Act requirements please reference the following web site: http://harvester.census.gov/sac/ This notice is our request for a copy of your most recent audit, whether or not there are any significant findings. In accordance with your Airport Improvement Program (A1P) grant agreement, you must also provide the following certification to your local Airports District Office (ADO). Please fill out the information below by checking the appropriate line(s), sign, date, and return this form to the FAA local ADO identified at the bottom of the form. Airport Sponsor Information: Sponsor NaMMe Y eLki4s ` -cr J- ^ 11u_AGic1s -ci r Airport Name Pa-S0A Sponsor's Representative Name Soo Telephone Fiscal/Calendar447 enYear Ending Representative's Title / - Email PleasePl�check the appropriate line(s): L7 We are subject to the A-133 Single Audit requirements (expended $500,000 or more in total Federal funds for the fiscal/calendar year noted above) and are taking the following action: ❑ The A-133 single audit for this fiscal/calendar year has been submitted to the FAA. ❑ The A-133 single audit for this fiscal/calendar year is attached. The A-133 single audit report will be submitted to the FAA as soon as this audit is available. 0 We are exempt from the Single Audit A-133 requirements for the fiscal/calendar noted above. Sponsor Certification: Signature Return to: FAA, Seattle Airports District Office 1601 Lind Avenue SW, Suite 250 Seattle, WA 98057-3356 Date FAA Form 5100-37 PG 13 (10-89) Page 13 of 13 ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. J. For Meeting of: 8/6/2013 Resolution authorizing $10 million grant application with FAA and the use of the City's Interfund Loan Program to provide 10% grant match when required for improvements to the Yakima Air Terminal. Cindy Epperson, Director of Finance & Budget Robert Peterson, Interim Airport Manager SUMMARY EXPLANATION: Since opening in 1926, the Yakima Air Terminal -McAllister Field has seen tremendous growth. Expansion efforts have required the airport to add pavement, passenger terminals, vehicle parking facilities and hangar facilities to keep up with the demands of the surrounding community. As the airport continues to grow, the Federal Aviation Administration (FAA) requires the airport to update its infrastructure while maintaining a variety of asphalt surfaces to ensure safe aircraft operations. Recently during the City Council Study Session held on July 9th 2013, the Council was briefed on the Airport Master Plan Update of which highlighted a variety of required capital improvement projects. Two of these projects provided in the memo were the Taxiway Alpha rehabilitation and upgrading the airfield's lighting and sign systems. Since this briefing airport staff has diligently worked with Huibregtse, Louman Associates and the FAA under the design phase of this project and have determined the airport's Taxiway does not meet current standards. In order to meet these published standards set forth by the FAA the project would have to address widening the current Taxiway and connectors Alpha 1 -Alpha 5, portions of Taxiway Bravo and Charlie to meet modified Taxiway Design Group (TDG) 5 standards. Upon addressing this obstacle it requires both the associated airfield lights and signs be relocated to not cause a hazard to aircraft operating on associated Taxiways. In doing so the FAA has requested the airport's lights and signs be replaced as the system has outlived its useful life and needs to be replaced. Due to these additional requests the project originally estimated to cost approximately $5.5 million has now grown to approximately $10 million. Funding: The above improvements are eligible expenses under the Airport Improvement Program (AIP) with a 10 -percent match. The FAA will contribute up to 90 -percent of the funding required to construct all improvements and cover design and construction administration fees. This portion of funding will be phased through a series of grants issued at the end of 2013 and the beginning of 2014 to assist in a variety of construction phases. The remaining 10 -percent is a local match normally paid for through the Passenger Facility Charge Program (PFC). Due to changes in the original estimate from new FAA standards, the project costs are higher than originally anticipated and not all of the PFC funds have been collected. The FAA recognizes the financial impacts due to these recent changes and offers a "pay -back" program to organizations that front the matching funds. The match provided by the City would be paid back through the PFC program when PFC's accumulate over the next two to three years. Resolution: The FAA requires assurance that the match will be available for the project. With a $10 million project, the match will be about $1 million. Currently, there is approximately $560,442 in the PFC capital fund of which some of these funds will be used to match current capital improvement projects already under way. Based on these projects the airport will need an additional $630,000 to complete the $1 Million match for the Taxiway Alpha construction project. The airport collected about $212,000 of Passenger Facility Charges in 2012, so the City will need to authorize an interfund loan to be paid back over 3 years. Since this is a major construction project, it will likely take some time to complete. We will only draw down on the loan as required for cash flow. Since the City has an interfund loan policy (Municipal Code Chapter 3.123) that can be administered by the Finance Director, the purpose of the attached resolution is to assure the FAA that the City is committed to matching the grant. Resolution: X Ordinance: Other (Specify): Grant Application Contract: Contract Term: Start Date: End Date: Item Budgeted: NA Amount: Funding Source/Fiscal Impact: Strategic Priority: Economic Development FAA grant and Passenger Facility Charges Insurance Required? No Mail to: Phone: APPROVED FOR SUBMITTAL: City Manager RECOMMENDATION: Adopt Resolution ATTACHMENTS: Name: Description: YAT Res -Taxiway Alpha FAA Grant Fund Applications-8-2013.docx YAT Resolution El DRAFT TWY A (Revised) Grant Application 7-30-13.pdf Draft FAA Grant Application OMB Number: 4040-0004 Expiration Date; 03/31/2012 Application for Federal Assistance SF424 * 1. Type of Submission El Preapplication E Application El Changed/Corrected Application * 2. Type of Application E New Continuation Lii Revision * If Revision, select appropriate letter(s): * Other (Specify) * 3. Date Received: 4. Application Identifier: 5a. Federal Entity Identifier: * 5b. Federal Award Identifier: State Use Only: 6. Date Received by State: I 7. State Application Identifier: 8. APPLICANT INFORMATION: * a. Legal Name City of Yakima * b. Employer/Taxpayer Identification Number (EIN/TIN): 91-6001293 *c. Organizational DUNS: 07-821-2651 d. Address: * Street1: 129 North 2nd Street Street 2: * City: Yakima County: Yakima * State: Washington Province: Country: United States *Zip/ Postal Code: 98901 e. Organizational Unit: Department Name: Federal Aviation Administration Division Name: Airports Division - Northwest Mountain Region f: Name and contact information of person to be contacted on matters involving this applicat on: Prefix: mi.% Middle Name: * Last Name: O'Rourke Suffix: First Name: Tony Title: City Manager Organizational Affiliation: * Telephone Number: (509) 575-6040 Fax Number: * Email: tony.orourke(@yakimawa.dov OMB Number: 4040-000 Application for Federal Assistance SF -424 9. Type of Applicant 1: SelecApplicant Type: (specify) Type of Applicant 2: SelecApplicant Type: - Select One - Type of Applicant 3: Select Applicant Type: - Select One - ° Other (opeoify): Part 139 Certified Airport * 10. Name of Federal Agency: Federal Aviation Administration Seattle ADO 11. Catalog af Federal Domestic Assistance Number: 20.106 CFDA Title: Airport Improvement Program 12. Funding Opportunity Number: Title: 13. Competition ldentiflcation Number: Title: 14. etc.): City of Yakima / Yakima County * 15. Descriptive Title of Applicant's Project: 3-53-0089-36 Rehab, Alpha TW A, Ph2 (Const); Reloc / New Seg. Circle / Wind Cone Attach supporting documents instructions. OMB Number 4040-0004 Expiration Date 03/31/2012 Application for Federal Assistance SF -424 16. Congressional Districts Of: WA -004 a. Applicant WA -004 * b. Program/Project: WA -004 Attach an additional list of Program/Project Congressional Districts if needed. 17. Proposed Project: A)P 3-53-0089-36 * a. Start Date: 03/17/2014 * b. End Date: 10/31/2014 18. Estimated Funding ($): *a. Federal *b. Applicant *c. State *d. Local *e. Other *f. Program Income *g. TOTAL $1,654,597.00 $183,844.00 '.1,,838,441.00 *191s Application Subject to Review By State Under Executive Order 12372 Process? a. This application was made available to the State under the Executive Order 12372 Process for review on Ei b. Program is subject to E.O. 12372 but has not been selected by the State for review. c. Program is not covered by E.O. 12372. *20. Is the Applicant Delinquent On Any Federal Debt? (If "Yes", provide explanation.) Yes 0 No 21. *By signing this application, I certify (1) to the statements contained'' in the list of certifcations** and (2) that the statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances** and agree to comply with any resulting terms if I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 218, Section 1001). VI **I AGREE '** The list of certifications and assurances, or an Internet site where you may obtain this list, is contained in the announcement or agency specific instructions. Authorized Representative Prefix: Mr. Middle Name: *Last Name: O'Rourke Suffix: *First Name: Tony *Title: City Manager *Telephone Number: (509) 575-6040 Fax Number: *Email: tony.orourkeyakimawa.oy *Signature of Authorized Representative: Date Signed. OMB Number: 4040-0004 Expiration Date 03/31/2012 Application for Federal Assistance SF -424 *Applicant Federal Debt Delinquency Explanation The following field should contain an explanation if the Applicant organization is delinquent on any Federal Debt. Maximum number of characters that can be entered is 4,000. Try and avoid extra spaces and carriage returns to maximize the availability of space. INSTRUCTIONS FOR THE SF -424 Public reporting burden for this collection of information is estimated to average 60 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0043), Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. This is a standard form (including the continuation sheet) required for use as a cover sheet for submission of prcapplications and applications and related information under discretionary programs. Some of the items are required and some are optional at the discretion of the applicant or the Federal agency (agency). Required items arc identified with an asterisk on the form and arc specified in the instructions below. In addition to the instructions provided below, applicants must consult agency instructions to determine specific requirements. Item Entry: Item Entry: Type of Submission: (Required): Select one type of submission in accordance with agency instructions. Preapplication Application Changed/Corrected Application — If requested by the agency, check if this submission is to change or correct a previously submitted application. Unless requested by the agency, applicants may not use this to submit changes after the closing date. 0. Name Of Federal Agency: (Required) Enter the name of the Federal agency from which assistance is being requested with this application. 11, Catalog Of Federal Domestic Assistance Number/Title: Enter the Catalog of Federal Domestic Assistance number and title of the program under which assistance is requested, as found in the program announcement, if applicable. Type of Application: (Required) Select one type of application in accordance with agency instructions. • New — An application that is being submitted to an agency for the first time. Continuation - An extension for an additional funding/budget period for a project with a projected completion date. This can include renewals. Revision - Any change in the Federal Government's financial obligation or contingent liability from an existing obligation. If a revision, enter the appropriate letter(s). More than one may be selected. If "Other" is selected, please specify in text box provided. A, Increase Award B, Decrease Award C. Increase Duration D, Decrease Duration E. Other (specify) Funding Opportunity Number/Title: Enter the Funding Opportunity Number and title of the opportunity under which assistance is requested, as found in the program announcement. Competition Identification Number/Title: Enter the Competition Identification Number and title of the competition under which assistance is requested, if applicable. Areas Affected By Project: List the areas or entities using the categories (e.g„ cities, counties, states, etc.) specified in agency instructions. Use the continuation sheet to enter additional areas, if needed. Date Received: Leave this field blank. This date will be assigned by the Federal agency. 5b. Applicant Identifier: Enter the entity identifier assigned by the Federal agency, if any, or applicant's control number, if applicable. Federal Entity Identifier: Enter the number assigned to your organization by the Federal Agency, if any. Federal Award Identifier: For new applications leave blank. For a continuation or revision to an existing award, enter the previously assigned Federal award identifier number. If a changed/corrected application, enter the Federal Identifier in accordance with agency instructions. Date Received by State: Leave this field blank, This date will be assigned by the State, if applicable. State Application Identifier: Leave this field blank. This identifier will be assigned by the State, if applicable. Applicant Information Eider the following in accortlance with agency instructions: a. Legal Name: (Required): Enter the legal name of applicant that will undertake the assistance activity. This is the name that the organization has registered with the Central Contractor Registry. Information on registering with CCR may be obtained by visiting the Grants.gov website, b. Employer/Taxpayer Number (EINITIN): (Required): Enter the Employer or Taxpayer Identification Number (EIN or TIN) as assigned by the Internal Revenue Service. If your organization is not in the US, enter 44-4444444. c. Organizational DUNS: (Required) Enter the organization's DUNS or DUNS+4 number received from Dun and Bradstreet. Information on obtaining a DUNS number may be obtained by visiting the Grants.gov website. d. Address: Enter the complete address as follows: Street address (Line 1 required), City (Required), County, State (Required, if country is US), Province, Country (Required), Zip/Postal Code (Required, if country is US). e. Organizational Unit: Enter the name of the primary organizational unit (and department or division, if applicable) that will undertake the 5. Descriptive Title of Applicant's Project: (Required) Enter a brief descriptive title of the project. If appropriate, attach a map showing project location (e.g., construction or real property projects). For preapplications, attach a summary description of the project. 6. Congressional Districts Of: (Required) 16a. Enter the applicant's Congressional District, and 16b. Enter all District(s) affected by the program or project. Enter in the format: 2 characters State Abbreviation — 3 characters District Number, e.g., CA -005 for California 5e district, CA -012 for California 12th district, NC -103 for North Carolina's 103rd district. • If all congressional districts in a state are affected, enter "all" for the district number, e.g., MD -all for all congressional districts in Maryland. • If nationwide, i,e, all districts within all states are affected, enter US -all. If the program/project is outside the US, enter 00-000. 17. Proposed Project Start and End Dates: (Required) Enter the proposed start date and end date of the project. 18. Estimated Funding: (Required) Enter the amount requested or to be contributed during the first funding/budget period by each contributor. Value of in-kind contributions should be included on appropriate lines, as applicable, If the action will result in a dollar change to an existing award, indicate only the amount of the change. For decreases, enclose the amounts in parentheses, 19. Is Application Subject to Review by State Under Executive Order 12372 Process? Applicants should contact the State Single Point of Contact (SPOC) for Federal Executive Order 12372 to determine whether the application is subject to the assistance activi applicabl( f. Name and contact information of person to be contacted on matters involving this application: Enter the name (First and last name required), organizational affiliation (if affiliated with an organization other than the applicant organization), telephone number (Required), fax number, and email address (Required) of the person to contact on matters related to this application. State intergovernmental review process. Select the appropriate box. If "a," is selected, enter the date the application was submitted to the State 20, Is the Applicant Delinquent on any Federal Debt? (Required) Select the appropriate box. This question applies to the applicant organization, not the person who signs as the authorized representative, Categories of debt include delinquent audit disallowances, loans and taxes. If yes, include an explanation on the continuation sheet. Type of Applicant: (Required) Select up to three applicant type(s) in accordance with agency instructions. A State Government B. County Government C. City or Township Government D. Special District Government E. Regional Organization F. U.S. Territory or Possession G. Independent School District H. Public/State Controlled Institution of Higher Education I. Indian/Native American Tribal Government (Federally Recognized) J Indian/Native American Tribal Government (Other than Federally Recognized) K. Indian/Native American Tribally Designated Organization L. Public/Indian Housing Authority M. O. P. Q. R. S. U. V. W. X. Nonprofit with 501C3 IRS Status (Other than Institution of Higher Education) Nonprofit without 501C3 IRS Status (Other than Institution of Higher Education) Private Institution of Higher Education Individual For -Profit Organization (Other than Small Business) Small Business Hispanic -serving Institution Historically Black Colleges and Universities (HBCUs) Tribally Controlled Colleges and Universities (TCCUs) Alaska Native and Native Hawaiian Serving Institutions Non-domestic (non -US) Entity Other (specify) 21. Authorized Representative: (Required) To be signed and dated by the authorized representative of the applicant organization. Enter the name (First and last name required) title (Required), telephone number (Required), fax number, and email address (Required) of the person authorized to sign for the applicant. A copy of the governing body's authorization for you to sign this application as the official representative must be on file in the applicant's office. (Certain Federal agencies may require that this authorization be submitted as part of the application.) DEPARTMENT orTRANSPORTATION - FEDERAL AVIATION ADMINISTRATION PART II PROJECT APPROVAL INFORMATION SECTION A OMB mznm0o69 11/302007 Item 1. Does this assistance request require State, local, regional, or other priority rating? 0 Yes No Name of Governing Body Priority Item 2. Does this assistance request require State, local advisory, educational or health clearances? Name of Agency or Board (Attach Documentation) Item 3. Does this assistance requesrequire clearinghouse review in accordance with 0MB Circular A-95? 0Yeo gNo (Attach Comments) Item 4. Does this assistance request require State, local, regional, or other planning approval? Name of Approving Agency Date / / Item 5. Is the proposed project covered by an approved comprehensive plan? Check One: State 111 Local WI Regional LJ Location of plaff;irport Master Item 6. Name of Federal Installation Will the assistance requested serve a Federal installation? Oyes g No Federal Population bonofitiogfrom Project Item 7. Will the assistance requested be on Federal land or installation? Oyes 0 No Name of Federal Installation Location of Federal Land Percent of Project Item 8See instructions for additional information to be provided. Will the assistance requested have an impact or effect on the environment? 0Yes No Item 9. Will the assistance requested cause the displacement of individuals, fami|ien, businesses, or farms? Number of: Individuals Families Businesses Farms Item 10, See instructions for additional information to be provided Is there other related Federal assistance on this project previous, pending, or anticipated? Oyes 0 No FAA Form 5,00-100(6-73) SUPERSEDES FAA FORM 5100-10D(9-03) page, INSTRUCTIONS PART II SECTION A Negative answers will not require an explanation unless the Federal agency requests more information at a later date. Provide supplementary data for all "Yes" answers in the space provided in accordance with the following instructions. Item 1.— Provide the name of the governing body establishing the priority system and the priority rating assigned to this project. Item 2. — Provide the name of the agency or board which issued the clearance and attach the documentation of status or approval. Item 3. — Attach the clearinghouse comments for the application in accordance with the instructions contained in Office of Management and Budget Circular No. A'5^|f comments were submitted previously with a preapplication, do not submit them again but any additional comments received from the clearinghouse should be submitted with this application. Item 4. — Furnish the name of the approving agency and the approval date. Item 5. — Show whether the approved comprehensive plan is State, local or regional, or if none of these, explain the scope of the plan, Give the location where the approved plan is available for examination and state whether this project is in conformance with the plan, Item 6. — Show the Federal population residing or working on the federal installation who will benefit from this project. Item 7. — Show the percentage of the project work that will be conducted on federally owned or leased land. Give the name of the Federal installation and its location. Item 8. — Briefly describe the possible beneficial and/or harmful impact on the environment because of the proposed project. If an adverse environmental impact is anticipated, explain what action will be taken to minimize the impact. Federal agencies will provide separate instructions if additional data is needed. Item 9. — State the number of individuals, families, businesses, or farms this project will displace. Federal agencies will provide separate instructions if additional data is needed. Item 10. — Show the Federal Domestic Assistance Catalog number, the program name, the type of assistance, the status and amount of each project where there is related previous, pending, or anticipated assistance, Use additional sheets, if needed Paperwork Reduction Apt Statement: The information collected on this form allows sponsors of public use airports or public agencies to apply for one or more projects in a form prescribed by the Secretary oTransportation. = . meet this recertrement are develowie to provide a comprehensive forrnat that allows sponsors tie provide the data needed to evaluate the request tor funds the trurdenior eactr response is estimated to tre 28 Approved applications 'Pewit the sponsor by providing . can be ren since these come public records, i #u wish Jo Make any comments coricernine Me accuracy of this burden estimate or any sup esteem for restos. ng this burden, send to F eral Aviation Admirlistration, ARP -1Q, 8001relepenatenee AVE, SVV, Washington, DC 90591, lease note that an agency may not conduct or sponsor, and &person is not required to respond to, a collection of information . . Comments concerning the accuracy of this burden and suggestions for reducing the burden should be directed to +�`FAA at: 8unless it displays a currently valid otr4B control nurreer, which is 2120-0569 for this 00 Attn: ".,°,�Information Collection Clearance Officer, ~�~~~~ DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION OMB NO 2120-0559 PART II - SECTION C The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use. - The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: Airport Safety Overlay Zone included in: Yakima Urban Comprehensive Zoning Ordinance, Yakima County Zoning Ordinance, and City of Union Gap Zoning Ordinance. 2. Defaults, - The Sponsor is not in default on any obligation to the United States or any agency of the United States Government relative to the development, operation, or maintenance of any airport, except as stated herewith: Not in default. 3, Possible Disabilities, - There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: None, 4. Consistency with Local Plans, - The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. Airport Layout Plan 5. Consideration of Local Interest. - It has given fair consideration to the interest of communities in or near where the project may be located. yes 6. Consultation with Users, In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. Yes 7. Public Hearings. - In projects involving the location of an airport, an airport runway or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such pn4ecto, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. Not applicable 8. Air and Water Quality Standards. - In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable and air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. Not applicable FAA Feral 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (573) Page 3a DEPARTMENT OF TRANpoxmrmw FEDERAL AVIATION ADMINISTRATION OMB wo,,m-056n PART UI-SECT|ON C (CONTINUED) S. Exclusive Rights. — There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the Sponsor excepas follows: None 10. Land, — (a) The sponsor holds the following property interest in the following areas of land* which are to be developed or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A": Seattle ADO in Renton, Washington The Sponsor further certifies thathe above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land* on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A": None (c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction work under the Project, the following property interesin the following areas of land* which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit "A": Not Applicable *State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including lienseasements, leases, etc. The separate areas of/and need only be identified FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100(4-75) Page 3b DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 212D-0569 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. Federal Domestic Assistance Catalog No20-106 2. Functional or Other Breakout SECTION B - CALCULATION OF FEDERAL GRANT COST CLASSIFICATION Use only for revisions Total Amount Latest Approved amount Adjustment + or (-) Required 1 Administration expense Estimate - IFE's $ $ $ 8,000.00 2. Preliminary expense 3. Land, structures, right-of-way 4, Architectural engineering basic fees Estimate 400,000.00 5, Other architectural engineering fees 6. Project inspection fees 7 Land development 8. Relocation expenses 9. Relocation payments to individuals and businesses 10. Demolition and removal 11, Construction and project improvement Estimate 1,430,441.00 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) 1,838,441.00 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 1,838,441.00 17. Less: Ineligible Exclusions 18. Add: Contingencies 19. Total Project Amt: (Excluding Rehabilitation Grants) 1,838,441:00 20. Federal Share requested of Line 19 1,654,597.00 21. Add Rehabilitation Grants Requested (100 percent) 22. Total Federal grant requested (Lines 20 & 21) 1,654,597,00 23. Grantee share 183,844.00 24, Other shares 25. Total project (Lines 22, 23, & 24) $ $ $1,838,441.00 FAA Form 5100-100 (9-08) SUPERSEDES FAA FORM 5100-1D0 (6-73) Page 4 INSTRUCTIONS PART III SECTION A. GENERAL t Show the Federal Domestic AssistanCatalog Number from which the assistance is requested. When more than one program or Catalog Number is involved and the amount cannot be distributed to the Federal grant program or catalog number oh an over-all percentage basis, prepare a separate set of Part lIl forms for each program or Catalog Number. SECTION B. CALCULATI However, show the total amounts for all programs in Section B of the basic application form. 2. Show the functional or other categorical breakouts, if required by the Federal grantor agency. Prepare a separate set of Part Ill forms for each category. ON OF FEDERAL GRANT When applying for a new grant, use the Total Amount Column only. When requesting revisions of previously awarded amounts, use all columns. Line 1 Enter amounts needed for administration expenses including such items as travel, legal fees, rental of vehicles and any other expense items expected to be incurred to administer the grant. Include the amount of interest expense when authorized by program legislation and also show this amount under Section E Remarks. Line 2 - Enter amounts pertaining to the work of locating and dooigning, making surveys and maps, sinking test holes, and all other work required prior to actual construction. Line 3 - Enter amounts directly associated with the acquisition of land, existing structures, and related right-of- wmy. Line 4 - Enter basic fees for architectural engineering services. Line 5 Enter amounts for other architectural engineering xomkma, such as surveys, tests, and borings. Line 6 - Enter fees for inspection and audit of construction and related programs. Line 7 Enter amounts associated with the development of land where the primary purpose of the grant is land improvement. Site work normally associated with major construction should be excluded from this category and shown on line 11, Line 8 Enter the dollar amounts needed to provide relocation advisory assistance, and the net amounts for repla�ment (last resort) housing, Do not include relocation administration expenses on this Line; include them on Line 1. Line 9 Enter the estimated amount of relocation payments to be made to displaced persons, business concerns, and non-profit organizations for moving expenses and replacement housing. Line 10 Enter the gross salaries and wages of employees of the grantee who will be directly engaged in performing demolition or removal of structures from developed land. This line should show also the cost of demolition or removal of improvements on developed land under a third party contract. Reduce the costs on this line by the amount of expected proceeds from the sale of salvage, if so instructed by the Federal grantor agency. Otherwise, show the proceeds on Line 15. Line 11 - Enter amounts for the actual construction of, addition to, or restoration of a facility. Also, include in this category the amounts of project improvements such as sewers, streets, landscaping, and lighting. Line 12 - Enter amounts for equipmenboth fixed and movable exclusive of equipment used in construction. For example, include amounts for permanently attached lab- oratory tables, ab'orshoryUyU|oo. built-in audio visual systems, movable desks, chairs, and laboratory equipment. Line 13 - Enter amounts for items not specifically mentioned above. Line 14 - Enter the sum of Lines 1-13, Line 15 - Entethe estimated amount of program income that will be earned during the grant period arid applied to the program. Line 16 Enter the difference between the amount on Line 14 and the estimated income shown on Line 15, Line 17 Enter the amonts for those items which are a part of the project but not subject to Federal participation (See Section C, Line 26g, Column (1)). Line 18 - Enter the estimated amount for contingencies. Compute this amount as follows. Subtract from the net project amount shown on Line 16 the ineligible project exclusions shown on Line 17 and the amount which is excluded from the contingency provisions shown in Section C. Line 26g, Column (2). Multiply the computed amount by the percentage factor allowed by the grantor agency in accordance with the Federal program guidance. For those grants which provide for a fixed dollar allowance in lieu of a percentage allowance, enter the dollar amount of this allowance. Line 19'Show the total amount ofLines 1O. 17, and 18. (This is the amount to which the matching share ratio pre- scribed in program legislation is applied.) Line 20 - Show the amount of Federal funds requested exclusive of funds for rehabilitation purposes. Line 21 Enter the estimated amounts needed for rehabilitation expense if rehabilitation grants to individuals are made for which grantees are reimbursed 100 percent by the Federal grantor agency in accordance with program legislation. If the grantee shares in part of this expense, show the total amount on Line 13 instead of on Line 21 and explain in Section E. Line 22 - Show the total amount of the Federal grant re- quasted. Line 23 - Show the amount from Section D, Line 27h. Line 24 - Show the amount from Section D, Line 28c. Line 25 - Self-explanatory. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO 2120-0569 SECTION C - EXCLUSIONS 26, Classification Ineligible for Participation (1) Excluded from Contingency Provision (2) b. c. d. f. Totals SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 27. Grantee Share Securities b. Mortgages Appropriations (By Applicant) 183,844.00 d. Bonds Tax Levies Non Cash g. Other (Explain) h. Total — Grantee Share 183,844.00 28. Other Shares State b. Other Total Other Shares 29. TOTAL $ 183,844.00 SECTION E - REMARKS PART IV - PROGRAM NARRATIVE (ATTACH— SEE INSTRUCTIONS) FM Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-10D (6-73) PAGE 5 INSTRUCTIONS PART III SECTION C. EXCLUSIONS Line 26 a -g - Identify and list those costs in Column (1) which are part of the project cosbut are not subject to Federal participation because of program legislation or Federal grantor agency instructions. The total amount on Line g should agree with the amount shown on Line 17 of Section B. Show in Column (2) those project costs that are subject to Federal participation but are not eligible for inclusion in the amount used to compute contingency amounts as provided in the Federal grantor agency instructions. SECTION D. PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE Line 27 a -g - Show the source of the grantee's share. If cash is not immediately available, specify the actions completed to date and those actions remaining to make cash available under Section E Remarks. Indicate also the period of time that will be required after execution of the grant agreement to obtain the funds, If there is a noncash contribution, explain what this contribution will consist of. Line 27h - Show the total of Lines 27 a-gThis amount must equal the amount shown in Section D. Line 23. Line 28a - Show the amount that will be contributed by a State or state agency, only if the applicant is not a State or state agency. If there is a noncash contribution, explain what the contribution will consist of under Section E Re -marks. Line 28b - Show the amount that will be contributed from other sources. If there is a noncash contribution, explain what the contribution will consist of under Section E Re madm. Line 28c - Show the total of Lines 28a and 28b. This amount must be the same as the amount shown in Section B, Line 24, Line 29 - Enter the totals of Line 27h and 28c. SECTION E. OTHER REMARKS Make any remarks pertinent to the project and provide any other information required by these instructions or the grantor agency. Attach additional sheets, if necessary. PART IV PROGRAM NARRATIVE (Suggested Format) DEPARTMENT OF TFANSPOTA11ONJ FEDERAL ^v/^rIowADMINISTRATION PROJECT:YKM 3-5-0089-36-2013 Rehabilitate Alpha Taxiway, Phase 2 (Construction) AIRPORT: Yakima Air Terminal OMB NO 2120-0569 1. Objective: The primary runway Runway 9/27, is supported by Taxiway (TW)A, TW Connectors Al -A5, and portions of TW B and C for all Part 139 operations. Rehabilitation of TW A, TVVConnectors Al -A5, and portions of TW B and Taxiway C will ensure the T'Ns continued use and operations safety.The project will also widen the taxiways noted above to meet standards (64 -ft wide taxiway width, 20 -ft wide shoulders, and TDG 5 fillets)Both the TW medium intensity lights and signs will be changed to meet standards. The segmented circle will be designed and constructed to meet standards. This grant is part of a multi -phased grant to address the items noted above. This grant covers design costs for electrical improvements, sign improvements, and segmented circle; and construction costs for TW A from STA 0+00 to 10+00, These improvements are supported by the ongoing MPU/ALP scheduled to be complete in 2013, and the PCI report dated 11 / 13 / 2012. 2. Benefits Anticipated: Rehabilitation of Alpha TW, Connectors Al -A5, portions of Bravo TW and Charlie TW, and Airfield Pavement between Alpha -RA/ north and the non -movement line will ensure continued operations for taxiing aircraft_ The improvements will enhance operational safety and extend the useful life while complying with FAA standards. 3. Approach: (See approved Scope of Work in finaApplication) Rehabilitate Alpha TWConnectors A1 -A5, portions of Bravo TW and Charlie TWand Airfield Pavement between Alpha TW north and the non -movement line detailed in the bid documents produced underA|P 3-53'0080'35. 4. Geographic Location: Yakima Air Terminal, Yakima, Washington 5. If Applicable, Provide Additional Information: 6: Sponsor's Representative: (incl address utel. m4 Tony 0 Rourke, City Manager City of Yakima 129 North 2nd Street Yakima, WA 98901 (509) 575'8040 FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) PAGE 6 INSTRUCTIONS PART IV PROGRAM NARRATIVE Prepare the program narrative statement in accordance with the following instructions for all new grant programs. Requests for supplemental assistance should be responsive to Item 5b only. Requests for continuation or refunding or other changes of an approved project should be responsive to Item 5c only. 1. OBJECTIVES AND NEED FOR THIS ASSISTANCE. Pinpoint any relevant physical, economic, social, financial, institutional, or other problems requiring a solution. Demonstrate the need for assistance and state the principal and subordinate objectives of the project. Supporting documentation or other testimonies from conoerned interests other than the applicant may be usedAny relevant data based on planning studies should be included or footnoted 2. RESULTS OR BENEFITS EXPECTED. Identify results and benefits to be derived, For example, include a description of who will occupy the facility and show how the facility will be used. For land auisftion or development projects, explain how the project will benefit the public. 3. APPROACH a. Outhne a plan of action pertaining to the scope and detail of how the proposed work will be accomplished for each grant program. Cite factors which might accelerate or decelerate the work, and your reason for taking this approach as opposed to others. Describe any unusual features of the project such as design or technological innovations, reductions in cost or time, or extraordinary social and community involvements. b. Provide each grant program monthly or quarterly quantitative projections of the accomplishments to be achieved, ft possible. When accomplishments cannot be quantified, list the activities in chronological order to show the schedule of accomplishments and their target dates. c. Identify the kinds of data to be collected and maintained, and discuss the criteria to be used to evaluate the results and success of the project. Explain the methodology that will be used to determine if the needs identified and discussed are being met and if the results and benefits identified in Item 2 are being achieved. d. List each organization, cooperator, consultant, or other key individuals who will work on the project along with a short description of the nature of their effort or contribution. 4. GEOGRAPHIC LOCATION. Give a precise location of the project and area to be served by the proposed project. Maps or other graphic aids may be attached. 5. IF APPLICABLE, PROVIDE THE FOLLOWING INFORMATION: a. Describe the relationship betweenthis project and other work planned, anticipated, or underway under the Federal Assistance listed under Part II, Section A, Item 10, b. Explain the reason for all requests for supplemental assistance and justify the need for additional funding. c. Discuss accomplishments to date and list in chronological order a schedule of accomplishments, progress, or milestones anticipated with the new funding re -quest If there have been significant changes in the project objectives, location, approach or time delays, explain and juotify. For other requests for changes or amendments, explain the reason for the change(s). If the scope or objectives have changed oran extension of time is ne�ssary, explain the circumstances and justify. If the total budget has been exceeded or if indMdual budget items have changed more than the prescribed limits contained in Attachment K, Office of Management and Budget Circular No. A -I 02, explain and justify the change and its effect on the project. CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: UPDATED: WORK ITEM: Rehabilitate Alpha Taxiway and Connectors A1 -A5, portion of Bravo Taxiway, portion of Charlie Taxiway, pavement areas between Alpha Taxiway Shoulder and Non -movement Line, and Correct Existing Markings based on Part 139 Inspection Comments —Construction Overall Development Objective: Widen existing Alpha Taxiway and taxiway connectors Al — A5, portions of Bravo Taxiway, and a portion of Charlie Taxiway to modified TDG 5 standards including improved 10 -foot wide paved shoulders, new 10 -foot wide gravel shoulders and new TDG 5 fillets. Replace the existing Alpha Taxiway MITL system (east and west circuits) with LED MITL including new conduits, conductors, transformers and main regulator. Replace existing Type 1 signs with new Type 3 signs for Alpha Taxiway and connectors Al - A5. Install enhanced markings and correct markings noted in Part 139 certification inspection comments.. SKETCH: JUSTIFICATION: Pavement rehabilitation of Alpha Taxiway and connectors A1 -A5 is necessary to meet facility needs and ensure taxiing availability from the airport's primary runway to connecting taxiways and ramps. During design it was discovered the taxiway width does not meet Taxiway Design Group 5 (TDG) standards based on the approved design aircraft outlined in AC 150/5300-13A. This project will widen the taxiway and connectors A1 -A5 to meet modified TDG 5 standards and increase the fillet radius to meet TDG 5 standards. The most recent pavement rehabilitation project for Alpha Taxiway, according to the Master Plan Update, was in 1988. A PCI analysis was prepared in 2012 and indicates the pavement condition is between 78 to 48. A small portion of pavement at the intersection of Alpha Taxiway and Runway 4/22 is listed as having a PCI of 26. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Alpha Taxiway and its connectors is a priority for the Yakima Air Terminal and is included in the Master Plan Update. The most recent pavement rehabilitation project for Bravo Taxiway in these areas, according to the Master Plan Update, was in 1988 and 1985, and at this time the wearing course was removed and replaced with new asphalt concrete pavement. A PCI analysis was prepared in 2012 and indicates the pavement condition is between 62 to 47. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Bravo Taxiway is a priority for the Yakima Airport. This work will be a separate phase. The most recent pavement rehabilitation project for this portion of Charlie Taxiway, according to the Master Plan Update, was in 1988, and at this time the wearing course was removed and replaced with new asphalt concrete pavement. A PCI analysis was prepared in 2012 and indicates the pavement condition is 27. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Charlie Taxiway is a priority for the Yakima Airport. This work will be a separate phase. Major pavement rehabilitation last occurred between 1984 to 1988 on the isolated sections of pavement between the shoulder edge of Alpha Taxiway and the Non -movement line, with the most recent rehabilitation project including the pavement area adjacent to the terminal apron ramp. A PCI analysis was prepared in 2012 and indicates the pavement condition varies between 25 to 79 with the majority PCI being between 58 to 50. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of the existing asphalt pavement is needed for continued operations. This work will be a separate phase. The project will also replace the existing lighting system to include new LED MITL lights, conduits, and conductors for both the East and West Alpha Taxiway electrical circuits, and will replace the existing regulator in the power vault currently serving the East and West electrical circuits. The current functioning lights, conduit and regulator were originally installed post WWII and include appurtenances that have far outlived their useful life. In recent field investigation, it was discovered the rubber jacketing of the existing wire has fused itself to the inside of the conduit making the system un -maintainable. The original wire used was common practice in the 1950's - 60's. Due to the amount of deterioration discovered and the fact this system is integral for the airport's commercial aircraft use, replacement of the electrical system is a priority work item which must be completed before the above mentioned asphalt paving work item. Replacement of the existing signage relevant to Alpha Taxiway and Connectors A1 -A5 will also be incorporated in this project. An existing approved modification to design standards currently covers the existing signage at the airport for increased elevation due to the accumulation of snow seen in the Yakima Valley. A Part 139 certification inspection comment has been provided to the airport requiring them to either lower the signs or replace them with Type 3 signs. Under this grant, the Type 1 signs applicable to Alpha Taxiway and connectors Al — A5 will be replaced with Type 3 signs to acknowledge the inspection comment. The remaining Type 1 signs at the Yakima Airport will be replaced under subsequent grants. The work items described above make up the Overall Development Objective. Subsequent work phases have been delineated with the following separate CIP Data Sheets. SPONSOR SIGNATURE: DATE: COST ESTIMATE: $ 10,351,000 Item (Excavation, Paving, etc.) ADMINISTRATION: ENGINEERING: INSPECTION: ADO USE: PREAPP NO: $8,000 CONSTRUCTION $ 1,215,000 3 GRANT NO: NPIAS CODE: $ 8,778,000 $ WORK CODE: 4 5 TOTAL FAA PRIOR: $ 10,351,000 FED $ CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: UPDATED: WORK ITEM: Rehabilitate Alpha Taxiway and Connectors A1 -A5 — Phase 2 Construction Widen existing Alpha Taxiway and taxiway connectors Al — A5 to modified TDG 5 standards including approximately 7,604 linear feet of 64 -feet wide full strength pavement, improved 10 -foot wide paved shoulders, new 10 -foot wide gravel shoulders and new TDG 5 fillets. Replace the existing MITL system with LED MITL including new conduits, conductors, transformers and main regulator. Replace existing Type 1 signs with new Type 3 signs for Alpha Taxiway and connectors A1 -A5. Install enhanced markings and correct markings noted in Part 139 certification inspection comments. SKETCH: ST WASHINGTON'S AVE44JE JUSTIFICATION: Pavement rehabilitation of Alpha Taxiway and connectors A1 -A5 is necessary to meet facility needs and ensure taxiing availability from the airport's primary runway to connecting taxiways and ramps. During design it was discovered the taxiway width does not meet Taxiway Design Group 5 (TDG) standards based on the approved design aircraft outlined in AC 150/5300-13A. This project will widen the taxiway and connectors Al -A5 to meet modified TDG 5 standards and increase the fillet radius to meet TDG 5 standards. The most recent pavement rehabilitation project for Alpha Taxiway, according to the Master Plan Update, was in 1988. A PCI analysis was prepared in 2012 and indicates the pavement condition is between 78 to 48. A small portion of pavement at the intersection of Alpha Taxiway and Runway 4/22 is listed as having a PCI of 26. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Alpha Taxiway and its connectors is a priority for the Yakima Air Terminal and is included in the Master Plan Update. The project will also replace the existing lighting system to include new LED MITL lights, conduits, and conductors for both the East and West Alpha Taxiway electrical circuits, and will replace the existing regulator in the power vault currently serving the East and West electrical circuits. The current functioning lights, conduit and regulator were originally installed post WWII and include appurtenances that have far outlived their useful life. In recent field investigation, it was discovered the rubber jacketing of the existing wire has fused itself to the inside of the conduit making the system un -maintainable. The original wire used was common practice in the 1950's - 60's. Due to the amount of deterioration discovered and the fact this system is integral for the airport's commercial aircraft use, replacement of the electrical system is a priority work item which must be completed before the above mentioned asphalt paving work item. Replacement of the existing signage relevant to Alpha Taxiway and Connectors Al -A5 will also be incorporated in this project. An existing approved modification to design standards currently covers the existing signage at the airport for increased elevation due to the accumulation of snow seen in the Yakima Valley. A Part 139 certification inspection comment has been provided to the airport requiring them to either lower the signs or replace them with Type 3 signs. Under this grant, the Type 1 signs applicable to Alpha Taxiway and connectors Al — A5 will be replaced with Type 3 signs to acknowledge the inspection comment. The remaining Type 1 signs at the Yakima Airport will be replaced under subsequent grants. The work items described above make up the first construction phase. Subsequent phases include rehabilitation of Bravo and Charlie taxiway's, and asphalt pavement used by taxiing aircraft to reach the airport's priority 1 areas. SPONSOR SIGNATURE: DATE: COST ESTIMATE: $ 9,358,000 Item (Excavation, Paving, etc.) ADMINISTRATION: ENGINEERING: INSPECTION: ADO USE: PREAPP NO: $ $8,000.00 $ 350,000.00 $ 1,100,000.00 GRANT NO: 1 CONSTRUCTION 2 NPIAS CODE: $ 7,900,000.00 4 5 $ TOTAL WORK CODE: FAA PRIOR: $ 9,358,000 FED $ AIRPORT: WORK ITEM: CIP/PREAPPLICATION DATA SHEET Yakima Air Terminal LOCAL PRIORITY: UPDATED: Rehabilitate Bravo North and South Connections — Phase 3 Construction Widen existing Bravo Taxiway between Runway 9/27 and Alpha Taxiway and Bravo Taxiway north from Alpha Taxiway to the Terminal Apron Ramp to modified TDG 5 standards including 64 -feet wide full strength pavement, improved 10 -foot wide paved shoulders, new 10 -foot wide gravel shoulders and new TDG 3 fillets. Install enhanced markings. SKETCH: 'i§tAStiNCrOli AVEAlUE TERMIKAL ORM WASHING:TOL AYENVE .447P4,4 JUSTIFICATION: Pavement rehabilitation of Bravo Taxiway between Runway 9/27 and Alpha Taxiway and north of Alpha Taxiway to the Terminal Apron Ramp is necessary to meet facility needs and ensure taxiing availability from the airport's primary runway to connecting taxiways and ramps. This portion of Bravo Taxiway is integral due to its alignment with the Terminal Apron, East Itinerant Ramp and Runway 9/27. This work is a subsequent phase of work to rehabilitation of Alpha Taxiway and connectors Al — A5. Further, during design it was discovered the taxiway width does not meet Taxiway Design Group 5 (TDG) standards based on the approved design aircraft outlined in AC 150/5300-13A. The most recent pavement rehabilitation project for Bravo Taxiway in these areas, according to the Master Plan Update, was in 1988 and 1985, and at this time the wearing course was removed and replaced with new asphalt concrete pavement. A PCI analysis was prepared in 2012 and indicates the pavement condition is between 62 to 47. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Bravo Taxiway is a priority for the Yakima Airport to be completed with the preceding phase of rehabilitating Alpha Taxiway and connectors Al — A5. SPONSOR SIGNATURE:DATE: COST ESTIMATE: $ 348,000.00 Item (Excavation, Paving, etc.) ADMINISTRATION: ENGINEERING: INSPECTION: $ 0 $_ $ 40,000.00 1: CONSTRUCTION $ 308,000.00 $ 4: 5 TOTAL: $ 348,000.00 ADO USE: PREAPP GRANT NO: NO: NPIAS CODE: WORK CODE: FAA PRIOR: FED $ CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: UPDATED: WORK ITEM: Rehabilitate Charlie South Connection — Phase 4 Construction Rehabilitate existing Charlie Taxiway between Runway 9/27 and Alpha Taxiway to modified TDG 5 standards including 64 -feet wide full strength pavement, improved 10 -foot wide paved shoulders, new 10 -foot wide gravel shoulders and new TDG 5 fillets. Install enhanced markings. SKETCH: K.ST WASHui A -NUE 5e5 RK LNITS ........ VrEST WASHO5TON-15ENJE 5.554 ••• tiArki,„ JUSTIFICATION: Pavement rehabilitation of Charlie Taxiway between Runway 9/27 and Alpha Taxiway is necessary to meet facility needs and ensure taxiing availability from the airport's primary runway to connecting Alpha Taxiway. This portion of Charlie Taxiway is used by aircraft staged on the south side of the airfield. Charlie Taxiway is the primary north and south route providing interconnectivity within the airfield. This work is a subsequent phase of work to rehabilitation of Alpha Taxiway and connectors Al — A5. The most recent pavement rehabilitation project for this portion of Charlie Taxiway, according to the Master Plan Update, was in 1988, and at this time the wearing course was removed and replaced with new asphalt concrete pavement. A PCI analysis was prepared in 2012 and indicates the pavement condition is 27. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Charlie Taxiway is a priority for the Yakima Airport to be completed with the preceding phase of rehabilitating Alpha Taxiway and connectors Al — A5. SPONSOR SIGNATURE: DATE: COST ESTIMATE: $ 250,000.00 Item (Excavation, Paving, etc.) ADMINISTRATION: ENGINEERING: INSPECTION: CONSTRUCTION $ 220,000.00 $ 30,000.00 ADO USE: PREAPP GRANT NO: NO: NPIAS CODE: $ WORK CODE: TOTAL $ 250,000.00 FAA PRIOR: FED $ CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: UPDATED: WORK ITEM: Rehabilitate Alpha Taxiway Edge to North Non -movement Marking Rehabilitate existing pavement areas by removing 2" of existing asphalt and replacing with 2" of new P-401 pavement indicated in the sketch. Improvements consist of pavement area between the north Alpha Taxiway shoulder edge to the non -movement line. Install markings. SKETCH: WASEIMISM AVENUE ITS vasioarim- multi TE.,NMINAL APRON 4411'14' JUSTIFICATION: Pavement rehabilitation is necessary to continue operations from Runway 9/27 through the supporting taxiway network, to the adjacent ramp areas. The work area described above does not fall within the confines of a taxiway but is vital to ensure aircraft operations. The identified pavement is within the Airport's priority 1 area. This work is a subsequent phase of work to rehabilitation of Alpha Taxiway and connectors Al — A5. Major pavement rehabilitation last occurred between 1984 to 1988, with the most recent rehabilitation project including rehabilitation of the pavement area adjacent to the Terminal Apron Ramp. A PCI analysis was prepared in 2012 and indicates the pavement condition varies from 25 to 79 with the majority PCI being from 58 to 50. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of the existing asphalt pavement is needed for continued operations. This work is intended to be completed with the preceding phase of rehabilitating Alpha Taxiway and connectors Al — A5. SPONSOR SIGNATURE: DATE: COST ESTIMATE: $ 395,000.00 Item (Excavation, Paving, etc.) ADMINISTRATION: ENGINEERING: INSPECTION: $ $_ $ 45,000.00 ADO USE: PREAPP GRANT NO: NO: 2: 3 CONSTRUCTION NPIAS CODE: $ 350,000.00 WORK CODE: 5: TOTAL: $ 395,000.00 FAA PRIOR: FED $ CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: UPDATED: WORK ITEM: Segmented Circle — Design Phase 1 and Construction Phase 2 Remove existing segmented circle and lighted wind cone from the Object Free Area (OFA) of Runway 9/27 and construct new segmented circle and lighted wind cone outside of the OFA. JUSTIFICATION: The existing segmented circle and wind cone are currently within the OFA and it was noted by the Part 139 certification inspector that these should be removed and reconstructed outside of the OFA. This project is not part of a larger project. SPONSOR SIGNATURE: DATE: COST ESTIMATE: $ 140,000.00 Item (Excavation, Paving, etc.) ADMINISTRATION: ENGINEERING: INSPECTION: 1: CONSTRUCTION $ 50,000.00 4: $ 40,000.00 $ 50,000.00 ADO USE: PREAPP GRANT NO: NO: NPIAS CODE: $ $ WORK CODE: 5. TOTAL: f $ 140,000.00 FAA PRIOR: FED $ CONTRACTOR CONTRACTUAL REQUIREN1ENTS ATTACHMENT 1 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: 1. Compliance with Regulations. The contractor shall 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, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. the contractor shall not participate either directly of 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. Solicitations for Subcontracts, Including Procurements 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 procurements of materials or lease of equipment, each potential subcontractor or supplier shall 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 shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall 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 contract is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall 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 shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: 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 shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall 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 interest of the United States. CLAUSES FOR DEEDS, LICENSES, LEASES, PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the Sponsor pursuant to the provisions of Assurances 5(a) and 5(b). 1. The (grantee, licensee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a DOT program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. 2. The (grantee, licensee, lessee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that: (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, permittee, etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. REQUIRED STATEMENTS AIRPORT IMPROVEMENT PROGRAM PROJECTS AIRPORT: Yakima Air Terminal LOCATION: 2406 West Washington Avenue, Suite B Yakima, Washington 98903 AlP PROJECT NO.: 3'53'0088-36 STATEMENTS APPLICABLE TO THIS PROJECT X a. INTEREST OF NEIGHBORINGCOyN88QNITlES: In formulating this project, consideration has been given to the interest of communities that are near (Exact name of airport)Yakima Air Terminal. X b. IN THIS PROJECT will not require the use of publicly owned land from a public park, recreation area, wildlife and fowl rofuoe, or a historical site under Fedeoa|. State, or Local jurisdiction. X c. FBO COORDINATION: The airport development proposed in this pject has been coordinated with the Fixed Base Operator(s) utilizing (Exact name of airport) Yakima Air Terminal, and they have been informed regarding the scope and nature of this project. X d. THE PROIS CONSISTENT with existing approved plans for the area surrounding the airport. The above statements have been duly considered and are applicable to this pjec. (Provide comment for any statement not checked). BY: DATE: TITLE: City Manager SPONSORING AGENCY: City of Yakima NOTE: Where opposition is stated to an airport development project, whether expressly or by proposed revision, the following specific information concerning the opposition to the project must be furnished. a,Identification of the Federal, state, or local governmental agency, or the person or persons opposing the project; b. The nature and basis of opposition; c. Sponsor's plan to accommodate or otherwise satisfy the opposition; d. Whether an opportunity for a hearing was oMhpded, and if a hearing was held, an analysis of the facts developed at the hearing as they relate to the social, economic, and environmental aspects of the proposed project and its consistency with the goals and objectives of such urban planning as has been carried out by the community. e. If the opponents proposed any alternatives, what these alternatives were and the reason for nonacceptance; f. Sponsor's plans, if any, to minimize any adverse effects of the project; g. Benefits to be gained by the proposed development; and h. Any other pertinent information which would be of assistance in determining whether to proceed with the project. CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL "Disclosure of Lobby Activities", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipents shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signed Date Sponsor's Authorized Representative Title City Manager Airport/Sponsor: AIP #: TITLE VIPRE-AWARD SPO S CHECKLIST Yakima Air Terminal / City of Yakima 3-53-0089-36 Project Description(s): YKM 3-53-0089-36-2013 Rehabilitate Taxiway Alpha, Phase 2 Construction includes rehabilitation of Connector Taxiway A1 -A5, Taxiway Bravo (partial) and Taxiway Charlie (partial); Rehabilitation of Airfield Pavement north of Taxiway Alpha shoulder edge to the non - movement line; Relocation and installation of new signs and medium intensity taxiway lights; enhanced airfield pavement marking; and relocate Segmented Circle and Lighted Wind Cone. Grant includes design engineering costs for relocation of the Segmented Circle and Lighted Wind Cone, design engineering amendment costs for sign and lighting improvements, and construction costs for Alpha Taxiway between STA 0+00 to 10+00. Please describe any of the following IF they apply to your project: Title VI issues raised at public hearing(s) and the conclusions made; EIS data concerning the race, color, or national origin of the affected community; steps taken or proposed to guard against unnecessary impact on persons on the basis of race, color or national origin. X None ) Please list any airport related Title VI lawsuits or complaints filed in the preceding year against the sponsor. Include a summary of the findings. X None (If"None", continue with questions 3 and 4). Please list any current applications for federal funding (other than FAA) of airport related projects which exceed the amount for this grant. X None 4) Please list any airport related Title VI compliance review(s) received by the sponsor in the preceding two years. Include who conducted the review and any findings of noncompliance. X None To be completed by the Civil Rights Staff Review completed and approved: Date: This checklist is only required for projects that involve one of the followin Environmental Assessment or Impact Signature Statement (EIS); airport or runway relocation; major runway extension; relocation of any structure of person; or impact to access or preservation of any burial ceremonial or other sacred or historical structures or lands of any indigenous or ethnic population. Return to: FAA, Civil Rights, Northwest Mountain Region; 1601 Lind Ave. SW; Renton, WA 98057-3356. FAX: (425) 227-1009 Phone (425) 227-2009 STANDARD DOT TITLE VI ASSURANCES Yakima Air Terminal (hereinafter referred to as the Sponsor) hereby agrees that as a condition to receiving Federal financial assistance from the Department of Transportation (DOT), it will comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.) and all requirements imposed by 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation -- Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the "Regulations") to the end that no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement. Without limiting the above general assurance, the Sponsor agrees concerning this grant that: 1. Each "program" and "facility" (as defined in Section 21.23(a) and 21.23(b)) will be conducted or operated in compliance with all requirements of the Regulations. 2. It will insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 3. Where Federal financial assistance is received to construct a facility, or part of a facility, the assurance shall extend to the entire facility and facilities operated in connection therewith. 4. Where Federal financial assistance is in the form or for the acquisition of real property or an interest in real property, the assurance shall extend to rights to space on, over, or under such property. 5. It will include the appropriate clauses set forth in Attachment 2 of this assurance, as a covenant running with the land, in any future deeds, leases, permits, licenses, and similar agreements entered into by the Sponsor with other parties: (a) for the subsequent transfer of real property acquired or improved with Federal financial assistance under this project; and (b) for the construction or use of or access to space on, over, or under real property acquired or improved with Federal financial assistance under this Project. 6. This assurance obligates the Sponsor for the period during which Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the Sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the Sponsor retains ownership or possession of the property. 7. It will provide for such methods of administration for the program as are found by the Secretary of transportation of the official to whom he delegates specific authority to give reasonable guarantees that it, other sponsors, subgrantees, contractors, subcontractors, transferees, successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the act, the Regulations, and this assurance. Pa e 1 of 2 STANDARD DOT TITLE VI ASSURANCES (Continued) 8. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the Act, the Regulations, and this assurance. THIS ASSURANCE is given in consideration of and for the purpose of obtaining Federal financial assistance for this Project and is binding on its contractors, the Sponsor, subcontractors, transferees, successors in interest and other participants in the Project. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Sponsor. DATED City of Yakima (Sponsor) (Signature of Authorized Official) Page 2 of 2 Cc:rifled current 5/17707 Cfty of Yakima (Sponsor) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION DRUG-FREE WORKPLACE Yakima Air Terminal 3-53-0089-36 (Airport) (Project Number) YKM 013 Rehabilitate Taxiway Alpha, Phase 2 Construction includes rehabilitation of Connector Taxiway Al -A5, Taxiway Bravo (partial) and Taxiway Charlie (partial); Rehabilitation of Airfield Pavement north of Taxiway Alpha shoulder edge to the non -movement line; Relocation and installation of new signs and medium intensity taxiway lights; enhanced airfield pavement marking; and relocate Segmented Circle and Lighted Wind Cone. Grant includes design engineering costs for relocation of the Segmented Circle and Lighted Wind Cone, design engineering amendment costs for sign and lighting improvements, and construction costs for Alpha Taxiway between STA 0+00 to 10+00. (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). General requirements on the drug-free workplace within Federal grant programs are described in Title 49, Code of Federal Regulations, Part 29. Sponsors are required to certify they will be, or will continue to provide, a drug-free workplace in accordance with the regulation. The A|Pproject Qrentagnaennentoontaineopacificaoourmncesontha[}ru0-Fn*eVVorkp|ooeAotof198M. Except for the certified items below marked not applicable (N/A), the list includes majorraquirenmentmforUlim aspect of pject innphnnentaUon, although it is not oonnpnaheneive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. A statement has been (will be) published notifying emthat the unlawful manufacture, distribuUon, dispanoing, pooaeaaion, or use of a controlled substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition. 2. An ongoing drug-free awareness program has been (will be) established to inform employees about: a. The dangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. 3. Each employee to be engaged in the performance of the work has been (will be) given a copy of the statement required within item 1 above. 4. Employees have been (will be) notified in the statement required by item 1 above that, as a condition employment under the grant, the employee will: a. Abide by the terms of the statement; and b. Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. 5. The FAA will be notified in writing within ten calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title of the employee, to the FAA. Notices shall include the pject number of each affected grant. Yes N/A � � 0 0 D �_ Page 1 of 2 6. One of the following actions will be taken within 30 calendar days of receiving a notice under item 4b above with respect to any employee who is so convicted: a. Take appropriate personnel action against such an employee, up to and including hermination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or b. Require such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. 7. A good faith effort will be made to continue to maintain a drug-free workplace through implementation of items 1 through 6 above. Yes No N/A 11] I have prepared documentation attached hereto with site(s) for performance of work (street address, city, county, state, zip code). There are nosuch workplaces that are not idmnUfiadinthe attachment. I have prepared additional documentation for any above items marked "no" and attached it hereto. I certify that, for the pject|danUfiedhenain.neoponaemtotheforgoingitonnamnaaccurateaomnerkedandmttaohnnonta are correct and complete. City of Yakima (Name of Sponsor) (Signature of Sponsors Designated Official Representative) Tony O'Rourke (Typed Name of Sponsor's Designated Official Representative) City (Typed Title of Sponsors Designated Official Representative) ��� (Date) Page 2 of 2 Certified Current 5/,r0/ City of Yak(Sponsor) ima U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION SELECTION OF CONSULTANTS Yakima Air Terminal 3-53-0089-36 (Airport) (Project Number) YKM 3-53-0089-36-2013 Rehabilitate Taxiway Alpha, Phase 2 Construction includes rehabilitation of Connector Taxiway Al -A5, Taxiway Bravo (partial) and Taxiway Charlie (partial); Rehabilitation of Airfield Pavement north of Taxiway Alpha shoulder edge to the non -movement line; Relocation and installation of new signs and medium intensity taxiway lights; enhanced airfield pavement marking; and relocate Segmented Circle and Lighted Wind Cone. Grant includes design engineering costs for relocation of the Segmented Circle and Lighted Wind Cone, design engineering amendment costs for sign and lighting improvements, and construction costs for Alpha Taxiway between STA 0+00 to 10+00. (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). General standards for selection of consultant services within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36, Sponsors may use other qualifications -based procedures provided they are equivalent to specific standards in 49 CFR 18 and FAA Advisory Circular 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standard. 1. Solicitations were (will be) made to ensure fair and open competition from a wide area of interest. 2. Consultants were (will be) selected using competitive procedures based on qualifications, experience, and disadvantaged enterprise requirements with the fees determined through negotiations. 3. A record of negotiations has been (will be) prepared reflecting considerations involved in the establishment of fees, which are not significantly above the sponsor's independent cost estimate. 4. If engineering or other services are to be performed by sponsor force account personnel, prior approval was (will be) obtained from the FAA. 5. The consultant services contracts clearly establish (will establish) the scope of work and delineate the division of responsibilities between all parties engaged in carrying out elements of the project. 6. Costs associated with work ineligible for AlP funding are (will be) clearly identified and separated from eligible items in solicitations, oontraotm, and related project documents. 7. Mandatory contact provisions for grant -assisted contracts have been (will be) included in consultant services contracts. 8. The cost -plus -percentage -of -cost methods of contracting prohibited under Federal standards were not (will not be) used. Yes N/A Page 1 of 2 9. If the services being procured cover more than the single grant project referenced in this certification, the scope of work was (will be) specifically described in the advertisement, and future work will not be initiated beyond five years. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of Yakima (Name of Sponsor) (Signature of Sponsor's Designated Official Representative) Tony O'Rourke (Typed Name of Sponsor's Designated Official Representative) City Manager (Typed Title of Sponsor's Designated Official Representative) (Date) Page 2 of 2 Certified current 5/17/07 City of Yakima (Sponsor) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION CONSTRUCTION PROJECT FINAL ACCEPTANCE Yakima Air Terminal 3-53-0089-36 (Airport) (Project Number) YKM 3-53-0089-36-2013 Rehabilitate Taxiway Alpha, Phase 2 Construction includes rehabilitation of Connector Taxiway A1 -A5, Bravo (porUoUand <�hadiabpo��|\;Rehabi|babnnofAjd�Ad Taxiway Alpha shoulder edge to the non -movement line; Relocation and installation of new signs and medium intensity taxiway lights; enhanced airfield pavement marking; and relocate Segmented Circle and Lighted Wind Cone. Grant includes design engineering costs for relocation of the Segmented Circle and Lighted Wind Cone, design engineering amendment costs for sign and lighting improvements, and construction costs for Alpha Taxiway between STA 0+00 to 10+00. (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a projectunder the Airport Improvement Program. General standards for final acceptance and close out of federally funded construction pjects are in Title 49, Code of Federal Regulations, Part 18.50. The sponsor shall determine that prjectnoateanaacouraheandproperinocoondanoevvithopeoifiooaquinennentaofthoAnantagneennmnt and contract documents. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of pjeot|nnp|anlmntaton.mlthou0hitienodoonnpnahennive.nordoeoitre|ievetheoponaorfronnfuUy complying with all applicable statutory and administrative standards. 1. The personnel engaged in project administration, engineering supervision, construction inspection and testing were (will be) determined to be qualified as well as competent to perform the work. 2. Daily construction records were (will be) kept by the resident engineer/construction inspector as follows: a. Work in progress, b. Quality and quantity of materials delivered, c. Test locations and results, d. Instructions provided the contractor, e. Weather conditions, f. Equipment use, g. Labor requirements, h. Safety prub|omo, and i. Changes required. 3. Weekly payroll records and statements of compliance were (will be) submitted by the prime contractor and reviewed by the sponsor for Federal labor and civil rights requirements (Advisory Circulars 150/5100-8 and 150/5100'15). 4. Complaints regarding the mandated Federal provisions set forth in the contract documents have been (will be) submitted to the FAA. 5. All tests specified in the plans and specifications were (will be) performed and the test results documented as well as made available to the FAA. 6. For any test results outside of allowable bo|enanueo, appropriate corrective actions were (will be) taken. Yes N/A Page 1 of 2 7. Payments to the contractor were (will be) made in compliance with contract provisions as follows: a. Payments are verified by the sponsors internal audit of contract records kept by the resident engineer, and b. If appropriate, pay reduction factors required by the specifications are applied in computing final payments and a summary of pay reductions made available to the FAA. 8. The project was (will be) accomplished without significant deviations, changes, or modifications from the approved plans and specifications, except where approval is obtained from the FAA. 9. A final pject inspection was (will be) conducted with representatives of the sponsor and the contractor and pject files contain documentation of the final inspection. 10. Work in the grant agreement was (will be) physically completed and corrective actions required as a result of the final inspection is completed to the satisfaction of the sponsor. 11. If applicable, the as -built plans, an equipment inventory, and a revised airport layout plan have been (will be) submitted to the FAA. 12. Applicable close out financial reports have been (will be) submitted to the FAA. Yes No N/A F� u I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of Yakima (Name of Sponsor) (Signature of Sponsors Designated Official Representative) Tony O'Rourke (Typed Name of Sponsor's Designated Official Representative) City Manager (Typed Title of Sponsor's Designated Official Representative) (Date) Page 2 of 2 City of Yakima (Sponsor) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION EQUIPMENT/CONSTRUCTION CONTRACTS Yakima Air Terminal 3-53-0008-36 (Airport) (Project Number) YKM 3-53-0089-36-2013 Rehabilitate Taxiway Alpha, Phase 2 Construction includes rehabilitation of Connector Taxiway Al -A5, Taxiway Bravo (partial) and Taxiway Charlie (partial); Rehabilitation of Airfield Pavement north of Taxiway Alpha shoulder edge to the non -movement line; Relocation and installation of new signs and medium intensity taxiway lights; enhanced airfield pavement marking; and relocate Segmented Circle and Lighted Wind Cone. Grant includes design engineering costs for relocation of the Segmented Circle and Lighted Wind Cone, design engineering amendment costs for sign and lighting improvements, and construction costs for Alpha Taxiway between STA 0+00 to 10+00. (Work Description) Title 49, United States Code (USC), section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). Genero|stondondaforequ|9nnentand construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-0. Labor Requirements for the Airport Improvement Program, AC 150/5100-15. Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One --General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards. Except for the certified items below marked not applicable (N/A), the list includes majorrequinannenbofur this aspect of pjoctirnmlenlantaton.eKhou0hitionctownnpnahenoive.nordoeoitre|iaveUleoponnor from fully complying with all applicable statutory and administrative standards. 1. A code or standard of conduct is (will be) in effect governing the performance of the sponsor's officers, employees, or agents in soliciting and awarding procurement contracts. 2. Qualified personnel are (will be) engaged to perform contract adnninistrat|on, engineering oupen/ieimn, construction inopection, and testing. 3. The procurement was (will be) publicly advertised using the competitive sealed bid method of procurement. 4. The bid solicitation clearly and accurately describes (will describe): a. The current Federal wage rate determination for all construction projects, and b. All other requirements of the equipment and/or services to be provided. 5. Concurrence was (will be) obtained from FAA prior to contract award under any of the following circumstances: a. Only one qualified person/firm submits a responsive bid, b. The contract is to be awarded to other than the lowest responsible bidder, c. Life cycle costing is a factor in selecting the lowest responsive bidder, or d. Proposed contract prices are more than 10 percent over the Yes No N/A �� � CPO El sponsor's cost estimate. e. 6. All contracts exceeding $100,000 require (will require) the following provisions: a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent; b. Conditions specifying administrative, contractual, and legal remedies, including contract termination, for those instances in which contractors violate or breach contact terms; and c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)), Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738. 7. All construction contracts contain (will contain) provisions for: a. Compliance with the Copeland "Anti -Kick Back" Act, and b. Preference given in the employment of labor (except in executive, administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans. 8. All construction contracts exceeding $2.000 contain (will contain) the following provisions: a. Compliance with the Davis -Bacon Act based on the current Federal wage rate determination; and b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327-330). Sections 103 and 107. 9. All construction contracts exceeding $10,000 contain (will contain) appropriate clauses from 41 CFR Part 60 for compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity. 10. All contracts and subcontracts contain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and 49 CFR 26 for Disadvantaged Business Enterprises. 11. Appropriate checks have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. Department of Transportation (DOT) element and appearing on the DOT Unified List. Yes N/A [� [� ,� I certify, for the pject identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of Yakima (Name of Sponsor) (Signature of Sponsors Designated Official Representative) Tony O'Rourke (Typed Name of Sponsors Designated Official Representative) City Manager (Typed Title of Sponsor's Designated Official Representative) Certified current 5/17/07 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION PROJECT PLANS AND SPECIFICATIONS City of Yakima Yakima Air Terminal (Airport) (Sponsor) (Project Number) YKM 3-53-0089-36-2013 Rehabilitate Taxiway Alpha, Phase 2 Construction includes rehabilitation of Connector Taxiway Al -A5, Taxiway Bravo (partial) and Taxiway Charlie (partial); Rehabilitation of Airfield Pavement north of Taxiway Alpha shoulder edge to the non -movement line; Relocation and installation of new signs and medium intensity taxiway lights; enhanced airfield pavement marking; and relocate Segmented Circle and Lighted Wind Cone. Grant includes design engineering costs for relocation of the Segmented Circle and Lighted Wind Cone, design engineering amendment costs for sign and lighting improvements, and construction costs for Alpha Taxiway between STA 0+00 to 10+00. (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One --General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Except for the certified items below marked not applicable (N/A), the list includes majorrequirenlentaforUlio aspect of pjectinnp|enlentoton.elthnughitiunotuonnpnahnnoiwe.nordoemitpe|iaxmtheoponaorhnmnfu|k/ complying with all applicable statutory and administrative standards. 1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set forth in the advisory circulars, or State standard, is necessary other than those previously approved by the FAA. 2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least two manufacturers can meet the specification. 3. The development included (to be included) in the plans is depicted on the airport layout plan approved by the FAA. 4. Development that is ineligible for AIP funding has been (will be) omitted from the plans and specifications. 5. The process control and acceptance tests required for the prject by standards contained in Advisory Circular 150/5370-10 are (will be) included in the prject specifications. 6. If a value engineering clause is incorporated into the contract, concurrence was (will be) obtained from the FAA. 7. The plans and specifications incorporate (will incorporate) applicable requirements and recommendations set forth in the Federally approved environmental finding. Yes No N/A [� [� �� �� I� Page 1 of 2 Yes 8. For construction activities within or near aircraft operational areao. the requirements contained in Advisory Circular 150/5370-2 have been (will be) discussed with the FAA as well as incorporated into the specifications, and a safety/phasing plan has FAA's concurrence, if required. 9. The project was kwi|| be) physically completed without Federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of pject design. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of Yakima (Name of Sponsor) (Signature of Sponsor's Designated Official Representative) Tony O'Rourke (Typed Name of Sponsor's Designated Official Representative) City Manager (Typed Title of Sponsor's Designated Official Representative) (Date) Page 2 of 2 FAA Airports Grant Assurances Airport Sponsors A. General. 1. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants for airport sponsors. 2. These assurances arc required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term "public agency sponsor" means a public agency with control of a public -use airport; the Min "private sponsor" means a private owner of a public -use airport; and the term "sponsor" includes both public agency sponsors and private sponsors. 3. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become part of this grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of this grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of the terms, conditions, and assurances with respect to real property acquired with federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances. 2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph I also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of acceptance of Federal aid for the project. Airport Sponsor Assurances (4/2012) ARP Page 1 of 17 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 30, 32, 33, and 34 in section C apply to planning projects. The terms, conditions, and assurances of this grant agreement shall remain in full force and effect during the life of the project. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation a. Title 49, U.S.C., subtitle VII, as amended. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seq.' c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act — 5 U.S.C. 1501, et seq.2 e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, et seq.' 2 f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f).' g. Archeological and Ilistoric Preservation Act of 1974 - 16 U.S.C. 469 through 469c.' h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et seq. I. Clean Air Act, P.L. 90-148, as amended. j. Coastal Zone Management Act, P.L. 93-205, as amended. k. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.' 1. Title 49, U.S.C., Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of 1973 - 29 U.S.C. 794. n. Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d through d-4. o. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et seq. p. American Indian Religious Freedom Act, P.L. 95-341, as amended. q. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et seq.' r. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373.' s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq.' t. Copeland Anti kickback Act - 18 U.S.C. 874.1 u. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq.' v. Wild and Scenic Rivers Act, P.L. 90-542, as amended. w. Single Audit Act of 1984 - 31 U.S.C. 7501, et seq.2 x. Drug -Free Workplace Act of 1988 -41 U.S.C. 702 through 706. Executive Orders Airport Sponsor Assurances (4/2012) ARP Page 2 of 17 Executive Order 11246 - Equal Employment Opportunity' Executive Order 11990 - Protection of Wetlands Executive Order 11998 — Flood Plain Management Executive Order 12372 - Intergovernmental Review of Federal Programs Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Construction' Executive Order 12898 - Environmental Justice Federal Regulations a. 14 CFR Part 13 - Investigative and Enforcement Procedures. b. 14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. c. 14 CFR Part 150 - Airport noise compatibility planning. d. 29 CFR Part 1 - Procedures for predetermination of wage rates.' e. 29 CFR Part 3 - Contractors and subcontractors on public building or public work financed in whole or part by loans or grants from the United States.' f 29 CFR Part 5 - Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non -construction contracts subject to the Contract Work Hours and Safety Standards Act).' g. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements).' h. 49 CFR Part 18 - Uniform administrative requirements for grants and cooperative agreements to state and local governments.3 i. 49 CFR Part 20 - New restrictions on lobbying. j. 49 CFR Part 21 - Nondiscrimination in federally -assisted programs of the Department of Transportation - effectuation of Title VI of the Civil Rights Act of 1964. k. 49 CFR Part 23 - Participation by Disadvantage Business Enterprise in Airport Concessions. I. 49 CFR Part 24 - Uniform relocation assistance and real property acquisition for Federal and federally assisted programs.' 2 m. 49 CFR Part 26 — Participation By Disadvantaged Business Enterprises in Department of Transportation Programs. n. 49 CFR Part 27 - Nondiscrimination on the basis of handicap in programs and activities receiving or benefiting from Federal financial assistance.' o. 49 CFR Part 29 — Government wide debarment and suspension (nonprocurement) and government wide requirements for drug-free workplace (grants). p. 49 CFR Part 30 - Denial of public works contracts to suppliers of goods and services of countries that deny procurement market access to U.S. contractors. Airport Sponsor Assurances (4/2012) ARP Page 3 of 17 q 49 CFR Part 41 - Seismic safety of Federal and federally assisted or regulated new building construction.1 Office of Management and Budget Circulars a. A-87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments. b. A-133 - Audits of States, Local Governments, and Non -Profit Organizations These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 18 and OMB Circular A-87 contain requirements for State and Local Governments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this grant agreement. 2. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to apply for this grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for this grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with this application; and to provide such additional information as may be required. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under this grant agreement which it will own or control. 4. Good Title. a. It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. Airport Sponsor Assurances (4/2012) ARP Page 4 of 17 b. For noise compatibility program projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal funds will be expended or will give assurance to the Secretary that good title will be obtained. 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in this grant agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. It will not sell, lease, encumber, or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in this grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States Code, to assume the obligations of this grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement. c. For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to the same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility program project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial non-compliance with the terms of the agreement. d. For noise compatibility program projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial non-compliance with the terms of the agreement. e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public - use airport in accordance with these assurances for the duration of these assurances. f. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure Airport Sponsor Assurances (4/2012) ARP Page 5 of 7 g. that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in this grant agreement and shall insure that such arrangement also requires compliance therewith. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for residential use, to taxi an aircraft between that property and any location on airport. Sponsors of general aviation airports entering into any arrangement that results in permission for the owner of residential real property adjacent to or near the airport must comply with the requirements of Sec. 136 of Public Law 112-95 and the sponsor assurances. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 8. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. 9. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, Airport Sponsor Assurances (4/2012) ARP Page 6 of 17 it assures or certifies that it has implemented an effective airport pavement maintenance -management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. 12. Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this grant, the total cost of the project in connection with which this grant is given or used, and the amount or nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to this grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which this grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six (6) months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under this grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis -Bacon Act, as amended (40 U.S.C. 276a -276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 15. Veteran's Preference. It shall include in all contracts for work on any project funded under this grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Vietnam Airport Sponsor Assurances (4/2012) ARP Page 7 of 17 era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval of the Secretary, shall be incorporated into this grant agreement. Any modification to the approved plans, specifications, and schedules shall also be subject to approval of the Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project application or with the modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. f. It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of Airport Sponsor Assurances (4/2012) ARP Page 8 of 17 this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19. Operation and Maintenance. a. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non -aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for- |) Operating the airportTs aeronautical facilities whenever required; 2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and 3) Promptly notifying airmen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow, flood or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. b. It will suitably operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21. Compatible Land Use. It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause or permit any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. Airport SponsoAssurances (4/2012) ARP Page 9 of 17 22, Economic Nondiscrimination. a. It will make the airt available as an airport for public use on reasonable terms and without unjustdiyorhninutinntouUtypca,kindoandc|aymcmof aeronautical activities, including commercial aeronautical activities offering services to the public at the airport. b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to - I) furnish said services on a reasonable, and not u'nxdy discriminatory, basis to all users thereofand 2) charge reasonable, and not ujustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. Each fixed -based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e. Each air carrier using such airport (whether as a tenant, non tenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and utilize similar facilities, subject to reasonable classifications such as tenants or non tenants and signatory carriers and non signatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classification or status. f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees [including, but not limited to maintenance, repair, and fueling] that it may choose to perform. g. In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. Airport SponsoAssurances 4/2012) ARP Page 10mr17 h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. i. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any person providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of the services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services, and b. If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -based operator and such airport. It further agrees that it will not, either directly or indirectly, grant or permit any person, firm, or corporation, the exclusive right at the airport to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self-sustaining as possible under the circumstances existing at the particular airport, taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development, airport planning or noise compatibility project for which a grant is made under Title 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. 25. Airport Revenues. a. All revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner or operator of the Airport Sponsor Assurances (4/2012) ARP Page 11 of 17 airport and which are directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. The following exceptions apply to this paragraph: 1) If covenants or assurances in debt obligations issued before September 3, 1982, by the owner or operator of the airport, or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other facilities, then this limitation on the use of all revenues generated by the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply. 2) If the Secretary approves the sale of a privately owned airport to a public sponsor and provides funding for any portion of the public sponsor's acquisition of land, this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20 -year period) of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3) Certain revenue derived from or generated by mineral extraction, production, lease, or other means at a general aviation airport (as defined at Section 47102 of title 49 United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec. 813 of Public Law 112-95. b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit will review, and the resulting audit report will provide an opinion concerning, the use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. c. Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Section 47107 of Title 49, United States Code. 26. Reports and Inspections. It will: a. submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports Airport Sponsor Assurances (4/2012) ARP Page 12 of 17 available to the public; make available to the public at reasonable times and places a report of the airport budget in a format prescribed by the Secretary; b. for airport development projects, make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; c. for noise compatibility program projects, make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of this grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; and d. in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: 1) all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2) all services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property. 27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that — a. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather -reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such Airport Sponsor Assurances (4/2012) ARP Page 13 of 17 purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at all times an airport layout plan of the airport showing (1) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; (2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon; and (4) all proposed and existing access points used to taxi aircraft across the airport's property boundary. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. b. If a change or alteration in the airport or the facilities is made which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the airport and which is not in conformity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested, by the Secretary (1) eliminate such adverse effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in the airport or its facilities except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary's design standards beyond the control of the airport sponsor. 30. Civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits, or Airport Sponsor Assurances (4/2012) ARP Page 14 of 17 (b) the period during which the sponsor retains ownership or possession of the property. 31. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes, including land serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States' share of acquisition of such land will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2) transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order, (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes, the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. b. For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair market value of the land. That portion of the proceeds of such disposition which is proportionate to the United States' share of the cost of acquisition of such land will, (1) upon application to the Secretary, be reinvested or transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) the revenue Airport Sponsor Assurances (4/2012) ARP Page 15 of 17 from interim uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. d. Disposition of such land under (a) (b) or (c) will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 32. Engineering and Design Services. It will award each contract, or sub -contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping or related services with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under Title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent qualifications -based requirement prescribed for or by the sponsor of the airport. 33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. 34. Policies, Standards, and Specifications. It will carry out the project in accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed in the Current FAA Advisory Circulars for AIP projects, dated (the latest approved version as of this grant offer) and included in this grant, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. 35. Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property, to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse property owners for necessary expenses as specified in Subpart B. (2) It will provide a relocation assistance program offering the services described in Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. (3) It will make available within a reasonable period of time prior to displacement, comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36. Access By Intercity Buses. The airport owner or operator will permit, to the maximum extent practicable, intercity buses or other modes of transportation to Airport Sponsor Assurances (4/2012) ARP Page 16 of 17 have access to the airport; however, it has no obligation to fund special facilities for intercity buses or for other modes of transportation. 37. Disadvantaged Business Enterprises. The recipient shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any 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 non discrimination in the award and administration of DOT -assisted contracts. The recipient's DBE program, as required by 49 CFR Part 26, and as approved by 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). 38. Hangar Construction. If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for the aircraft at the aircraft owner's expense, the airport owner or operator will grant to the aircraft owner for the hangar a long term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose. 39. Competitive Access. a. If the airport owner or operator of a medium or large hub airport (as defined in section 47102 of title 49, U.S.C.) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that - 1) Describes the requests; 2) Provides an explanation as to why the requests could not be accommodated; and 3) Provides a time frame within which, if any, the airport will be able to accommodate the requests. b. Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. Airport Sponsor Assurances (4/2012) ARP Page 17 of 17 2t6 A�QQI�ca_�on O?'t ca.'Fon ?‘cks Ltp wherc. firs} Dne. ends and will ftk1g11 'the C.D y‘k91 e t. posy. cA6 Peterson, Robert From: Cutter, Jeff Sent: Sunday, September 15, 2013 11:20 AM To: Peterson, Robert Subject: RE: Yakima Air Terminal, AIP 37 Grant Application (Final) Rob, reviewed and good to go. Thanks! JC From: Peterson, Robert Sent: Friday, September 13, 2013 8:59 PM To: Cutter, Jeff Cc: O'Rourke, Tony Subject: Yakima Air Terminal, AIP 37 Grant Application (Final) Jeff, Good evening and trust your enjoying your weekend. Attached to this email is the final draft for the second grant application for the Taxiway Alpha Rehabilitation Project. At your convenience please review and provide any comments you see necessary. This application is very similar to the previous application signed at the end of July for the same project (except this picks up where the first grant offer ends and will fulfill the complete project). If no comments please advise and i will print off the three copiesrequired and have Tony sign first thing on Monday. The FAA is requesting this be signed and returned by 10:00am Monday morning so they can allocate end of the year funds for our project. Thank you again for all the assistance in our applications and looking forward to hearing from you. Sincerely, Rob 1 OMB Number 4040-0004 03/31/201Z- lAkilication for FederaiAssistance SF -424 '* 1. Type of Submission Preapplication * 2. Type of Application * If Revision, select appropriate letter(s): * Other (Specify) 1 New Continuation ... 1 Application O Chart6d/Corrected,A015lication , ' ', Revision * 3. Date Receivedv, 4. Application Identifier: 5a. Federal Entity Identifier: I * 5b. Federal Award Identifier: State Use 0111k:.! _ 6. Date Received byState: 7. State Application Identifier: 8. APPLICANTINFORMATION: * a. LegOl.,Name: Cityof Yakima *b Employer/Taxpayer Identification Number (EINfTIN);. 91-6001293 * 'Organizational DUNS: 07-821-2651 d.;Address: ' .PY.P.Otl: 129 North 2nd Street Street 2: * City: Yakima County: Yakima * State: Washington Province: Country: United States *Zip/ Postal Code: 98901 e.,Organizational Unit DepartmentName: = City of Yakima DivisiOn' Warne:.: - ;Yakima Air Terminal / McAllister Field rne and:,contpotinforrhotion of person40,12-corpoted on mor.§firlyolvipgItlj.,:ep ticetiqR; ,iPretix: Alt: !First :Name Tony Middle Name: * Last Name. O'Rourke suffix: Title:, ' - - - - City Manager Organizational Affiliation: .*TeIPPO.P.ne Nurn.I.W: (509)57 4. , 40 _ _ i, mc,NurriOpr: 'Email: AonyoprouiikeOyakfmawagov OMB Number. 4040-0004 Filratipri''C>ate 03/314012 liAppllication for Federal Assistance SF -424 _- - _ -- .1119. 1119.Type of Applicant 1: Select Applicant Type: X. Other (specify) II i 'Type of Applicant 2: Select Applicant Type: - Select One - Type of Applicant 3- Select Applicant Type. - Select One - * Other (specify): Part 139 Certified Airport * 10. Name of Federal Agency: Federal Aviation Administration,, Seattle ADO 11. Catalog of Federal Domestic Assistance Number: 20.106 I CFDA Title: Airport Improvement Program i 12. Funding Opportunity Number: 1 Title: 13. Competition Identification Number Title: 14: 'Areas:Affected"by Project (Cities, Counties;jStates,,etc ): City of Yakima / Yakima County * 15. D::escnptive'Title>of Applicant s?Project:-;-_ 3-53-0089-37 Rehab TW A (station 52+00 to 76+04) (Phase 3 Construction), including taxiway connectors A1 -A5, partial B and partial C, Medium Intensity Taxiway Lights (MITLs), signs and markings Attach" supporting. documents as specified in agency` instructions:; OMB Number: 4040-0004 ..`"=m"=^� _ _ - - .-'_-_'--------.- '- _ ---'' - - AppIicatIon for Federal Assistance SF -424 _ �ev�won 16Co,��m�o Congressional �� on WA -004 ' * a. Applicant WA -004 * b. Program/Project: WA -004 _ _____ ___-. ^^--- `- -__ ' - AMach~enedd�Un�l�[�fProQnan�Pr�ec�C�ongm�sibna|���thcbiifneeded. - ---- ------------'----- -' ! '}q7:rPnspptimd-PrOjeot AyP3-53-OD8937 a�8StartDate: K1_ ° 03/17/2014 1 7/201 4 zEndOa_ Date. a� 10/31/2 0 14 ' ' ' --- � �' U 18.Emtm/ ��������� __ __� _'___ ` k $4,400'000.00 -- -- _.~^ Applicant $488,889.00 ^c State *d. Local ^e. Other *fProgram Income �! -�g. -_ __ ._$4,888^889_00 _ 1bject to Review By State Under Executive Order 12372Pvocmts7-'-' - " Da. This application was made available to the State under the Executive Order 12372 Process for ;Nib.Program iomu�actbzE.Q.12372but has not been selected bythe Sb�afor nev�w. '112(c. Pnogranimnod by E._0,_12372. __ __ , *20. Is the rdDehnquentOmAny Fedmr�Debt? (If "Yes", provide exo� |�^Yeo n No -.. �__- 2l.*By signing this an.A e�� statements herein are tma.complete-and accurate todhabest ofmyknowledge. | also provide therequired amounancen=and agree hooump� with any noou|Ungterms �|accept onaward. |amaware that any false, fi��iUouo.or�oudu|mntota�mantnordoimomay oub/mc� mahochninm|.oiviioradminiotnmUvmpmns|Umn.(U.S.Code, T�e218.Section 1OO1). i **I AGREE a-- . °°Tholist ofce��ooUonoand assurances, oraninbymetsite where you may obtain this |iwtiaconbeindinthe announcement pr agency specific inobmcUmno. AUthibrized Re � ' . ___'_ ____ . --- p��-s N= *First Name: Tony MiddleNama *Last Name: O'Ro _ - r.- _-. - '.�- ~^_ _-- ----- -'- _^--;--'- , rwq��C-------- - ,_'_ 1509W575-6040 `. Fax Number - - ' *E |--''----- .- '--'9' ..-'--- K, ~ 1 — tr< Application for Federal Assistance SF -424 OMB Number: 4040-0004 :_. _—_--.!:Ezpiratioi Date -1)3/31/201Z_, *Applicant Federal Debt Delinquency Explanation The following field should contain an explanation if the Applicant organization is delinquent on any Federal Debt. Maximum number of characters that can be entered is 4,000. Try and avoid extra spaces and carriage returns to maximize the availability of space. INSTRUCTIONS FOR THE SF -424 Public reporting burden for this collection of information is estimated to average 60 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, 1 Paperwork Reduction Project (0348-0043), Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. This is a standard form (including the continuation sheet) required for use as a cover sheet for submission of preapplications and applications and related information under discretionary programs. Some of the items are required and some are optional at the discretion of the applicant or the Federal agency (agency). Required items are identified with an asterisk on the form and are specified in the instructions below. In addition to the instructions provided below, applicants must consult agency instructions to determine specific requirements. Item I Entry: Item Entry: -its J; ll 7 I "Type -of Submission: (Required): Select one type of -submission in accordance with agency instructions. • Preapplication • Application • Changed/Corrected Application - If requested by the agency, check if this submission is to change or correct a previously submitted application. Unless requested by the agency, applicants may not use this to submit changes after the closing date. 10:- __..... `Name -Of Federal Agency: (Required) Enter the nee -he -of of the - Federal agency from which assistance is being requested with this application. .m -s"._._._.—_--. - -_-, - - --__ --- , 11., - ` Catalog Of Federal'Domestic Assistance-Numberfl-itle:' ` • Enter the Catalog of Federal Domestic Assistance number and title of the program under which assistance is requested, as found in the program announcement, if applicable. 2. ' Type of Application: (Required) Select one type of application in - accordance with agency instructions. • New - An application that is being submitted to an agency for the first time. • Continuation - An extension for an additional funding/budget period for a project with a projected completion date. This can include renewals. • Revision - Any change in the Federal Government's financial obligation or contingent liability from an existing obligation. If a revision, enter the appropriate letter(s). More than one may be selected. If "Other" is selected, please specify in text box provided. A. Increase Award B. Decrease Award C. Increase Duration D. Decrease Duration E. Other (specify) 12. - Funding Opportunity"NumberfTitle: Enterthe —" - Funding Opportunity Number and title of the opportunity under which assistance is requested, as found in the program announcement. 13.- Competition Identification Numbermtle: Enter the ' Competition Identification Number and title of the competition under which assistance is requested, if applicable. = =--- =---- --- .. f 14. ' Areas Affected By -Project: List the areas or entities using the categories (e.g., cities, counties, states, etc.) specified in agency instructions. Use the continuation sheet to enter additional areas, if needed. 3: Date Received: 'Leave this field blank. This date will be assigned by the Federal agency. .. ; 15. ;Descriptive TitleofzApplicant's1Pro1ect:;(Required),Enter a brief descriptive title of the project. If appropriate, attach a map showing project location (e.g., construction or real ! property projects). For preapplications, attach a summary description of the project. 4. I' Applicant Identifier: Enter the entity identifier assigned by the Federal agency, if any, or applicant's control number, if applicable. 5a Federal Entity Identifier: Enter the number assigned to your organization by the Federal Agency, if any _ _ _ . _ 16:. ' Congressional Districts Of: (Required) -16a. Enter the applicant's Congressional District, and 16b. Enter all District(s) ' affected by the program or project. Enter in the format: 2 , characters State Abbreviation - 3 characters District Number, e.g.,I CA -005 for Califomia 5'h district, CA -012 for California 12th district, NC -103 for North Carolina's 103rd district. • If all congressional districts in a state are affected, enter "all" for the district number, e.g., MD -all for all congressional districts in Maryland. • If nationwide, i.e. all districts within all states are affected, enter US -all. • If the program/project is outside the US, enter 00-000. 5b. - ' Federal Award Identifier: For new applications leave blank. For a continuation or revision to an existing award, enter the previously assigned Federal award identifier number. If a changed/corrected application, enter the Federal Identifier In accordance with agency' _ instructions. 6. Date Received by State: Leave this field blank. This date will beI assigned by the State, if applicable. 7. State Application Identifier: Leave this field blank. This identifier will be assigned by the State, if applicable. 8: -,Applicant Information: Enter the -following -in accordance with agency 1 instructions: '' . a. Legal Name: (Required): Enter the legal name of applicant that will undertake the assistance activity. This is the name that the organization 1 has registered with the Central Contractor Registry Information on registering. with_CCR.may.be.obtained.by_.visiting;the iGrants.goviwebsite. -. I 1 17.., - Proposed Project Start and End Dates: (Required) Enter the ; proposed start date and end date of the project. I b:- EmployerlTaxpayer Number(EINRIN),:=(Required)3Enterthe-`"""" -" Employer or Taxpayer Identification Number (EIN or TIN) as assigned by the Internal Revenue Service. If your organization is not in the US, enter 44-4444444. _ ._ ... 18. Estimated Funding: (Required) Enter the amount requested ' or to be contributed during the first funding/budget period by each contributor. Value of in-kind contributions should be included on appropriate lines, as applicable. If the action will result in a dollar change to an existing award, Indicate only the , amount of the change. For decreases, enclose the amounts in , parentheses. `,c. Organizational DUNS: (Required) Enter the organization's DUNS or DUNS+4 number received from Dun and Bradstreet. Information on h obtaining a DUNS number may be obtained by visiting the Grants.gov website. t d. Address: Enter the complete address as follows: Street address (Line t 1 required), City (Required), County, State (Required, if country is US), „Province, Country (Required), Zip/Postal Code (Required, if country is US). 19. Is Application Subject to Review by State Under Executive Order 12372 Process? Applicants should contact the State ' Single Point of Contact (SPOC) for Federal Executive Order 12372 to determine whether the application is subject to the e. Organizational Unit: Entern of the primarganizational the name ry" o , unit (and department or division, if applicable) that will undertake the ' assistance activity, if applicable: - `_ �" ->- -- State intergovemmentafrevieW process. Select the appropriate box. If "a." is selected, enter the date the application was submitted to the State ' f. Name and contact information of person to be contacted on ! matters Involving this application: Enter the name (First and last name required), organizational affiliation (if affiliated with an organization other : ' than the applicant organization), telephone number (Required), fax j number, and email address (Required) of the person to contact on matters related to this application. `20: - - Is -the Applicant'Delinquent on any Federal Debt? `- -- - (Required) Select the appropriate box. This question applies to the applicant organization, not the person who signs as the authorized representative. Categories of debt include delinquent audit disallowances, loans and taxes. If -yes, include an explanation on the continuation sheet. -_ 9. Type of Applicant'(Requfed) _ --_ "' -21. Select up to three applicant type(s) in accordance with agency instructions. , " Authorized Representative: (Required) To be signed and -. dated by the authorized representative of the applicant organization. Enter the name (First and last name required) title (Required), telephone number (Required), fax number, and email address (Required) of the person authorized to sign for the applicant. A copy of the governing body's authorization for you to sign this application as the official representative must be on file in the applicant's office. (Certain Federal agencies may require that this authorization be submitted as part of the application.) A. State Government B. County Government C. City or Township Government D. Special District Government I E. Regional Organization F. U.S. Territory or Possession j G. Independent School District I H. Public/State Controlled Institution of Higher Education 1 I. Indian/Native American Tribal Government (Federally Recognized) J. Indian/Native American Tribal iGovernment (Other than Federally Recognized) K. Indian/Native American Tribally Designated I Organization L. Public/Indian Housing Authority M. Nonprofit with 501C3 IRS- - Status (Other than Institution ' of Higher Education) N. Nonprofit without 501C3 IRS Status (Other than Institution of Higher Education) O. Private Institution of Higher Education P. Individual Q. For -Profit Organization (Other than Small Business) R. Small Business S. Hispanic -serving Institution T. Historically Black Colleges and Universities (HBCUs) U. Tribally Controlled Colleges and Universities (TCCUs) , V. Alaska Native and Native Hawaiian Serving Institutions ' W. Non-domestic (non -US) Entity X. Other (specify) i DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO, 2120-0569 11/30/2007 PART II PROJECT APPROVAL INFORMATION SECTION A Item 1. Name of Governing Body Does this assistance request require State, local, regional, or other priority rating? ❑ Yes ® No Priority Item 2. Name of Agency or Board Does this assistance request require State, local (Attach Documentation) advisory, educational or health clearances? Dyes I No Item 3. (Attach Comments) Does this assistance request require clearinghouse review in accordance with OMB Circular A-95? Dyes © No Item 4 Name of Approving Agency Does this assistance request require State, local, regional, or other planning approval? ❑Yes II No Date / / Item 5. Is the proposed project covered by an approved comprehensive plan? ©Yes ❑ No Check One: State ❑ Local Regional 0 Location of plart°`irport Master Plan Item 6. Name of Federal Installation Will the assistance requested serve a Federal installation? ❑Yesfc❑ No Federal Population benefiting from Project Item 7. Name of Federal Installation Will the assistance requested be on Federal land Location of Federal Land or installation? Percent of Project Dyes El No Item 8. See instructions for additional information to be Will the assistance requested have an impact or effect on the environment? ❑Yes nNo provided. Item 9. Will the assistance requested cause the displacement of individuals, families, businesses, or farms? Dyes 0 No Number of: Individuals Families Businesses Farms Item 10. See instructions for additional information to be provided. Is there other related Federal assistance on this project previous, pending, or anticipated? ❑Yes Q No FAA Form 5100-100 (6-73) SUPERSEDES FM FORM 5100-100 (9-03) Page 2 INSTRUCTIONS PART II SECTION A Negative answers will not require an explanation unless the Federal agency requests more information at a later date. Provide supplementary data for all "Yes" answers in the space provided in accordance with the following instructions. Item 1. — Provide the name of the governing body establishing the priority system and the priority rating assigned to this project. Item 2. — Provide the name of the agency or board which issued the clearance and attach the documentation of status or approval. Item 3. — Attach the clearinghouse comments for the application in accordance with the instructions contained in Office of Management and Budget Circular No. A-95. If comments were submitted previously with a preapplication, do not submit them again but any additional comments received from the clearinghouse should be submitted with this application. Item 4. — Furnish the name of the approving agency and the approval date. Item 5. — Show whether the approved comprehensive plan is State, local or regional, or if none of these, explain the scope of the plan. Give the location where the approved plan is available for examination and state whether this project is in conformance with the plan. Item 6. — Show the Federal population residing or working on the federal installation who will benefit from this project. Item 7. — Show the percentage of the project work that will be conducted on federally owned or leased land. Give the name of the Federal installation and its location. Item 6. — Briefly describe the possible beneficial and/or harmful impact on the environment because of the proposed project. If an adverse environmental impact is anticipated, explain what action will be taken to minimize the impact. Federal agencies will provide separate instructions if additional data is needed. Item 9. — State the number of individuals, families, businesses, or farms this project will displace. Federal agencies will provide separate instructions if additional data is needed. Item 10. — Show the Federal Domestic Assistance Catalog number, the program name, the type of assistance, the status and amount of each project where there is related previous, pending, or anticipated assistance. Use additional sheets, if needed. Paperwork Reduction Act Statement: The information collected on this form allows sponsors of public use airports or public agencies to apply for one or more projects in a form prescribed by the Secretary of Transportation. meet 9,: United; States Code;(U S C h `Section ,47105, identifies;the infor.' .ation required to. ap" l,;forahls.program'.,::The.forms;?presc`ribeii;to: thi ,'requirementare deve oped to pprovide a corn rehensive forrm�nat that al ows.sponsors to;provide th d to needed to evaluate the requestt for,f{u�nds The.burden reach'response'is estimated to be28 hours . proved applications�benetiit the sponsorrby rovidin Federalrfunding to pro_tectthe Federal interest ina , efficiency,a;and, Utility, -0t_ e; Nation's, airport system Nofassurance;orconfidentiality' can.be9ive �srnce the, a�ecome:public records:: tdyu,wish:to'Make any,contments coa rningFthe accuracy, ofthis`burde�n':estimate or 2ny sug estlons for reducing thisfburden, send tm_Federal Aviation Administration ARP -1_u, 80windependenceaAVE. SW, Washin ton, DC 0591':: + ase:note that,anyagenccyv mmnay.not ccoonduct or'spo _ r, a da•' rson;us not;required,tQrespond>:to,.a collection, of'infor�ion unlessyit;disp displays a currently!valld;oMB.control num6ber • whi�s 2120=0569 for ithisIco lection m ents,concem ng the:accurad of.this: burden and,suggestions forreducing•th burden'should'be?directedito'thes FAA"at::800;Independence Ave'SW Washington. D.C.2059.1. Attu:Information,CollechonClearance't fficer,.ABA=20. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO.2120-0569 PART II - SECTION C The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use. — The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: Airport Safety Overlay Zone included in: Yakima Urban Comprehensive Zoning Ordinance, Yakima County Zoning Ordinance, and City of Union Gap Zoning Ordinance. 2. Defaults. — The Sponsor is not in default on any obligation to the United States or any agency of the United States Government relative to the development, operation, or maintenance of any airport, except as stated herewith: Not in default. 3. Possible Disabilities. — There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: There are no known facts or circumstances which would jeopardize the Sponsor's responsibility to this project. 4. Consistency with Local Plans. — The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. Yes. Airport Layout Plan. 5. Consideration of Local Interest. — It has given fair consideration to the interest of communities in or near where the project may be located. Yes 6. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. Yes 7. Public Hearings. — In projects involving the location of an airport, an airport runway or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. NA.Project not for loc. or RW. 8. Air and Water Quality Standards. — In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable and air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. NA.Project not for loc. or RW., FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) Page 3a DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569 PART II - SECTION C (CONTINUED) 9. Exclusive Rights. — There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the Sponsor except as follows: No exclusive rights have been granted for any aeronautical activity. 10. Land. — (a) The sponsor holds the following property interest in the following areas of land* which are to be developed or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A": The land interests owned by the Sponsor is as shown on the current Exhibit A Map dated 8/12/2009 which is on file with the FAA's Seattle ADO in Renton Washington. The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land* on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A": There are no land interests needed for this project. This item is not applicable. (c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction work under the Project, the following property interest in the following areas of land* which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit "A": There are no land interests needed for this project. This item is not applicable. *State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. FAA Farm 5100-100 (9-03) SUPERSEDES FAA FORM 5100.100(476) Page 3b DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569 FAA Farm 5100.100 (9-03) SUPERSEDES FAA FORM -5100-100 (6-73) Page 4 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. 2.. Federal Domestic Assistance Catalog No20-106 Functional or Other Breakout SECTION B - CALCULATION OF FEDERAL GRANT COST CLASSIFICATION Use only for revisions _ : Total Amount Required = Latest Approved amount - - _ = Adjustment + or (-) 1. Administration expense $ _, $ $ 2. Preliminary expense 3. Land, structures, right-of-way - 4. Architectural engineering basic fees 5. Other architectural engineering fees 6. Project inspection fees Estimate 1,215,000.00 7. Land development 8. Relocation expenses 9. Relocation payments to individuals and businesses 10. Demolition and removal L11. Construction and project improvement Estimate 3,673,889.00 12. Equipment __ _ _- _ — - - 13. Miscellaneous 14. Total (Lines 1 through 13) 4,888,889.00 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 4,888,889.00 i 17. Less: Ineligible Exclusions — — i 18. Add: Contingencies1 19. - - -- -- - Total Project Amt. (Excluding Rehabilitation Grants) - - -- - i 4,888,889.00 1 20. Federal Share requested of Line 19 4,400,000.00 1(211 Add Rehabilitation Grants Requested (100 percent) 22. 1.[23. Total Federal grant requested (Lines 20 & 21) 4,400,000.00 Grantee share 488,889.00 u 24 Other shares 25. Total project (Lines 22, 23, & 24) $ $ $4,888,889.00 FAA Farm 5100.100 (9-03) SUPERSEDES FAA FORM -5100-100 (6-73) Page 4 INSTRUCTIONS PART III SECTION A. GENERAL 1 Show the Federal Domestic Assistance Catalog Number from which the assistance is requested. When more than ione;program;,oriCatalo4,Numberis,involved`andi.th'eiamount canx- notbe':distributed;to,4he;Federal';grantiprogram. or catalog; number'on,an overall percentage basis prepare a,separate_` .setYof Pari 111'foiris;fot eacli program or.Cafalog Number.`: However, show the total amounts for all programs in Section B of the basic application form. 2. Show the functional or other categorical breakouts, if required by the Federal grantor agency Prepare a separate set of Part Ill forms for each category. SECTION -B. CALCULATION OF FEDERAL GRANT When applying for a new grant, use the Total Amount Column only. When requesting revisions of previously awarded amounts, use all columns. Line 1 - Enter amounts needed for administration expenses including such items as travel, legal fees, rental of vehicles and any other expense items expected to be incurred to administer the grant. Include the amount of interest expense when authorized by program legislation and also show this amount under Section E Remarks. Line 2 - Enter amounts pertaining to the work of locating and designing, making surveys and maps, sinking test holes, and all other work required prior to actual construction. Line 3 - Enter amounts directly associated with the acquisition of land, existing structures, and related right-of- way. Line 4 - Enter basic fees for architectural engineering services. Line 5 - Enter amounts for other architectural engineering services, such as surveys, tests, and borings. Line 6 - Enter fees for inspection and audit of construction and related programs. Line 7 - Enter amounts associated with the development of land where the primary purpose of the grant is land improvement. Site work normally associated with major construction should be excluded from this category and shown on line 11 Line 8 - Enter the dollar amounts needed to provide relocation advisory assistance, and the net amounts for replacement (last resort) housing. Do not include relocation administration expenses on this Line; include them on Line 1. Line 9 - Enter the estimated amount of relocation payments to be made to displaced persons, business concerns, and non-profit organizations for moving expenses and replacement housing. Line 10 - Enter the gross salaries and wages of employees of the grantee who will be directly engaged in performing demolition or removal of structures from developed land. This line should show also the cost of demolition or removal of improvements on developed land under a third party contract. Reduce the costs on this line by the amount of expected proceeds from the sale of salvage, if so instructed by the Federal grantor agency. Otherwise, show the proceeds on Line 15. Line 11 - Enter amounts for the actual construction of, addition to, or restoration of a facility Also, include in this category the amounts of project improvements such as sewers, streets, landscaping, and lighting. Line 12 - Enter amounts for equipment both fixed and movable exclusive of equipment used in construction. For example, include amounts for permanently attached lab- oratory tables, built-in audio visual systems, movable desks, chairs, and laboratory equipment. Line 13 - Enter amounts for items not specifically mentioned above. Line 14 - Enter the sum of Lines 1-13. Line 15 - Enter the estimated amount of program income that will be earned during the grant period and applied to the program. Line 16 - Enter the difference between the amount on Line 14 and the estimated income shown on Line 15. Line 17 - Enter the amounts for those items which are a part of the project but not subject to Federal participation (See Section C, Line 26g, Column (1)) Line 18 - Enter the estimated amount for contingencies. Compute this amount as follows. Subtract from the net project amount shown on Line 16 the ineligible project exclusions shown on Line 17 and the amount which is excluded from the contingency provisions shown in Section C, Line 26g, Column (2). Multiply the computed amount by the percentage factor allowed by the grantor agency in accordance with the Federal program guidance. For those grants which provide for a fixed dollar allowance in lieu of a percentage allowance, enter the dollar amount of this allowance. Line 19 - Show the total amount of Lines 16, 17, and 18. (This is the amount to which the matching share ratio pre- scribed in program legislation is applied.) Line 20 - Show the amount of Federal funds requested exclusive of funds for rehabilitation purposes. Line 21 - Enter the estimated amounts needed for rehabilitation expense if rehabilitation grants'to individuals are made for which grantees are reimbursed 100 percent by the Federal grantor agency in accordance with program legislation. If the grantee shares in part of this expense, show the total amount on Line 13 instead of on Line 21 and explain in Section E. Line 22 - Show the total amount of the Federal grant re- quested. Line 23 - Show the amount from Section D, Line 27h. Line 24 - Show the amount from Section D, Line 28c. Line 25 - Self-explanatory. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0569 SECTION C - EXCLUSIONS 26. Classification Ineligible for Participation (1) _ i Excluded from Contingency Provision '' (2) a. $ 1$ _ - __ -- -- I d. l I It 4 gig., Totals .,$ IS SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE -- --- _ 27. Grantee Share -_ _ $ i a. Securities ' 'i I. b. Mortgages c. Appropriations B A licant ---- - 488,889.00 d. Bonds - le. Tax Levies . Non Cash = , g. Other (Explain) L 1. Total Total - Grantee Share p, 488,889.00 28. Other Shares ----- __ ._ a. State q .. T b. Other i, c. Total Other Shares � 29. TOTAL 1$ 488,889.00 SECTION E - REMARKS PART IV - PROGRAM NARRATIVE (ArracH— SEE INSTRUCTIONS) FAA Forth 5100=100"(9-03) SUPERSEDES FAA FORM -5100-100 (6-73) PAGE 5 - INSTRUCTIONS PART III SECTION C. EXCLUSIONS Line 26 a -g - Identify and list those costs in Column (1) which are part of the project cost but are not subject to Federal participation because of program legislation or Federal grantor agency instructions. The total amount on Line g should agree with the amount shown on Line 17 of Section B. Show in Column (2) those project costs that are subject to Federal participation but are not eligible for inclusion in the amount used to compute contingency amounts as provided in the Federal grantor agency instructions. SECTION D. PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE Line 27 a -g - Show the source of the grantee's share. If cash is not immediately available, specify the actions completed to date and those actions remaining to make cash available under Section E Remarks. Indicate also the period of time that will be required after execution of the grant agreement to obtain the funds. If there is a noncash contribution, explain what this contribution will consist of. Line 27h - Show the total of Lines 27 a -g. This amount must equal the amount shown in Section B, Line 23. Line 28a - Show the amount that will be contributed by a State or state agency, only if the applicant is not a State or state agency. If there is a noncash contribution, explain what the contribution will consist of under Section E Re -marks. Line 28b - Show the amount that will be contributed from other sources. If there is a noncash contribution, explain what the contribution will consist of under Section E Re- marks. Line 28c - Show the total of Lines 28a and 28b. This amount must be the same as the amount shown in Section B, Line 24. Line 29 - Enter the totals of Line 27h and 28c. SECTION E. OTHER REMARKS Make any remarks pertinent to the project and provide any other information required by these instructions or the grantor agency. Attach additional sheets, if necessary. PART IV PROGRAM NARRATIVE (Suggested Format) DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO.2120-0569 PROJECT: YKM 3-5-0089-37-2013 Rehabilitate Alpha Taxiway, Phase 3 (Construction) AIRPORT: Yakima Air Terminal 1. Objective: The primary runway, RW 9/27, is supported by TWA, TW Conn. Al -A5, and portions of TWB and C for all Part 139 operations. Rehabilitation of TWA, TW Conn. A1 -A5, and portions of TWB and TW C will ensure the TWs continued use and safety for operations. The project will also widen TWA and connectors to meet standards. (64 -ft wide taxiway width, 20 -ft wide shoulders, and TDG 5 fillets). Both the TW medium intensity lights and signs will be constructed to meet standards. This grant is part of a multi -phased grant to including the items noted above from TWA STA 52+00 to STA 76 +04 and portions of TW B and C. These improvements are supported by the ongoing MPU/ALP scheduled to be complete in 2013, and by the PCI report dated 11 / 13 / 2012. 2. Benefits Anticipated: Rehabilitation of Alpha TW, Connectors Al -A5, portions of Bravo TW and Charlie TW, and Airfield Pavement between Alpha TW north and the non -movement line will ensure continued operations for taxiing aircraft. The improvements will I, enhance operational safety and extend the useful life while complying with FAA standards. I, 3. Approach: (See approved Scope of Work in final Application) Rehabilitate Alpha TW, Connectors Al -A5, portions of Bravo TW and Charlie TW, and Airfield Pavement between Alpha TW north and the non -movement line detailed in the bid documents produced under AIP 3-53-0089-33 and AIP 36 from TW A STA 52+00 to STA 76+04 4. Geographic Location: Yakima Air Terminal, Yakima, Washington • 5. If Applicable, Provide Additional Information: This grant is subsequent to two previous grants (AIP 33 and AIP 36): AIP 3-53-0089-33 Phase 1 (Design) AIP 3-53-0089-36 Phase 2 (Design and Construction) Rehabilitate TWA from 0+00 to 52+00, including TW connectors Al -A5, portions of TW B and C, airfield pavement, MITL, Signs, and new / enhanced markings. 6: Sponsor's Representative: (incl. address & tel. no.) Tony 0' Rourke, City Manager City of Yakima I 129 North 2nd Street Yakima, WA 98901 (509) 575-6040 FAA Form 5100-100 (9-03) SUPERSEDES FAA FORM 5100-100 (6-73) PAGE 6 INSTRUCTIONS PART IV PROGRAM NARRATIVE Prepare the program narrative statement in accordance with the following instructions for all new grant programs. Requests for supplemental assistance should be responsive to Item 5b only. Requests for continuation or refunding or other changes of an approved project should be responsive to Item 5c only. 1. OBJECTIVES AND NEED FOR THIS ASSISTANCE. Pinpoint any relevant physical, economic, social, financial, institutional, or other problems requiring a solution. Demonstrate the need for assistance and state the principal and subordinate objectives of the project. Supporting documentation or other testimonies from concerned interests other than the applicant may be used. Any relevant data based on planning studies should be included or footnoted. 2. RESULTS OR BENEFITS EXPECTED. Identify results and benefits to be derived. For example, include a description of who will occupy the facility and show how the facility will be used. For land acquisition or development projects, explain how the project will benefit the public. 3. APPROACH a. Outline a plan of action pertaining to the scope and detail of how the proposed work will be accomplished for each grant program. Cite factors which might accelerate or decelerate the work, and your reason for taking this approach as opposed to others. Describe any unusual features of the project such as design or technological innovations, reductions in cost or time, or extraordinary social and community involvements. b. Provide each grant program monthly or quarterly quantitative projections of the accomplishments to be achieved, if possible. When accomplishments cannot be quantified, list the activities in chronological order to show the schedule of accomplishments and their target dates. c. Identify the kinds of data to be collected and maintained, and discuss the criteria to be used to evaluate the results and success of the project. Explain the methodology that will be used to determine if the needs identified and discussed are being met and if the results and benefits Identified in Item 2 are being achieved. d. List each organization, cooperator, consultant, or other key individuals who will work on the project along with a short description of the nature of their effort or contribution. 4. GEOGRAPHIC LOCATION. Give a precise location of the project and area to be served by the proposed project. Maps or other graphic aids may be attached. 5. IF APPLICABLE, PROVIDE THE FOLLOWING INFORMATION: a. Describe the relationship between this project and other work planned, anticipated, or underway under the Federal Assistance listed under Part II, Section A, Item 10. b. Explain the reason for all requests for supplemental assistance and justify the need for additional funding. c. Discuss accomplishments to date and list in chronological order a schedule of accomplishments, progress, or milestones anticipated with the new funding re -quest. If there have been significant changes in the project objectives, location, approach or time delays, explain and justify. For other requests for changes or amendments, explain the reason for the change(s). If the scope or objectives have changed or an extension of time is necessary, explain the circumstances and justify. If the total budget has been exceeded or if individual budget items have changed more than the prescribed limits contained in Attachment K, Office of Management and Budget Circular No. A-102, explain and justify the change and its effect on the project. CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: _ UPDATED: WORK ITEM: Rehabilitate Alpha Taxiway and Connectors Al -A5, portion of Bravo Taxiway, portion of Charlie Taxiway, pavement areas between Alpha Taxiway Shoulder and Non -movement Line, and install new / enhanced Markings to meet standards and Part 139 certification requirements. Overall Development Objective: Widen existing Alpha Taxiway and taxiway connectors Al — A5 (64 -feet), portions of Bravo Taxiway, and a portion of Charlie Taxiway, to modified TDG 5 standards including improved 10 -foot wide paved shoulders, new 10 - foot wide gravel shoulders and new TDG 5 fillets. Rehabilitate airfield pavement north of Alpha Taxiway to the non -movement boundary line. Replace the existing Alpha Taxiway MITL system (east and west circuits) with LED MITL including new conduits, conductors, transformers and main regulator. Replace existing Type 1 signs with new Type 3 signs. Install new / enhanced markings to meet standards and Part 139 certification requirements. JUSTIFICATION: Pavement rehabilitation of Alpha Taxiway and connectors Al -A5 is necessary to meet facility needs and ensure taxiing availability from the airport's primary runway to connecting taxiways and ramps. During design it was discovered the taxiway width does not meet Taxiway Design Group 5 (TDG) standards based on the approved design aircraft outlined in AC 150/5300-13A. This project will widen the taxiway and connectors Al -A4 to meet modified TDG 5 standards and increase the fillet radius to meet TDG 5 standards. Taxiway connector A5 will be widened to meet TDG 5 standards. The most recent pavement rehabilitation project for Alpha Taxiway, according to the Master Plan Update, was in 1988. A PCI analysis was prepared in 2012 and indicates the pavement condition is between 78 to 48. A small portion of pavement at the intersection of Alpha Taxiway and Runway 4/22 is listed as having a PCI of 26. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Alpha Taxiway and its connectors is a priority for the Yakima Air Terminal and is included in the Master Plan Update. The most recent pavement rehabilitation project for Bravo Taxiway in these areas, according to the Master Plan Update, was in 1988 and 1985, and at this time the wearing course was removed and replaced with new asphalt concrete pavement. A PCI analysis was prepared in 2012 and indicates the pavement condition is between 62 to 47. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Bravo Taxiway is a priority for the Yakima Airport. This work will be a separate work phase. The most recent pavement rehabilitation project for this portion of Charlie Taxiway, according to the Master Plan Update, was in 1988, and at this time the wearing course was removed and replaced with new asphalt concrete pavement. A PCI analysis was prepared in 2012 and indicates the pavement condition is 27. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Charlie Taxiway is a priority for the Yakima Airport This work will be a separate work phase. Major pavement rehabilitation last occurred between 1984 to 1988 on the isolated sections of pavement between the shoulder edge of Alpha Taxiway and the non -movement line, with the most recent rehabilitation project including the pavement area adjacent to the terminal apron ramp. A PCI analysis was prepared in 2012 and indicates the pavement condition varies between 25 to 79 with the majority PCIs being between 58 to 50. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of the existing asphalt pavement is needed for continued operations. This work will be a separate work phase. The project will also replace the existing lighting system to include new LED MITL lights, conduits, and conductors for both the East and West Alpha Taxiway electrical circuits, and will replace the existing regulator in the power vault currently serving the East and West electrical circuits. The current functioning lights, conduit and regulator were originally installed post WWII and include appurtenances that have far outlived their useful life. In recent field investigation, it was discovered the rubber jacketing of the existing wire has fused itself to the inside of the conduit making the system un -maintainable. The original wire used was common practice in the 1950's - 60's. Due to the amount of deterioration discovered and the fact this system is integral for the airport's commercial aircraft use, replacement of the electrical system is a priority work item which must be completed before the above mentioned asphalt paving work items. Replacement of the existing signage will also be incorporated in this project. An existing approved modification to design standards currently covers the existing signage at the airport for increased elevation due to the accumulation of snow seen in the Yakima Valley. A Part 139 certification inspection comment has been provided to the airport requiring them to either lower the signs or replace them with Type 3 signs. Under this grant, the Type 1 signs will be replaced with Type 3 signs to acknowledge the inspection comment. The work items described above make up the Overall Development Objective. Subsequent work phases have been delineated with the following separate CIP Data Sheets. It is anticipated the work described above will be completed over several grants. This Overall Development Objective is bein • provide • h AIP 3_and was duplicated in AIP 36. SPONSOR SIGNATURE: -COST ESTIMATE: $ 4;888,889 Item (Excavation, Paving, etc.) ADMINISTRATION: ENGINEERING: INSPECTION: ADO USE: PREAPP NO: $ 1 CONSTRUCTION $ 3,673,889 ' 4 $ $ !2 $ 5 $ $ -1;215;000 j 3 $ TOTAL $ 4;888,889 GRANT NPIAS NO: CODE: WORK FAA CODE: PRIOR: FED $ CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: UPDATED: WORK ITEM: Rehabilitate Alpha Taxiway and Connectors Al -A5 — Phase 3 Construction Widen existing Alpha Taxiway and taxiway connectors Al — A4 to modified TDG 5 standards including approximately 7,604 linear feet of 64 -feet wide full strength pavement, improved 10 -foot wide paved shoulders, new 10 -foot wide gravel shoulders and new TDG 5 fillets. The project will also widen Alpha Taxiway connector A5 to meet TDG 5 standards. Replace the existing MITL system with LED MITL including new conduits, conductors, transformers and main regulator. Replace existing Type 1 signs with new Type 3 signs. Install new / enhanced markings to meet standards and Part 139 certification requirements. JUSTIFICATION: Pavement rehabilitation of Alpha Taxiway and connectors Al -A5 is necessary to meet facility needs and ensure taxiing availability from the airport's primary runway to connecting taxiways and ramps. During design it was discovered the taxiway width does not meet Taxiway Design Group 5 (TDG) standards based on the approved design aircraft outlined in AC 150/5300-13A. This project will widen the taxiway and connectors Al -A5 to meet modified TDG 5 standards, widen connector A5 to meet TDG 5 standards, and increase the fillet radius to meet TDG 5 standards. The most recent pavement rehabilitation project for Alpha Taxiway, according to the Master Plan Update, was in 1988. A PCI analysis was prepared in 2012 and indicates the pavement condition is between 78 to 48. A small portion of pavement at the intersection of Alpha Taxiway and Runway 4/22 is listed as having a PCI of 26. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Alpha Taxiway and its connectors is a priority for the Yakima Air Terminal and is included in the Master Plan Update. The project will also replace the existing lighting system to include new LED MITL lights, conduits, and conductors for both the East and West Alpha Taxiway electrical circuits, and will replace the existing regulator in the power vault currently serving the East and West electrical circuits. The current functioning lights, conduit and regulator were originally installed post WWII and include appurtenances that have far outlived their useful life. In recent field investigation, it was discovered the rubber jacketing of the existing wire has fused itself to the inside of the conduit making the system un -maintainable. The original wire used was common practice in the 1950's - 60's. Due to the amount of deterioration discovered and the fact this system is integral for the airport's commercial aircraft use, replacement of the electrical system is a priority work item which must be completed before the above mentioned asphalt paving work item. Replacement of the existing airfield will also be incorporated in this project. An existing approved modification to design standards currently covers the existing signage at the airport for increased elevation due to the accumulation of snow seen in the Yakima Valley. A Part 139 certification inspection comment has been provided to the airport requiring them to either lower the signs or replace them with Type 3 signs. Under this grant, the Type 1 signs will be replaced with Type 3 signs to acknowledge the inspection comment. The work items des ibed above phase. Subsequen l • hases in asphalt pavement us i • by taxiin SPONSOR SIGNATURE: from stati ude reh aircra to 76+04 are the first construction of Bravo and Charlie taxiway's, and the airport's priority 1 areas. DATE: �( -(3 COST ESTIMATE: $ 3,895,889 -Item (Excavation, Paving, etc.) ADMINISTRATION ENGINEERING: INSPECTION 1 $ ---- - -_. _ .____CONSTRUCTION '!"$--2;795;889-' 4 `- -�- :, '$__�- - -_ $ 1,100,000.00 ;'3 , $ TOTAL $ 3,895,889 ADO USE: PREAPP GRANT NPIAS WORK FAA NO: NO: CODE: CODE: PRIOR: FED $ CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: UPDATED: WORK ITEM: Rehabilitate Bravo North and South Connections — Phase 3 Construction Widen existing Bravo Taxiway between Runway 9/27 and Alpha Taxiway and Bravo Taxiway north from Alpha Taxiway to the Terminal Apron Ramp to modified TDG 5 standards including 64 -feet wide full strength pavement, improved 10 -foot wide paved shoulders, new 10 -foot wide gravel shoulders and new TDG 3 fillets. Install enhanced markings. JUSTIFICATION: Pavement rehabilitation of Bravo Taxiway between Runway 9127 and Alpha Taxiway and north of Alpha Taxiway to the Terminal Apron Ramp is necessary to meet facility needs and ensure taxiing availability from the airport's primary runway to connecting taxiways and ramps. This portion of Bravo Taxiway is integral due to its alignment with the Terminal Apron, East Itinerant Ramp and Runway 9/27. This work is a subsequent phase of work to rehabilitation of Alpha Taxiway and connectors Al — A5. Further, during design it was discovered the taxiway width does not meet Taxiway Design Group 5 (TDG) standards based on the approved design aircraft outlined in AC 150/5300-13A. The most recent pavement rehabilitation project for Bravo Taxiway in these areas, according to the Master Plan Update, was in 1988 and 1985, and at this time the wearing course was removed and replaced with new asphalt concrete pavement. A PCI analysis was prepared in 2012 and indicates the pavement condition is between 62 to 47. Because of the asphalt age exceeding its life expecta y and the level of deterioration noted by the pavement condition index, rehabilitation of o Taxiway is a , ' . ity for the Yakima Airport to be completed with the preceding phas - .f rehabili = ing Alp axi Lend connectors Al — A5. SPONSOR SIGNATURE: COST ESTIMATE: ADMINISTRATION: ENGINEERING: INSPECTION: DATE (C :3 0 1 Item (Excavation, Paving, -etc.) $ 0- 1:- CONSTRUCTION $ 308,000:00- -4: -"$-- $ 2,.: __ $ 5: $ _$__ 40,000.00 , 3• $ TOTAL: $ 348,000.00 ADO USE: PREAPP GRANT NO: NO: - NPIAS WORK FAA CODE: CODE:_ PRIOR: _ FED $ CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: UPDATED: WORK ITEM: Rehabilitate Charlie South Connection — Phase 3 -Construction Rehabilitate existing Charlie Taxiway between Runway 9/27 and Alpha Taxiway to modified TDG 5 standards including 64 -feet wide full strength pavement, improved 10 -foot wide paved shoulders, new 10 -foot wide gravel shoulders and new TDG 5 fillets. Install enhanced markings. JUSTIFICATION: Pavement rehabilitation of Charlie Taxiway between Runway 9/27 and Alpha Taxiway is necessary to meet facility needs and ensure taxiing availability from the airport's primary runway to connecting Alpha Taxiway. This portion of Charlie Taxiway is used by aircraft staged on the south side of the airfield. Charlie Taxiway is the primary north and south route providing interconnectivity within the airfield. This work is a subsequent phase of work to rehabilitation of Alpha Taxiway and connectors Al — A5. The most recent pavement rehabilitation project for this portion of Charlie Taxiway, according to the Master Plan Update, was in 1988, and at this time the wearing course was removed and replaced with new asphalt concrete pavement. A PCI analysis was prepared in 2012 and indicates the pavement condition is 27. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of Charlie Taxiway is a priority for the Yakima Airport to be completed with the preceding phase of rehabilitatin - iwa- nd connectors Al — A5. SPONSOR SIGNATURE: DATE: COST ESTIMATE:$ 250, ADMINISTRATION: ENGINEERING: INSPECTION: Item (Excavation, Paving, $-___.. ___. __;_.1:__ -CONSTRUCTION ,$ 220,000.00. 4:;______,._$_ $ .2:: $ 5z, $ - . $ 30,000.00'1 -3: $ ' TOTAL. $ 250,000.00 ADO USE: PREAPP GRANT NPIAS WORK FAA NO: NO: CODE:.... CODE: PRIOR: FED $ CIP/PREAPPLICATION DATA SHEET AIRPORT: , Yakima: Air Terminal LOCAL PRIORITY: _ _ UPDATED: WORK ITEM: Rehabilitate Alpha Taxiway Edge to North Non -movement Marking Rehabilitate existing pavement areas by removing 2" of existing asphalt and replacing with 2" of new P-401 pavement indicated in the sketch. Improvements consist of pavement area between the north Alpha Taxiway shoulder edge to the non -movement line. Install markings. JUSTIFICATION: Pavement rehabilitation is necessary to continue operations from Runway 9/27 through the supporting taxiway network, to the adjacent ramp areas. The work area described above does not fall within the confines of a taxiway but is vital to ensure aircraft operations. The identified pavement is within the Airport's priority 1 area. This work is a subsequent phase of work to rehabilitation of Alpha Taxiway and connectors Al — A5. Major pavement rehabilitation last occurred between 1984 to 1988, with the most recent rehabilitation project including rehabilitation of the pavement area adjacent to the Terminal Apron Ramp. A PCI analysis was prepared in 2012 and indicates the pavement condition varies from 25 to 79 with the majority PCI being from 58 to 50. Because of the asphalt age exceeding its life expectancy and the level of deterioration noted by the pavement condition index, rehabilitation of the existing asphalt pavement is needed for continued operations. This work is intended to be complet ith the preceding phase of rehabilitating Alpha Taxiway and connectors 1 — A5. SPONSOR SIGNATURE: DATE:9," C., 3_ -COST ESTIMATE: $ 395,000.0 1tein (Excavation, Paving, etc.) ADMINISTRATION: }: ENGINEERING: INSPECTION: $_ __ ADO 1. CONSTRUCTION , $ 350,000.00. 41 $ $ --45,000.00.] 3. $ -TOTAL: 95,000:00- $ _ 395,000:00- ADO USE: PREAPP GRANT NPIAS WORK FAA NO: NO: _____ CODE: CODE:. PRIOR:. FED $ Airport/Sponsor: AIP #: TITLE VI_PRE-AWARD_SPONSOR CHECKLIST Yakima Air Terminal / City of Yakima 3-53-0089-37 Project Description(s): 3-53-0089-37 Rehab TW A, Ph3 (Const); Includes TW A STA 52+00 to 76+04, Partial TW B and C, and airfield pavement to the non -movement line. Including installation of signs, MITL, and new / enhanced pavement markings between TW A STA 52+00 to STA 76+04. 1) Please describe any of the following IF they apply to your project: Title VI issues raised at public hearing(s) and the conclusions made; EIS data concerning the race, color, or national origin of the affected community; steps taken or proposed to guard against unnecessary impact on persons on the basis of race, color or national origin. X None 2) Please list any airport related Title VI lawsuits or complaints filed in the preceding year against the sponsor. Include a summary of the findings. X None (If "None", continue with questions 3 and 4). 3) Please list any current applications for federal funding (other than FAA) of airport related projects which exceed the amount for this grant. X None 4) Please list any airport related Title VI compliance review(s) received by the sponsor in the preceding two years. Include who conducted the review and any findings of noncompliance. X None Review completed and approved - Date: To be completed by the Civil Rights Staff Signature This checklist is only required for projects that involve one of the following: Environmental Assessment or Impact Statement (EIS), airport or runway relocation; major runway extension; relocation of any structure of person, or impact to access or preservation of any burial ceremonial or other sacred or historical structures or lands of any indigenous or ethnic population. Return to: FAA, Civil Rights, Northwest Mountain Region; 1601 Lind Ave. SW; Renton, WA 98057-3356. FAX: (425) 1227-1009 Phone (425) 227-2009 STANDARD DO_T__T_ITLE. VI ASSURANCES Yakima Air Terminal (hereinafter referred to as the Sponsor) hereby agrees that as a condition to receiving Federal financial assistance from the Department of Transportation (DOT), it will comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.) and all requirements imposed by 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation -- Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the "Regulations") to the end that no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement. Without limiting the above general assurance, the Sponsor agrees concerning this grant that: 1. Each "program" and "facility" (as defined in Section 21.23(a) and 21.23(b)) will be conducted or operated in compliance with all requirements of the Regulations. 2. It will insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 3. Where Federal financial assistance is received to construct a facility, or part of a facility, the assurance shall extend to the entire facility and facilities operated in connection therewith. 4. Where Federal financial assistance is in the form or for the acquisition of real property or an interest in real property, the assurance shall extend to rights to space on, over, or under such property. 5. It will include the appropriate clauses set forth in Attachment 2 of this assurance, as a covenant running with the land, in any future deeds, leases, permits, licenses, and similar agreements entered into by the Sponsor with other parties: (a) for the subsequent transfer of real property acquired or improved with Federal financial assistance under this project; and (b) for the construction or use of or access to space on, over, or under real property acquired or improved with Federal financial assistance under this Project. 6. This assurance obligates the Sponsor for the period during which Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the Sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the Sponsor retains ownership or possession of the property. 7. It will provide for such methods of administration for the program as are found by the Secretary of transportation of the official to whom he delegates specific authority to give reasonable guarantees that it, other sponsors, subgrantees, contractors, subcontractors, transferees, successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the act, the Regulations, and this assurance. Page 1 of 2 STANDARDDOT TITLE VI ASSURANCES (Continued) 8. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the Act, the Regulations, and this assurance. THIS ASSURANCE is given in consideration of and for the purpose of obtaining Federal financial assistance for this Project and is binding on its contractors, the Sponsor, subcontractors, transferees, successors in interest and other participants in the Project. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Sponsor. DATED Cit of Yakima (Sponsor) ( gnature of tfiorized Official) Page 2 of 2 FAA Airports Grant Assurances Airport Sponsors A. General. 1. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants for airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term "public agency sponsor" means a public agency with control of a public -use airport; the term "private sponsor" means a private owner of a public -use airport; and the term "sponsor" includes both public agency sponsors and private sponsors. 3. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become part of this grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of this grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of the terms, conditions, and assurances with respect to real property acquired with federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances. 2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of acceptance of Federal aid for the project. Airport Sponsor Assurances (4/2012) ARP Page 1 of 17 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 30, 32, 33, and 34 in section C apply to planning projects. The terms, conditions, and assurances of this grant agreement shall remain in full force and effect during the life of the project. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1: General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation a. Title 49, U.S.C., subtitle VII, as amended. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seq.' c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act — 5 U.S.C. 1501, et seq.2 e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, et seq. f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f).' g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469c.' h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et seq. i. Clean Air Act, P.L. 90-148, as amended. j. Coastal Zone Management Act, P.L. 93-205, as amended. k. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.' 1. Title 49, U.S.C., Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of 1973 - 29 U.S.C. 794. n. Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d through d-4. o. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et seq. p. American Indian Religious Freedom Act, P.L. 95-341, as amended. q. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et seq.' r. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373.1 s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq.1 t. Copeland Anti kickback Act - 18 U.S.C. 874.1 u. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq.' v. Wild and Scenic Rivers Act, P.L. 90-542, as amended. w. Single Audit Act of 1984 - 31 U.S.C. 7501, et seq.2 x. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Executive Orders Airport Sponsor Assurances (4/2012) ARP Page 2 of 17 Executive Order 11246 - Equal Employment Opportunity' Executive Order 11990 - Protection of Wetlands Executive Order 11998 — Flood Plain Management Executive Order 12372 - Intergovernmental Review of Federal Programs Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Construction' Executive Order 12898 - Environmental Justice Federal Regulations a. 14 CFR Part 13 - Investigative and Enforcement Procedures. b. 14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. c. 14 CFR Part 150 - Airport noise compatibility planning. d. 29 CFR Part 1 - Procedures for predetermination of wage rates.' e. 29 CFR Part 3 - Contractors and subcontractors on public building or public work financed in whole or part by loans or grants from the United States.' f : 29 CFR Part 5 - Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non -construction contracts subject to the Contract Work Hours and Safety Standards Act).' g. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements).' h. 49 CFR Part 18 - Uniform administrative requirements for grants and cooperative agreements to state and local governments.3 i. 49 CFR Part 20 - New restrictions on lobbying. j. 49 CFR Part 21 - Nondiscrimination in federally -assisted programs of the Department of Transportation - effectuation of Title VI of the Civil Rights Act of 1964. k. 49 CFR Part 23 - Participation by Disadvantage Business Enterprise in Airport Concessions. 1. 49 CFR Part 24 - Uniform relocation assistance and real property acquisition for Federal and federally assisted programs.' m. 49 CFR Part 26 — Participation By Disadvantaged Business Enterprises in Department of Transportation Programs. n. 49 CFR Part 27 - Nondiscrimination on the basis of handicap in programs and activities receiving or benefiting from Federal financial assistance.' o. 49 CFR Part 29 — Government wide debarment and suspension (nonprocurement) and government wide requirements for drug-free workplace (grants). p. 49 CFR Part 30 - Denial of public works contracts to suppliers of goods and services of countries that deny procurement market access to U.S. contractors. Airport Sponsor Assurances (4/2012) ARP Page 3 of 17 q. 49 CFR Part 41 - Seismic safety of Federal and federally assisted or regulated new building construction.' Office of Management and Budget Circulars a. A-87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments. b. A-133 - Audits of States, Local Governments, and Non -Profit Organizations I These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 18 and OMB Circular A-87 contain requirements for State and Local Governments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this grant agreement. 2. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to apply for this grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for this grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with this application; and to provide such additional information as may be required. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under this grant agreement which it will own or control. 4. Good Title. a. It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. Airport Sponsor Assurances (4/2012) ARP Page 4 of 17 b. For noise compatibility program projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal funds will be expended or will give assurance to the Secretary that good title will be obtained. 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in this grant agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. It will not sell, lease, encumber, or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in this grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States Code, to assume the obligations of this grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement. c. For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to the same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility program project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial non-compliance with the terms of the agreement. d. For noise compatibility program projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial non-compliance with the terms of the agreement. e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public - use airport in accordance with these assurances for the duration of these assurances. f. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure Airport Sponsor Assurances (4/2012) ARP Page 5 of 17 g. that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in this grant agreement and shall insure that such arrangement also requires compliance therewith. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for residential use, to taxi an aircraft between that property and any location on airport. Sponsors of general aviation airports entering into any arrangement that results in permission for the owner of residential real property adjacent to or near the airport must comply with the requirements of Sec. 136 of Public Law 112-95 and the sponsor assurances. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 8.. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. 9. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, Airport Sponsor Assurances (4/2012) ARP Page 6 of 17 it assures or certifies that it has implemented an effective airport pavement maintenance -management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. 12. Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this grant, the total cost of the project in connection with which this grant is given or used, and the amount or nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to this grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which this grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six (6) months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under this grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis -Bacon Act, as amended (40 U.S.C. 276a -276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 15. Veteran's Preference. It shall include in all contracts for work on any project funded under this grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Vietnam Airport Sponsor Assurances (4/2012) ARP Page 7 of 17 era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval of the Secretary, shall be incorporated into this grant agreement. Any modification to the approved plans, specifications, and schedules shall also be subject to approval of the Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project application or with the modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. f. It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of Airport Sponsor Assurances (4/2012) - —ARP - Page 8 of 17 this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19. Operation and Maintenance. a. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non -aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for- t) Operating the airport's aeronautical facilities whenever required; 2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and 3) Promptly notifying airmen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow, flood or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. b. It will suitably operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21. Compatible Land Use. It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause or permit any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. Airport Sponsor Assurances (4/2012)— - ' ` " - ARP -- — --- --' "- -Page 9 of -17 22. Economic Nondiscrimination. a. It will make the airport available as an airport for public use on reasonable terms and without unjust discrimination to all types, kinds and classes of aeronautical activities, including commercial aeronautical activities offering services to the public at the airport. b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to - 1) furnish said services on a reasonable, and not unjustly discriminatory, basis to all users thereof, and 2) charge reasonable, and not unjustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. Each fixed -based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e. Each air carrier using such airport (whether as a tenant, non tenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and utilize similar facilities, subject to reasonable classifications such as tenants or non tenants and signatory carriers and non signatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classification or status. f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees [including, but not limited to maintenance, repair, and fueling] that it may choose to perform. g. In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. Airport Sponsor Assurances (4/2012) ARP Page 10 of 17 h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. i. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any person providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of the services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services, and b. If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -based operator and such airport. It further agrees that it will not, either directly or indirectly, grant or permit any person, firm, or corporation, the exclusive right at the airport to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self-sustaining as possible under the circumstances existing at the particular airport, taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development, airport planning or noise compatibility project for which a grant is made under Title 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. 25. Airport Revenues. a. All revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner or operator of the Airport Sponsor Assurances (4/2012) ARP Page 11 of 17 airport and which are directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. The following exceptions apply to this paragraph: 1) If covenants or assurances in debt obligations issued before September 3, 1982, by the owner or operator of the airport, or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other facilities, then this limitation on the use of all revenues generated by the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply. 2) If the Secretary approves the sale of a privately owned airport to a public sponsor and provides funding for any portion of the public sponsor's acquisition of land, this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20 -year period) of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3) Certain revenue derived from or generated by mineral extraction, production, lease, or other means at a general aviation airport (as defined at Section 47102 of title 49 United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec. 813 of Public Law 112-95. b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit will review, and the resulting audit report will provide an opinion concerning, the use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. c. Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Section 47107 of Title 49, United States Code. 26. Reports and Inspections. It will: a. submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports Airport Sponsor Assurances (4/2012) ARP Page 12 of 17 available to the public; make available to the public at reasonable times and places a report of the airport budget in a format prescribed by the Secretary; b. for airport development projects, make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; c. for noise compatibility program projects, make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of this grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; and d. in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: 1) all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2) all services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property. 27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that — a. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather -reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such Airport Sponsor Assurances (4/2012) ARP Page 13 of 17 purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at all times an airport layout plan of the airport showing (1) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; (2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon; and (4) all proposed and existing access points used to taxi aircraft across the airport's property boundary. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. b. If a change or alteration in the airport or the facilities is made which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the airport and which is not in conformity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested, by the Secretary (1) eliminate such adverse effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in thc airport or its facilities except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary's design standards beyond the control of the airport sponsor. 30. Civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits, or Airport Sponsor Assurances (4/2012) ARP Page 14 of 17 (b) the period during which the sponsor retains ownership or possession of the property. 31. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes, including land serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States' share of acquisition of such land will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2) transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order, (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes, the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. b. For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair market value of the land. That portion of the proceeds of such disposition which is proportionate to the United States' share of the cost of acquisition of such land will, (1) upon application to the Secretary, be reinvested or transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) the revenue Airport Sponsor Assurances (4/2012) ARP Page 15 of 17 from interim uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. d. Disposition of such land under (a) (b) or (c) will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 32. Engineering and Design Services. It will award each contract, or sub -contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping or related services with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under Title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent qualifications -based requirement prescribed for or by the sponsor of the airport. 33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. 34. Policies, Standards, and Specifications. It will carry out the project in accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed in the Current FAA Advisory Circulars for AIP projects, dated _ _ _ __ 4/16/2013_ _ .,(the latest approved version as of this grant offer) and included in this grant, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. 35. Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property, to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse property owners for necessary expenses as specified in Subpart B. (2) It will provide a relocation assistance program offering the services described in Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. (3) It will make available within a reasonable period of time prior to displacement, comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36. Access By Intercity Buses. The airport owner or operator will permit, to the maximum extent practicable, intercity buses or other modes of transportation to Airport Sponsor Assurances (4/2012) ARP Page 16 of 17 have access to the airport; however, it has no obligation to fund special facilities for intercity buses or for other modes of transportation. 37. Disadvantaged Business Enterprises. The recipient shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any 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 non discrimination in the award and administration of DOT -assisted contracts. The recipient's DBE program, as required by 49 CFR Part 26, and as approved by 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). 38. Hangar Construction. If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for the aircraft at the aircraft owner's expense, the airport owner or operator will grant to the aircraft owner for the hangar a long term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose. 39. Competitive Access. a. If the airport owner or operator of a medium or large hub airport (as defined in section 47102 of title 49, U.S.C.) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that - 1) Describes the requests; 2) Provides an explanation as to why the requests could not be accommodated; and 3) Provides a time frame within which, if any, the airport will be able to accommodate the requests. b. Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. Airport Sponsor Assurances (4/2012) ARP Page 17 of 17 CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACHMENT 1 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: 1. Compliance with Regulations. The contractor shall 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, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. the contractor shall not participate either directly of 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. Solicitations for Subcontracts, Including Procurements 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 procurements of materials or lease of equipment, each potential subcontractor or supplier shall 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 shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall 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 contract is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall 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 shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: 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 shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall 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 interest of the United States. CLAUSES FOR DEEDS._ LICENSES, LEASES. PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the Sponsor pursuant to the provisions of Assurances 5(a) and 5(b). 1. The (grantee, licensee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a DOT program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. 2. The (grantee, licensee, lessee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that: (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, permittee, etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. REQUIRED STATEMENTS AIRPORT IMPROVEMENT PROGRAM PROJECTS AIRPORT: Yakima Air Terminal LOCATION. 2406 West Washington Avenue, Suite B Yakima;:•Washington 98903 AIP PROJECT NO.: 3-53-0089-37 STATEMENTS APPLICABLE TO THIS PROJECT ._ X a. INTEREST_OF_NEIGHBORING COMMUNITIES: In formulating this project, consideration has been given to -the interest of communities that are near (Exact name of airport)Yakima Air Terminal. X b. THE DEVELOPMENT PROPOSED IN THIS PROJECT will not require the use of publicly owned land from a public -park; recreation area, wildlife and fowl refuge, or a historical site under Federal, State, or Local jurisdiction. X c. FBO_CO.ORDINATION. The airport development proposed in this project has been coordinated with the Fixed Base Operator(s)) utilizing (Exact name of airport) Yakima Air Terminal, and they have been informed regarding the scope and nature of this project. X d. THE PROPOSED_PROJECT IS CONSISTENT_with existing approved plans for the area surrounding the The above statements have been duly considered and are applicable to this project (Provide comment for any statement not checked) BY: Tony O'Rourke DATE: TITLE: City Manager SPONSORING AGENCY:._City_of_Yakima NOTE: Where opposition is stated to an airport development project, whether expres*ly or by proposed revision, the following specific information concerning the opposition to the project must be furnished. a. Identification of the Federal, state, or local governmental agency, or the person or persons opposing the project; b., The nature and basis of opposition; c. Sponsor's plan to accommodate or otherwise satisfy the opposition; Whether an opportunity for a hearing was afforded, and if a hearing was held, an analysis of the facts developed at the hearing as they relate to the social, economic, and environmental aspects of the proposed project and its consistency with the goals and objectives of such urban planning as has been carried out by the community e. If the opponents proposed any alternatives, what these alternatives were and the reason for nonacceptance; f. Sponsor's plans, if any, to minimize any adverse effects of the project; g. Benefits to be gained by the proposed development; and h. Any other pertinent information which would be of assistance in determining whether to proceed with the project. CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL "Disclosure of Lobby Activities", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipents shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered int • ubmission of this certification is a prerequisite for making or entering into this tra saction i ► •ose• sy -ction 1352, title 31, U.S. Code. Any person who fails to file the required c- ification s all b- su t to a civil penalty of not less than $10,000 and not more than $100,00►. 'or each su Signed s uthorized Representative Title City_Manager^... _ �___ Date Certified current 5/17/07 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION PROJECT PLANS AND SPECIFICATIONS City of Yakima (Sponsor) 3-53-0089-37 Rehab 1W A A1 -A5, partial B and partial Description) Yakima Air Terminal 3-53-0089-37 (Airport) (Project Number) (Station 52+00 to 76+04), Phase 3 -Construction, including taxiway connectors C, Medium Intensity Taxiway Lights (MITLs), signs and markings (Work Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One—General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set forth in the advisory circulars, or State standard, is necessary other than those previously approved by the FAA. 2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least two manufacturers can meet the specification. 3. The development included (to be included) in the plans is depicted on the airport layout plan approved by the FAA. 4. Development that is ineligible for AIP funding has been (will be) omitted from the plans and specifications. 5. The process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 are (will be) included in the project specifications. 6. If a value engineering clause is incorporated into the contract, concurrence was (will be) obtained from the FAA. 7. The plans and specifications incorporate (will incorporate) applicable requirements and recommendations set forth in the Federally approved environmental finding. Yes No N/A Q. Page 1 of 2 8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 150/5370-2 have been (will be) discussed with the FAA as well as incorporated into the specifications, and a safety/phasing plan has FAA's concurrence, if required. 9. The project was (will be) physically completed without Federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design. Yes No N/A ❑, I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of Yak (Name Spon or) Tony O'Rourke Designated Official Representative) (Typed Name of Sponsor's Designated Official Representative) City Manager (Typed Title of Spoes n�tgd OfficialRepresentative) ti (Date) Page 2 of 2 Certified Current 5/17/07 City of Yakima (Sponsor) 3-53-0089-37 Rehab TW A A1 -A5, partial B and partial Description) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION SELECTION OF CONSULTANTS Yakima Air Terminal 3-53-0089-37 (Airport) (Project Number) (Station 52+00 to 76+04), Phase 3 -Construction, including taxiway connectors C, Medium Intensity Taxiway Lights (MITLs), signs and markings (Work Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General standards for selection of consultant services within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. Sponsors may use other qualifications -based procedures provided they are equivalent to specific standards in 49 CFR 18 and FAA Advisory Circular 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standard. 1. Solicitations were (will be) made to ensure fair and open competition from a wide area of interest. 2. Consultants were (will be) selected using competitive procedures based on qualifications, experience, and disadvantaged enterprise requirements with the fees determined through negotiations. 3. A record of negotiations has been (will be) prepared reflecting considerations involved in the establishment of fees, which are not significantly above the sponsor's independent cost estimate. 4. If engineering or other services are to be performed by sponsor force account personnel, prior approval was (will be) obtained from the FAA. 5. The consultant services contracts clearly establish (will establish) the scope of work and delineate the division of responsibilities between all parties engaged in carrying out elements of the project. 6. Costs associated with work ineligible for AIP funding are (will be) clearly identified and separated from eligible items in solicitations, contracts, and related project documents. 7. Mandatory contact provisions for grant -assisted contracts have been (will be) included in consultant services contracts. 8. The cost -plus -percentage -of -cost methods of contracting prohibited under Federal standards were not (will not be) used. Yes No N/A 0 ❑. ❑ Page 1 of 2 9. If the services being procured cover more than the single grant project referenced in this certification, the scope of work was (will be) specifically described in the advertisement, and future work will not be initiated beyond five years. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of Yakima (Si Ton '• Rourke Designated Official Representative) (Typed Name of Sponsor's Designated Official Representative) City Manager (Typed Title o onso esignated ial Representative) ate) Page 2 of 2 Certified current 5/17107 City of Yakima U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION DRUG-FREE WORKPLACE Yakima Air Terminal 3-53-0089-37 (Sponsor) (Airport) (Project Number) 3-53-0089-37 Rehab TW A (Station 52+00 to 76+04), Phase 3 -Construction, including taxiway connectors A1 -A5, partial B and partial C, Medium Intensity Taxiway Lights (MITLs), signs and markings (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug-free workplace within Federal grant programs are described in Title 49, Code of Federal Regulations, Part 29. Sponsors are required to certify they will be, or will continue to provide, a drug-free workplace in accordance with the regulation. The AIP project grant agreement contains specific assurances on the Drug -Free Workplace Act of 1988. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. A statement has been (will be) published notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition. 2. An ongoing drug-free awareness program has been (will be) established to inform employees about: a. The dangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs, and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. 3. Each employee to be engaged in the performance of the work has been (will be) given a copy of the statement required within item 1 above. 4. Employees have been (will be) notified in the statement required by item 1 above that, as a condition employment under the grant, the employee will. a. Abide by the terms of the statement; and b. Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. 5. The FAA will be notified in writing within ten calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title of the employee, to the FAA. Notices shall include the project number of each affected grant. • Yes No N/A ❑ Cl Page 1 of 2 .❑ 6. One of the following actions will be taken within 30 calendar days of receiving a notice under item 4b above with respect to any employee who is so convicted. a. Take appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or b. Require such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. 7. A good faith effort will be made to continue to maintain a drug-free workplace through implementation of items 1 through 6 above. Yes No N/A ® �a I have prepared documentation attached hereto with site(s) for performance of work (street address, city, county, state, zip code). There are no such workplaces that are not identified in the attachment. I have prepared additional documentati • • any above items marked "no" and attached it hereto. I certify that, for the project identified herein espon es to the forgoing items are accurate as marked and attachments are correct and complete. City of Y. ma (Sig - re of . ponsor' esignated Official Representative) Tony O'Rourke (Typed Name of Sponsor' •esignated Official Representative) City Manager (Typed Title of S sons Di ated Offci epresentative) 00 J {11r (Da ) Page 2 of 2 Certified current 5/17/07 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION CONSTRUCTION PROJECT FINAL ACCEPTANCE City of Yakima Yakima Air Terminal 3-53-0089-37 (Sponsor) (Airport) (Project Number) 3-53-0089-37 Rehab TWA (Station 52+00 to 76+04), Phase 3 -Construction, including taxiway connectors A1 -A5, partial B and partial C, Medium Intensity Taxiway Lights (MITLs), signs and markings (work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program. General standards for final acceptance and close out of federally funded construction projects are in Title 49, Code of Federal Regulations, Part 18.50. The sponsor shall determine that project costs are accurate and proper in accordance with specific requirements of the grant agreement and contract documents. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. The personnel engaged in project administration, engineering supervision, construction inspection and testing were (will be) determined to be qualified as well as competent to perform the work. 2. Daily construction records were (will be) kept by the resident engineer/construction inspector as follows: a. Work in progress, b. Quality and quantity of materials delivered, c. Test locations and results, d. Instructions provided the contractor, e. Weather conditions, f. Equipment use, g. Labor requirements, h. Safety problems, and i. Changes required. 3. Weekly payroll records and statements of compliance were (will be) submitted by the prime contractor and reviewed by the sponsor for Federal labor and civil rights requirements (Advisory Circulars 150/5100-6 and 150/5100-15). 4. Complaints regarding the mandated Federal provisions set forth in the contract documents have been (will be) submitted to the FAA. 5. All tests specified in the plans and specifications were (will be) performed and the test results documented as well as made available to the FAA. 6. For any test results outside of allowable tolerances, appropriate corrective actions were (will be) taken. Yes No N/A Page 1 of 2 7. Payments to the contractor were (will be) made in compliance with contract provisions as follows: a. Payments are verified by the sponsor's internal audit of contract records kept by the resident engineer, and b. If appropriate, pay reduction factors required by the specifications are applied in computing final payments and a summary of pay reductions made available to the FAA. 8. The project was (will be) accomplished without significant deviations, changes, or modifications from the approved plans and specifications, except where approval is obtained from the FAA. 9. A final project inspection was (will be) conducted with representatives of the sponsor and the contractor and project files contain documentation of the final inspection. 10. Work in the grant agreement was (will be) physically completed and corrective actions required as a result of the final inspection is completed to the satisfaction of the sponsor. 11. If applicable, the as -built plans, an equipment inventory, and a revised airport layout plan have been (will be) submitted to the FAA. 12. Applicable close out financial reports have been (will be) submitted to the FAA. Yes No N/A psi I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attach- • hereto for any item marked "no" that is correct and complete. City of Yak' (Sig ponsor's Tony O'Rourke (Typed Na City Man (Typed T esignated Official Representative) e of Sponsor's Design : ted Offi' ial Re ' = entative) ger e •f Sponsor's .na.-d •official Re. s, ryaf/ve) Page 2 of 2 ate) City of Yakima U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION EQUIPMENT/CONSTRUCTION CONTRACTS Yakima Air Terminal 3-53-0089-37 (Sponsor) 3-53-0089-37 Rehab TW A A1 -A5, partial B and partial Description) (Airport) (Project Number) (Station 52+00 to 76+04), Phase 3 -Construction, including taxiway connectors C, Medium Intensity Taxiway Lights (MITLs), signs and markings (Work Title 49, United States Code (USC), section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One --General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards. Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. A code or standard of conduct is (will be) in effect governing the performance of the sponsor's officers, employees, or agents in soliciting and awarding procurement contracts. 2. Qualified personnel are (will be) engaged to perform contract administration, engineering supervision, construction inspection, and testing. 3. The procurement was (will be) publicly advertised using the competitive sealed bid method of procurement. 4. The bid solicitation clearly and accurately describes (will describe): a. The current Federal wage rate determination for all construction projects, and b. All other requirements of the equipment and/or services to be provided. 5. Concurrence was (will be) obtained from FM prior to contract award under any of the following circumstances: a. Only one qualified person/firm submits a responsive bid, b. The contract is to be awarded to other than the lowest responsible bidder, c. Life cycle costing is a factor in selecting the lowest responsive bidder, or d. Proposed contract prices are more than 10 percent over the sponsor's cost estimate. e. 6. All contracts exceeding $100,000 require (will require) the following provisions: a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent; b. Conditions specifying administrative, contractual, and legal remedies, including contract termination, for those instances in which contractors violate or breach contact terms; and c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)), Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738. 7. All construction contracts contain (will contain) provisions for: a. Compliance with the Copeland "Anti -Kick Back" Act, and b. Preference given in the employment of labor (except in executive, administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans. 8. All construction contracts exceeding $2,000 contain (will contain) the following provisions: a. Compliance with the Davis -Bacon Act based on the current Federal wage rate determination; and b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327-330), Sections 103 and 107. 9. All construction contracts exceeding $10,000 contain (will contain) appropriate clauses from 41 CFR Part 60 for compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity. 10. All contracts and subcontracts contain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and 49 CFR 26 for Disadvantaged Business Enterprises. 11. Appropriate checks have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. Department of Transportation (DOT) element and appearing on the DOT Unified List. Yes No N/A ❑ El z 3 ❑ I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. City of Y ma Spon Tony O'Rourke (Name s Designated Official Representative) (Typed Name of Sponsor's Designated Official Representative) City Manager (Typed Title oJ4 onsoi js)esignaOfficial Representative) (Date) FAA Airports Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated: 4/16/2013 View the most current versions of these ACs and any associated changes at: httD://www.faa.gov/airports/resources/advisory circulars U i 11J 70/7460-1 K Obstruction Marking and Lighting 150/5020-1 Noise Control and Compatibility Planning for Airports 150/5070-6B Change 1 Airport Master Plans 150/5070-7 The Airport System Planning Process 150/5100-13B 1 Development of State Standards for Nonprimary Airports i 150/5200-28D Notices to Airmen (NOTAMS) for Airport Operators 150/5200-30C Airport Winter Safety And Operations 150/5200-31C Change 2 Airport Emergency Plan 150/5210-5D Painting, Marking, and Lighting of Vehicles Used on an Airport 150/5210-7D Aircraft Rescue and Fire Fighting Communications 150/5210-13C Airport Water Rescue Plans and Equipment 150/5210-14B -- --- Equipment, - _ Aircraft Rescue Fire FightingE ui ment Tools and Clothing 150/5210-15A Aircraft Rescue and Firefighting Station Building Design 150/5210-18A Systems for Interactive Training of Airport Personnel FAA Ativisory CiFculars Required for Use in AIP Funded and PFC Approved Projects Updated 4/16/2013 ARP Page 1 of 5 t!i 150/5210-19A 1 i Driver's Enhanced Vision System (DEVS) Ground Vehicle Operations on Airports i 150/5220-10E ;Guide Specification for Aircraft Rescue and Fire Fighting (ARFF) Vehicles 1150/5220-16D Automated Weather Observing Systems (AWOS) for Non -Federal Applications 150/5220-17B Aircraft Rescue and Fire Fighting (ARFF) Training Facilities 150/5220-18A . Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials ') 150/5220-20 Change 1 Airport Snow and Ice Control Equipment _ I - - 1., 150/5220-21C Aircraft Boarding Equipment 1 150/5220-22B ; Engineered Materials Arresting Systems (EMAS) for Aircraft Overruns 150/5220-23 i Frangible Connections 150/5220-24 1 Foreign Object Debris Detection Equipment i 150/5220-25 Airport Avian Radar Systems 150/5220-26 Airport Ground Vehicle Automatic Dependent Surveillance - Broadcast (ADS -B) Out Squitter Equipment - -- — 150/5300-7B _ _ ___ _ FAA Policy on Facility Relocations Occasioned by Airport Improvements or Changes _ _ I . _ 150/5300-13A Airport Design- 150/5300-14B - r Design of Aircraft Deicing Facilities 150/5300-16A General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey 150/5300-17C Standards for Using Remote Sensing Technologies in Airport Surveys 150/5300-18B General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards 150/5320-5C it Change 1 Surface Drainage Design 150/5320-6E Airport Pavement Design and Evaluation 1.16e-irr- ---------UPdated-4/16/2013 - • Page 2 of 5 AIP Funded and PFC Approved Projects ARP x �&I,4 , v r'""'nT` " ,r_. y' t;', ci• Vi k— ° ^7, -4r k m 1- ' ^i. # i S {t,ik "i 'ik5,• �' i .•T r' g'"'.. 7 r: 150/5320-12C Changes 1- 8 Measurement, Construction, and Maintenance of Skid Resistant Airport :� Pavement Surfaces I 150/5320-15A I Management of Airport Industrial Waste 150/5325-4B I Runway Length Requirements for Airport Design 150/5335-5B Standardized Method of Reporting Airport Pavement Strength - PCN 150/5340-1K Change 1 Standards for Airport Markings 15015340-5C Segmented Circle Airport Marker System 150/5340-18F • Standards for Airport Sign Systems ' 150/5340-30G Design and Installation Details for Airport Visual Aids 150/5345-3G Specification for L-821, Panels for the Control of Airport Lighting 150/5345-5B Circuit Selector Switch ' 150/5345-7E ' Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits h 150/5345-1 OG Specification for Constant Current Regulators and Regulator Monitors 150/5345-12F Specification for Airport and Heliport Beacons 150/5345-13B Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-260 FAA Specification For L-823 Plug and Receptacle, Cable Connectors 150/5345-27D Specification for Wind Cone' Assemblies ' 150/5345-28G . Precision Approach Path Indicator (PAPI) Systems 150/5345-39D Specification for L-853, Runway and Taxiway Retro reflective Markers 150/5345-42G Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories 15015345-43G r Specification for Obstruction Lighting Equipment 150/5345-44J Specification for Runway and Taxiway Signs 150/5345-45C Low -Impact Resistant (LIR) Structures FAA Advisory Circulars Required for Use in Updated4/16/2013-- AIP Funded and PFC Approved Projects ARP Page 3 of 5 M4 ! � i f: 150/5345-46D Specification for Runway and Taxiway Light Fixtures I 150/5345-47C j Specification for Series to Series Isolation Transformers for Airport Lighting Systems 150/5345-49C Specification L-854, Radio Control Equipment 150/5345-508 ' Specification for Portable Runway and Taxiway Lights 150/5345-51 B Specification for Discharge-Type Flashing Light Equipment 150/5345-52A ; Generic Visual Glideslope Indicators (GVGI) 150/5345-53D Airport Lighting Equipment Certification Program 150/5345-54B ' _ Specification for L-884, Power and Control Unit for Land and Hold Short Lighting Systems 150/5345-55A 1 Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure 1 150/5345-56B Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360-12E Airport Signing and Graphics 150/5360-13 Change 1 , Planning and Design Guidelines for Airport Terminal Facilities 150/5360-14 t Access to Airports By Individuals With Disabilities 150/5370-2F , Operational Safety on Airports During Construction 150/5370-10F ' Standards for Specifying Construction of Airports 150/5370-11 B I Use of Nondestructive Testing in the Evaluation of Airport Pavements 150/5370-13A ' Off-Peak Construction of Airport Pavements Using Hot-Mix Asphalt 150/5370-15B Airside Applications for Artificial Turf 150/5370-16 Rapid Construction of Rigid (Portland Cement Concrete) Airfield Pavements 1 ' 150/5370-17 . Airside Use of Heated Pavement Systems 150/5380-6B ' Guidelines and Procedures for Maintenance of Airport Pavements 150/5390-2C Heliport Design FM Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 4/16/2013 ARP Page 4 of 5 THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY Updated: 4/16/2013 ',. 11"1 'I 0. �' 4W Y}`� 11, Yst.l. Sx.,,... �,.t'tt .t .i ' 150/5100-14D 1 � Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects _ I 150/5100-17 Changes 1 - 6 i ;j Land Acquisition and Relocation Assistance for Airport Improvement Program Assisted Projects 150/5300-9B ; Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects 150/5300-15A ! Use of Value Engineering for Engineering Design of Airports Grant Projects 150/5320-17 Airfield Pavement Surface Evaluation and Rating (PASER) Manuals 150/5370-6D 'Y Changes 1 - 4 Construction Progress and Inspection Report — Airport Grant Program 150/5370-12A Quality Control of Construction for Airport Grant Projects 150/5380-7A Airport Pavement Management Program FM Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 4/16/2013 ARP Page 5 of 5 r� L.S. Department Of Transportation rerir.• iat Aviation Admin5tr?tinn Northwest M untain Region September 20, 2013 Mr. Robert Peterson Interim Airport Manager City of Yakima 2400 West Washington Ave, Suite B Yakima, WA 98903 Dear Mr. Peterson Grant offer for Yakima Air Terminal/McAllister Field Yakima, Washington AIP Project Number: 3-53-0089-037-2013 Contract Number DOT-FA13NM-0099 DUNS Number: 07-821-2651 Seattle Airports District Of rice ..6C1 Lind Ave SW, Suite 250 Renton, WA 98057 Enclosed is a copy of the subject grant offer in the amount of $4,400,000.00. Please note that the grant offer must be accepted by the sponsor on or before: Monday, September 23, 2013. Please have the appropriate official authorized to execute the Grant Offer sign and date the "Acceptance" with the appropriate official attesting to the execution and affixing the sponsor's corporate seal. The attorney for the sponsor then must execute and date the "Certificate of Sponsor's Attorney" with the date being no earlier than the date of acceptance of the Grant Agreement. This action will certify that the acceptance complies with all applicable local and state laws and constitutes a legal and binding obligation of the sponsor. After execution is completed, please fax (425) 227-1650 or scan and e-mail a copy of the signed Grant Agreement to your FAA project manager not later than. Monday, September 23, 2013, and, also, return an executed copy to this office by mail. All applicable project -related requirements pertaining to environmental analysis and approval for this grant have been met in accordance with the guidelines contained in FM Order 5050.46, Airport Environmental Handbook. If you have any questions in regard to acceptance of the grant offer, please contact your project manager or this office. Sincerely, 0,05s0AkA13 Carol Suomi Manager, Seattle Airports District Office Pr U.S. Department of Transportation Federal Aviation Administration Grant Agreement Part 1 — Offer Yakima Air Terminal/McAllister Field Yakima, Washington Date of Offer: Friday, September 20, 2013 Project Number: 3-53-0089-037-2013 Contract Number: DOT-FA13NM-0099 To. City of Yakima, Washington (herein called the "Sponsor") From: The United States of America (acting through the Federal Aviation Administration, herein called the "FAA") WHEREAS, the Sponsor has submitted to the FAA a Project Application dated 9/16/2013, for a grant of Federal funds for a project at or associated with the Yakima Air Terminal/McAllister Field which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport (herein called the "Project") consisting of the following: Rehabilitate Taxiway Alpha (Phase 3 -construction), Stations 52+00 to 76+04, including signs, Medium Intensity Taxiway Lights (MITLs) and enhanced markings; all as more particularly described in the Project Application. FAA Form 5100-37 PG 1 (10-89) Page 1 of 13 NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49, United States Code, and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in said Project Application and its acceptance of this Offer as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the assurances and conditions as herein provided, THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States share of the allowable costs incurred in accomplishing the Project, percentum of all allowable Project costs. This Offer is made on and subject to the following terms and conditions: Part I - Conditions 1) The maximum obligation of the United States payable under this Offer shall be $4,400,000.00. For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 47108(b) of the Act, the following amounts are being specified for this purpose: $ 0.00 For planning $ 4,400,000.00 For airport development or noise program implementation Please note that this grant offer may be funded all or inpart, with funds from the Small Airport Fund. 2) The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consideration as to allowability under the provisions of the Act. 3) Payment of the United States' share of the allowable project costs will be made pursuant to and in accordance with the provisions of such regulations and procedures as the Secretary shall prescribe. Final determination of the United States' share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4) The Sponsor shall carry out and complete the Project without undue delays and in accordance with the terms hereof, and such regulations and procedures as the Secretary shall prescribe, and agrees to comply with the assurances which were made part of the project application. FAA Form 5100-37 PG 2 (10-89) Page 2 of 13 5) The FAA reserves the right to amend or withdraw this Offer at any time prior to its acceptance by the Sponsor. 6) This Offer shall expire and the United States shall not be obligated to pay any part of the costs of the project unless this Offer has been accepted by the Sponsor on or before Monday, September 23, 2013, or such subsequent date as may be prescribed in writing by the FAA. 7) The Sponsor shall take all steps, including, litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been expended. For the purposes of this grant agreement the term "Federal funds" means funds however used or disbursed by the Sponsor that were originally paid pursuant to this or any other Federal grant agreement. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order, or judgment to the Secretary. It shall furnish upon request, all documents and records pertaining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the Sponsor, in court or otherwise, involving the recovery of such Federal share shall be approved in advance by the Secretary. 8) The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 9) Trafficking in persons: a) Provisions applicable to a recipient that is a private entity. i) You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not— (1) Engage in severe forms of trafficking in persons during the period of time that the award is in effect; (2) Procure a commercial sex act during the period of time that the award is in effect; or (3) Use forced labor in the performance of the award or subawards under the award. ii) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subreceipient that is a private entity— (1) Is determined to have violated a prohibition in paragraph a.1 of this award term, or (2) Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either— (a) Associated with performance under this award; or FAA Form 5100-37 PG 3 (10-89) Page 3 of 13 (b) Imputed to your or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29 b) Provision applicable to a recipient other than a private entity. i) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity— (1) Is determined to have violated an applicable prohibition in paragraph a.1 of this award term; or (2) Has 'an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either— (a) Associated with performance under this award; or (b) Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29: c) Provisions applicable to any recipient. i) You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. ii) Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: (1) Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104 (g)), and (2) Is in addition to all other remedies for noncompliance that are available to us under this award. iii) You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. d) Definitions. For purposes of this award term: i) "Employee" means either: (1) An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or (2) Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in-kind contribution toward cost sharing or matching requirements. ii) "Forced labor" means labor obtained by any of the following methods the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery FAA Form 5100-37 PG 4 (10-89) Page 4 of 13 iii) "Private entity": (1) Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. (2) Includes: (a) A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). (b) A for-profit organization. iv) "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102). 10)System of Award Management and Universal Identifier Requirements a) Requirement for System of Award Management (SAM) i) Unless you are exempted from this requirement under 2 CFR 25.110, you as the recipient must maintain the currency of your information in the SAM until you submit the final financial report required under this award or receive the final payment, whichever is later This requires that you review and update the information at least annually after the initial registration, and more frequently if required by changes in your information or another award term. b) Requirement for Data Universal Numbering System (DUNS) Numbers i) If you are authorized to make subawards under this award, you. (1) Must notify potential subrecipients that no entity (see definition in paragraph c of this award term) may receive a subaward from you unless the entity has provided its DUNS number to you. (2) May not make a subaward to an entity unless the entity has provided its DUNS number to you. c) Definitions i) For purposes of thisaward term: (1) System of"Award Management (SAM means the Federal repository into which an entity must provide information required for the conduct of business as a recipient. Additional information about registration procedures may be found at the SAM Internet site (currently at https://www.sam.gov/portal/public/SAM). (2) Data Universal Numbering System (DUNS) number means the nine -digit number established and assigned by Dun and Bradstreet, Inc. (D&B) to uniquely identify business entities. A DUNS number may be obtained from D&B by telephone (currently 866-705-5711) or the Internet (currently at http.//fedgov.dnb.com/webform). (3) Entity, as it is used in this award term, means all of the following, as defined at 2 CFR part 25, subpart C: (a) A Governmental organization, which is a State, local government, or Indian Tribe, (b) A foreign public entity; (c) A domestic or foreign nonprofit organization, (d) A domestic or foreign for-profit organization; and FAA Form 5100-37 PG 5 (10-89) Page 5 of 13 (e) A Federal agency, but only as a subrecipient under an award or subaward to a non -Federal entity. (4) Subaward: (a) This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. (b) The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec. 210 of the attachment to OMB Circular A- 133, "Audits of States, Local Governments, and Non -Profit Organizations"). A subaward may be provided through any legal agreement, including an agreement that you consider a contract. (5) Subrecipient means an entity that: (a) Receives a subaward from you under this award; and (b) Is accountable to you for the use of the Federal funds provided by the subaward. (c) A subaward may be provided through any legal agreement, including an agreement that you consider a contract. 11)ELECTRONIC GRANT PAYMENT(S): The requirements set forth in these terms and conditions supersede previous financial invoicing requirements for FAA grantees. Each payment request under this grant agreement must be made electronically via the Delphi elnvoicing System for Department of Transportation (DOT) Financial Assistance Awardees. The following are the procedures for accessing and utilizing the Delphi elnvoicing System. a) Grant Recipient Requirements. i) Grantees must have Internet access to register and submit payment requests through the Delphi elnvoicing system unless, under limited circumstances, a waiver is granted by the FM and DOT under section (c) below. ii) Grantees must submit payment requests electronically and the FAA will process payment requests electronically. b) System User Access. i) Grantees must contact the FAA Airports District/Regional Office and officially submit a written request to sign up for the system. The FAA Office of Airports will provide the grantee's name, email address and telephone number to the DOT Financial Management Office. The DOT will then invite the grantee via email to sign up for the system and require the grantee to complete two forms. The grantee will complete a web based DOT registration form and download the Proof of Identification form to verify the grantee's identity. ii) The grantee must complete the Proof of Identification form, and present it to a Notary Public for verification The grantee will return the notarized form to: FAA Form 5100-37 PG 6 (10-89) Page 6 of 13 DOT Enterprise Services Center FAA Accounts Payable, AMZ-100 PO' Box 25710 Oklahoma City, OK 73125 iii The DOT will validate the both forms and email a user ID and password to the grantee. Grantees should contact the FAA Airports District/Regional Office with any changes to their system information. Note: Additional information, including access forms and training materials, can be found on the DOT elnvoicing website (http://www.dot.gov/cfo/delphi-einvoicmq-system.html). c) Waivers. DOT Financial Management officials may, on a case by case basis, waive the requirement to register and use the electronic grant payment system based on user requests and concurrence of the FAA. Waiver request forms can be obtained on the DOT elnvoicing website (http.//www.dot.gov/cfo/delphi-elnvoicing-system.html) or by contacting the FAA Airports District/Regional Office. Recipients must explain why they are unable to use or access the Internet to register and enter payment requests i) All waiver requests should be sent to the FAA Airports District/Regional Office for concurrence, prior to sending to the Director of the Office of Financial Management, US Department of Transportation, Office of Financial Management, B-30, room W93- 431, 1200 New Jersey Avenue SE, Washington DC 20590-0001, DOTElectroniclnvoicingCa�dot.qov. The Director of the DOT Office of Financial Management will confirm or deny the request within approximately 30 days. ii) If a grantee is granted a waiver, the grantee should submit all hard- copy invoices directly to: DOT/FAA PO Box 25082 AMZ-110 Oklahoma City, OK 73125 FAA Form 5100-37 PG 7 (10-89) Page 7 of 13 Special Conditions 1) It is understood and agreed by and between the parties hereto that this Grant Offer is made and accepted based on estimates for the rehabilitation of Taxiway A; and the parties hereby covenant and agree that within 190 days from the date of acceptance of this Grant Offer, the Sponsor shall advertise for bids for the rehabilitation of Taxiway A contained within the grant description. 2) It is mutually understood and agreed that if, during the life of the project, the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by $25,000.00 or five percent (5%), whichever is greater, the maximum obligation of the United States can be unilaterally reduced by letter from the FAA advising of the budget change. Conversely, if there is an overrun in the total actual eligible and allowable development and land project costs, FAA may increase the maximum grant obligation of the United States to cover the amount of the overrun not to exceed the statutory percent limitation and will advise the Sponsor by letter of the increase. If the increase in project costs is attributable to planning items, the maximum United States obligation may not be increased. It is further understood and agreed that if, during the life of the project, the FAA determines that a change in the grant description is advantageous and in the best interests of the United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance of the 'aforementioned letter, either the grant obligation of the United States is adjusted to the amount specified or the grant description is amended to the description specified. 3) In accordance with Section 47108(b) of the Act, as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer: a) may not be increased for a planning project; b) may be increased by not more than 15 percent for development projects; c) may be increased by not more than 15 percent for land projects. 4) Unless otherwise approved by the FAA, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for airport development or noise compatibility for which funds are provided under this grant. The Sponsor will include in every contract a provision implementing this special condition. 5) The Sponsor agrees to perform the following: a) Furnish a construction management program to FAA prior to the start of construction which shall detail the measures and procedures to be used to comply with the quality control provisions of the construction contract, including, but not limited to, all quality control provisions and tests required by the Federal specifications. The program shall include as a minimum: FAA Form 5100-37 PG 8 (10-89) Page 8 of 13 i) The name of'the person representing the Sponsor who has overall responsibility for contract administration for the project and the ' authority to take necessary actions to comply with the contract. ii) Names of testing laboratories and consulting engineer firms with quality control responsibilities on the project, together with a description of the services to be provided. iii) Procedures for determining that testing laboratories meet the requirements of the American Society of Testing and Materials standards on laboratory evaluation, referenced in the contract specifications (D 3666. C 1077). iv) Qualifications of engineering supervision and construction inspection personnel. v) A listing of all tests required by the contract specifications, including the type and frequency of tests to be taken, the method of sampling, the applicable test standard, and the acceptance criteria or tolerances permitted for each type of test. vi) Procedures for ensuring that the tests are taken in accordance with the program, that they are documented daily, and that the proper corrective actions, where necessary are undertaken. b) Submit at completion of the project, a final test and quality control report documenting the' results of all tests performed, 'highlighting those tests that failed or did not meet the applicable test standard. The report shall include the pay reductions applied and reasons for accepting any out -of - tolerance material. An interim test and quality control report shall be submitted, if requested by the FAA. c) Failure to provide a complete report as described in paragraph b, or failure to perform such tests, shall, absent any compelling justification, result in a reduction in Federal participation for costs incurred in connection with construction of the applicable pavement. Such reduction shall be at the discretion of the FAA and will be based on the type or types of required tests not performed or not documented and will be commensurate with the proportion of applicable pavement with respect to the total pavement constructed under the grant agreement. 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) For a project to replace or reconstruct pavement at the airport, the Sponsor shall implement an effective airport pavement maintenance management program as required by Airport Sponsor Assurance Number 11. The Sponsor shall use such program for the useful life of any pavement constructed, reconstructed, or repaired with Federal financial assistance at the airport. An effective pavement maintenance management program is one that details the procedures to be followed to assure that proper pavement maintenance, both preventive and repair, is performed. An airport sponsor may use any form of inspection program it deems appropriate. The program must, as a minimum, include the following: FAA Form 5100-37 PG 9 (10 89) Page 9 of 13 a) Pavement Inventory. The following must be depicted in an appropriate form and level of detail: i) location of all runways, taxiways, and aprons; ii) dimensions; iii) type of pavement, and, iv) year of construction or most recent major rehabilitation. b) Inspection Schedule. i) Detailed Inspection. A detailed inspection must be performed at least once a year. If a history of recorded pavement deterioration is available, i.e., Pavement Condition Index (PCI) survey as set forth in Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," the frequency of inspections may be extended to three years. ii) Drive -By Inspection. A drive-by inspection must be performed a minimum of once per month to detect unexpected changes in the pavement condition. c) Record Keeping. Complete information on the findings of all detailed inspections and on the maintenance performed must be recorded and kept on file for a minimum of five years. The types of distress, their locations, and remedial action, scheduled or performed, must be documented. The minimum information to be recorded is listed below i) inspection date; ii) location; iii) distress types,; iv) maintenance scheduled or performed. (1) For drive-by inspections, the date of inspection and any maintenance performed must be recorded. d) Information Retrieval. An airport sponsor may use any form of record keeping it deems appropriate, so long as the information and records produced by the pavement survey can be retrieved to provide a report to the FAA as may be required. e) Reference: Refer to Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," for specific guidelines and procedures for maintaining airport pavements and establishing an effective maintenance program. Specific types of distress, their probable causes, inspection guidelines, and recommended methods of repair are presented. 7) The Sponsor shall provide for an annual audit in accordance with Office of Management and Budget Circular A-133. The Sponsor shall provide one copy of the completed A-133 Audit to the FAA Airports District Office and three copies of the audit to: Federal Audit Clearinghouse, Bureau of the Census, 1201 10th Street, Jeffersonville, IN 47132. 8) Financial Reporting Requirements. The Sponsor agrees to submit a Federal Financial Report (FAA Form SF -425) for all open grants to the Airports District Office within 90 days following the end of each Federal fiscal year and with each Final Project Closeout Report. The sponsor further agrees to submit an FAA Form 5100-37 PG 10 (10-89) Page 10 of 13 Outlay Report and Request for Reimbursement (FAA Form SF -271) or Request for Advance or Reimbursement (FAA Form SF -270 for non - construction projects) to the Airports District Office within 90 days following the end of each Federal fiscal year and with each Final Project Closeout Report. 9) The Sponsor understands and agrees that in accordance with 49 USC 47111, no payments totaling more than 90 percent of United States Government's share of the project's estimated allowable cost may be made before the project is determined to be satisfactorily completed. FAA Form 5100-37 PG 11 (10-89) r Page 11 of 13 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION By �� Car I Syr�mmi, M g , eattle� District Office 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. Knowingly and willfully providing false information to the Federal government is'a violation of 18 U.S.0 Section 1001 (False Statements) and could subject you to fines, imprisonmentor both Executed this d d day of -e`i I h D `eh ,2013 City of Yakima, Washington By S nsor's Designated Official Representative Title. c4 1- 0147 iI) a 114 j er. CERTIFICATE OF SPONSOR'S ATTORNEY I, riQr IW /< h k I*. (, acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Washington. Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the Taws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at y4,k/; 74 this 2L% day o 013 CITY CONTRAC r N0: 042i3 — l 91.- RESOLUTION 1"RESOLUTION NO. D� Sig mature of Sponsor's Attorney FAA Form 5100-37 PG 12 (10-89) Page 12 of 13 A-133 Single Audit Certification Form The Single Audit Act of 1984, implemented by OMB Circular A-133 (Audits of States, Local Governments. and Non -Profit Organizations) establishes audit requirements for State and local governments that receive Federal aid State or local governments (City. County, Airport Board) that expend $500,000 or more a year (calendar or fiscal) in total Federal financial assistance must conduct an audit and submit it to the Federal Audit Clearinghouse For more information on the Single Audit Act requirements please reference the following web site. fin p. 'harvester census_eov sac.' This notice is our request for a copy of your most recent audit, whether or not there are any significant findings. In accordance with your Airport Improvement Program (AlP) grant agreement, you must also provide the following certification to your local Airports District Office (ADO). Please fill out the information below by checking the appropriate line(s), sign, date, and return this form to the FAA local ADO identified at the bottom of the form. Airport ponsor Information: l c,4 vo_ _ y -_o. ,_ --y___ ___ _ Ya—WZ.Th „0„,,n Name I ise:d'C alrudtu Ye:u i'.tidmg a A i r -T r- m nori Name n . Kcpic>rlstcltlic N. inc R 4 / L• 00 067 fi/4 e eseuuM+c's rifle 50-9--s1cs-6/- y ? •t eiephone Please check the appropriate line(s): rd die 42.4'.Crro-I'%-Q y kym q gr.v#'' -0We/ Viu,ail / • TYCO/ ) IA We are subject to the A-133 Single Audit requirements (expended $500,000 or more in total Federal funds for the fiscal,'calendar year noted above) and are taking the following action: ❑ The A -I33 single audit for this fiscal/calendar year has been submitted to the FAA. ❑ The A -I33 simile audit for this fiscal/calendar year is attached. • Fhe A-133 single audit report will be submitted to the FAA as soon as this audit is available, 0 We are exempt from the Single Audit A- I33 requirements for the fiscal/calendar noted above. Sponsor Certification: 1 L',Il:iI11I l' Return to: FAA. Seattle Airports District Office 1601 Lind Avenue SW, Suite 250 Seattle, WA 98057-3356 Date FAA Form 5100-37 PG 13 (10-89) Page 13 of 13