Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2021-060 Resolution authorizing a grant from the WSDOT Aviation Division for capital improvements at the Yakima Air-Terminal-McAllister Field
RESOLUTION NO. R-2021-060 A RESOLUTION authorizing a grant from the Washington State Department of Transportation (WSDOT) Aviation Division for capital improvements at the Yakima Air Terminal -McAllister Field. WHEREAS, the City owns and operates the Yakima Air Terminal - McAllister Field in accordance with applicable Federal, State, and Local regulations, and WHEREAS, the Washington State Department of Transportation (WSDOT) Aviation Division has grants available to airports to maintain and improve airport facilities, and WHEREAS, the Yakima Air Terminal -McAllister Field has been notified that grant funds may be available to maintain and/or improve the Yakima Air Terminal -McAllister Field upon submission of completed grant applications and satisfaction of certain conditions, and WHEREAS, the Yakima Air Terminal -McAllister Field completed an Airport Master Plan Update in 2015, which details various capital improvement projects, including design, engineering, and construction management of the airport's East General Aviation Apron, which will rehabilitate approximately 30,000 square yards of asphalt, surface water drainage, apron lighting, and conduct necessary pavement maintenance on the airport's taxiway as well as runway surfaces, and WHEREAS, if grant funds are awarded, they may be utilized to assist with matching local funds necessary for Federal Aviation Administration grants received for said projects, and WHEREAS, the City Council deems it to be in the best interest of the City and its residents to authorize submission of a grant application to the WSDOT Aviation Division for available funds to accomplish the needed capital improvements, 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 WSDOT Aviation Division to request grant funds for use on capital projects to improve the Yakima Air Terminal -McAllister Field 2 If grant funds are awarded, the City Manager shall bring those grant agreements and contracts necessary to complete the grant transaction to the City Council for approval ADOPTED BY THE CITY COUNCIL this 18th day of May, 2021 ATTEST .6/4> C{f } .,,n Sonya Claa Tee, City Cler ". ; 7 r:-= Patricia Byers, ayor Washington State s® Department of Transportation Aviation Division Airport Aid Application "A steward for Washington's Aviation system" 7702 Terminal Street SW Tumwater, Washington 98501-7264 Date of Request 5/18/2021 1 Applicant: Yakima Air Terminal -McAllister Field 2 Project to be Managed by. Company. JUB Engineering Name Tim Ike Address. 422 W Riverside Road, Ste 304 Address 2: City. Spokane State WA Zip 99201 Phone (509) 458-3727 Cell: (509) 280-8784 Email tike@jub com Applicant's Authorized Representative Name Bob Harrison Title City Manager Address 2406 W Washington Ave. Ste B Address 2: City. Yakima State WA Zip 98903 Phone (509) 575-6149 Cell (509) 833-0898 Email Bob Harrison@yakimawa.gov Small / Non -Hub Find your htip. %app.lep, legislative t'a.gov,districilinden' and congressional district at. District: District: 15t1- 3 Airport: Yakima Air Terminal -McAllister Field FAA Classification Classification: 12 Legislative }'� NPIAS II Non-NPIAS State CI Congressional 4th 13 4 No. Project Name and Description (list in order of priority) Total Project Cost Local Funds Aviation Division Funds Federal Funds Other Funds (Name Source) 1 2 3 East GA Apron Rehabilitation Project Airfield Maintenance Crackseal 2,893,374 00 100,000 00 144,668 70 50,000 00 144,668 70 50,000 00 2,604,036 60 Totals 2,993,374 00 194,668 70 194,668 70 2,604,036 60 0 00 5 Does Does Was (AIS) Does Submit Submit 2) Stating the airport have an up-to-date Master Plan or ALP Narrative the airport have an approved Airport Layout Plan (ALP)? annual requirement to review and update Airport Information data met for the preceeding calendar year? the airport sponsor have policies to reduce greenhouse - If yes, submit a copy of the policies. signed acceptance of Airport Aid Grant Assurances. Report? System gas emissions? Submitting signed application, officials. }3 Yes II No Date Date 5/5/2015 5/5/2015 el Yes • No f+ Yes No ®Yes No Submitting copy via• grant assurances via: Submitting copy via mailing_ Electronic Doc adopted resolution, 1) Authorizing submittal of grant matching funds are available, and 3) Support of elected 'Does not apply to private airport sponsors 6 Signature of Applicant's Authorized Representative *A signed application is not required when the airport's authorized representative submits the completed application (tillable form .pdf document) by email. a , DOT Form 900-030EF Revised 4/2021 CITY CONTRACT NO: ,'Oahe) RESOLUTION NO: kour) Instructions for Airport Aid Application (DOT Form 900-030EF) 1. Applicant The name of the municipality or person who legally owns and is responsible for managing the airport "airport sponsor". The Applicant's Authorized Representative is that individual who may be duly authorized by the public entity to act on its' behalf in the performance of duties overseeing the airport. Typically this is a mayor, city manager, county commissioner, city councilperson, port director, or tribal council member. The authorized representative should be the same individual who will sign the Airport Aid grant agreement if awarded funding. The airport manager should only be listed if he or she has the authority to negotiate contracts on behalf of the applicant. Name, Title, Address, Phone, Cell, and Email Address. This should be the contact information for the applicants authorized representative. 2. Project to be Managed by is the individual who will be responsible for the day-to-day management of the project and will be the appropriate contact for WSDOT Aviation to communicate matters relating to the grant. This person could be an employee of the airport sponsor If the airport sponsor would like to authorize their consultant to communicate directly with WSDOT Aviation on their behalf, than this would be the that individual 3. Airport is the approved name of the airport. Check if the airport is included in the National Plan of Integrated Airport Systems (NPIAS) or whether it is designated as a Non-NPIAS airport. Select the appropriate FAA and State classifications from the dropdown lists. Select the appropriate Legislative and Congressional districts for the airport from the dropdown lists (If you are unsure of your districts, click on the hyperlink and enter the airport sponsor's address). 4. Project Name and Description Listed by Priority, along with Project Funding Sources Number the projects 1, 2, 3, etc. in order of the priority (high to low). The Project Name should be descriptive and be similar to the Project Title entered in the State Capitol Improvement Program (SCIP). Projects submitted that are not included in the SCIP will not be considered for funding. Give a brief but accurate description of the project. You will have the opportunity to expand upon this in the Project Data Sheets to follow. Insert the full cost of the project, the amount the airport sponsor will contribute (a minimum of 5% of the total cost for projects without federal funding or a minimum of half the local share required of federal funds e.g. FAA 90% / Local 5% / WSDOT 5%), and the amount you are requesting from the Aviation Division. Include any other funds including the funding source (e g. grant funds from another agency, private funds, etc.). The total of the first column must equal the total of all other columns. The totals for the columns will automatically be calculated. Please make these amounts as accurate as you can Actual project bid amounts or negotiated consultant fees are preferable If precise amounts are not yet available you are encouraged to use professional engineering estimates If these estimates turn out to be an understatement and inadequate to cover the cost of the actual project, WSDOT Aviation may not be able to cover the additional costs which may have to be borne by the applicant. You will be asked to provide additional information supporting these costs and the source on the project data sheets. DOT Form 900-030EF - Instructions Page 1 of 2 Revised 4/2021 5. Other Questions and Required Documentation Master Plan / ALP Narrative Report - Please indicate if the airport has an approved Airport Master Plan or Airport Layout Plan (ALP) Narrative Report by checking 'Yes' or 'No'. If 'Yes' insert the month and year the report is dated. Airport Layout Plan (ALP) - Please indicate if the airport has an approved Airport Layout Plan (ALP) by checking 'Yes' or 'No'. If 'Yes' insert the month and year the plan was approved. The project you are requesting funding for must be shown on the ALP in order to be considered for funding If the airport does not have an approved ALP, the only project the sponsor should request funding for is the preparation of an Airport Master Plan and ALP. Airport Information System (AIS) - Please indicate by checking 'Yes' or 'No' if the airport sponsor met the requirement to review and update their data in the AIS for the preceding calendar year by the December 31 deadline Greenhouse Gas Policy - RCW 70A.45, outlines fund distribution prerequisites for infrastructure and capital development projects, all airport sponsors should adopt a greenhouse gas emission reduction policy in accordance with this law. Please indicate by checking 'Yes' or 'No' if the airport sponsor has an adopted policy If 'Yes' submit a copy of the policy to WSDOT Aviation and indicate how you are submitting by selecting the appropriate response from the drop -down menu. For more information on this law, please visit Washington State Legislature's Revised Code of Washington (RCW) at https.//apes.leq.wa.gov/rcw/default.aspx?cite=70A.45 While having a policy is currently not a requirement that determines grant eligibility, it is anticipated in the near future that this will be an added requirement. Airport Aid Grant Assurances - The airport's signed acceptance of WSDOT Aviation's Airport Aid Program Grant Assurances (Chapter 468-260 WAC) must be submitted with each Airport Aid Application. Please indicate how you are submitting the signed grant assurances by selecting the appropriate response from the drop -down menu. Please include the the grant assurances document in its entirety. Adopted Resolution - Publicly owned airport sponsors must submit a resolution adopted by its elected officials The resolution shall 1) Authorize submittal of the application to WSDOT Aviation, 2) State that the sponsor has the required matching funds available, and 3) State the elected officials support of the application Please indicate how you are submitting the signed grant assurances by selecting the appropriate response from the drop -down menu 6. Signing and submitting the Grant Application WSDOT Aviation requests that airport sponsors submit the grant application and all supporting documentation electronically The Airport Aid Application, Project Data Sheet(s), and Supplemental Justification Sheet(s) will need to be emailed from the Applicant's Authorized Representative as the saved fillable form .pdf file (do not edit or alter the form in any way). The email being sent directly from the Applicant's Authorized Representative will serve in lieu of an actual signature on a printed document. All application forms and supporting documentation must be received by WSDOT Aviation by the published deadline. WSDOT will reply to the email acknowledging receipt of the application DOT Form 900-030EF - Instructions Page 2 of 2 Revised 4/2021 Washington State ®inks ® Department of Transportation Aviation Division Airport Aid Application Project Data Sheet A Steward for Washington's Aviation System' Complete a separate Project Data Sheet for each project listed from the Airport Aid Application (Form 900-030EF) Yakima Air Terminal -McAllister Field - Yakima Air Terminal -McAllister Field - Project No 1 - East GA Apron Rehabilitation Project I Project Category (Select One Only). e Pavement ()Safety 0 Planning 0 Security 0 Runway Safety 0 Equipment 0 Maintenance () Property 0 Other Rehabilitation MI Runway U Maintenance II Taxiway Reconstruction P' I Apron • New Construction $ Taxilane r Helipad IIII Other 2 Detailed Project Description / Approach to Accomplishing Project: This project consists of rehabilitating the East General Aviation apron area. This project will include milling the existing pavement and placing a 3-inch asphalt overlay, reconfiguration of the existing aircraft tiedown layouts and taxilane routes, including relacement of the tiedown anchors. installation of new LED apron floodlights on two (2) existing/new Tight poles and existing hangars. New Pavement markings including, taxiway and GA apron lead-in lines, movement/non-movement boundary lines, Terminal apron markings, SIDA markings, ground vehicle routes, etc Installation/construction of a new duct bank and cabling for a run of approximately 350 feet of runway and taxiway lighting circuits that is located within the apron rehabilitation area. 3 Project Justification: The Yakima Air Terminal's East GA apron encompasses approximately 30,000 SY of Asphalt Cement Pavement (ACP) The East GA apron accommodates a variety of aviation businesses and transient aircraft. The last major rehabilitation of this pavement was in the mid 1980's. In 2018 the Washington State Department of Transportation Aviation Division conducted a Pavement Condition index (PCI) report where the PCi value of the project area (out of 100) vaned. The pavements within the project area were assigned values in the mid-30s ranging to the 50s in some areas. The PCI values indicated that the pavement in the project area is poor to very poor 4 Cost Estimate Details. Source of Project Cost Estimate - Total Engineering cost to oversee construction activities and complete rehabilitation project is $2,893,374.00. Bids are expected to be received by April 23rd, 2021 with a recommendation of award to the Federal Aviation Administration by May 3rd, 2021. 5 Project Schedule: Expected Start of Project: 7/1/2021 Expected Completion of Project: 12/31/2021 Start of Work Covered by Grant: 7/1/2021 Completion of Work Covered by Grant:12/31/2021 Submit a detailed protect schedule (to include project milestones). Submitting project schedule via: Emailin: - Electronic Docum.li 6 Other Supporting project documentation (Required)• Submit a spending plan identifying anticipated grant expenditures by month. Submitting via• Emailing - Electronic DocumcD Submit job creation data using the Aviation Economic Impact Calculator Submitting via Emailing - Electronic DocumcM 7 Other Supporting project documentation (As Applicable): Submit documentation supporting your consultant selection process. Submitting via• Emailing - Electronic Documd Submit a copy of your consultant's Scope of Work. Submitting via Emailing - Electronic Docum1 Have project plans and specifications been prepared? Yes 1 No Has a property appraisal been completed for property acquisition? ®Yes No FAA AIP Project Numberr3-53-0089-047-2021 FAA Grant Contract Number 3-53-0089-047-2021 Other supporting documentation? DOT Form 900-030A EF Revised 4/2021 SCIP Priority Score (WSDOT Use Only) ® Washington State Department of Transportation Aviation Division Airport Aid Application Project Data Sheet Steward for Washington's Aviation System' Complete a separate Project Data Sheet for each project listed from the Airport Aid Application (Form 900-030EF) Yakima Air Terminal -McAllister Field - Yakima Air Terminal -McAllister Field - Project No 3 - I Project Category (Select One Only): °Pavement ()Safety ©Planning 0 Security 0 Runway Safety 0 Equipment °Maintenance °Property °Other II Rehabilitation fl Runway l% Maintenance Q Taxiway 111 Reconstruction ® Apron • New Construction Taxilane Helipad Other 2 Detailed Project Description / Approach to Accomplishing Project: There are several taxiways systems that have revealed high distressed longitudinal, transverse, and edge cracks that have spalled and have caused pieces to loosen which has caused Foreign Object Debris (FOD). Approximately 30,000 linear fect of cracks have been identified on the taxiway system to be cracksealed. The transient apron located East of RYW 22 serves local pilots and airport businesses such as McAllister Museum, Civil Air Patrol, Reno ' s on the Runway, and Cub Crafters. The apron encompasses approximately 45,000 square feet of asphalt where roughly 6,000 linear feet of cracks have been identified to be cracksealed. The project will remove old crackseal, clean the areas of repair, and fill the cracks with sealer, mastic or asphalt depending on thc width of the crack. This maintenance function will preserve the life expectancy of the asphalt and reduce the hazards to aircraft operations. 3 Project Justification: The Yakima Air Terminal -McAllister Field encompasses 5,573,055 sq/ft of asphalt to accommodate aircraft operations and aircraft parking areas. The Airport Master Plan update, adopted by City Council in 2015, identifies areas of asphalt that require rehabilitation using a Pavement Condition Index (PC1) rating between 0 and 100 (0 meaning failed pavement and 100 meaning excellent pavement). The apron East of RWY 22 has a PCI range of 55-45 based on thc 2018 pavement assessment conducted by WSDOT Aviation. This Apron is utilized by verity of businesses at the airport. The apron is also used by general aviation, corporate aircraft and many transient pilots who purchase fuel and visit tenants in the area. 4 Cost Estimate Details• Source of Project Cost Estimate - The average cost for crack seal repair in Yakima, WA is roughly $2.80 per linear foot. Total approximate cost to repair 36,000 linear feet of cracks is $100,000. 5 Project Schedule: Expected Start of Project: 7/1/2021 Expected Completion of Project:9/30/2021 Start of Work Covered by Grant: 7/1/2021 Completion of Work Covered by Grant:9/30/2021 Submit a detailed project schedule (to include project milestones). Submitting project schedule via. Emailing - Electronic Docum ,i 6 Other Supporting project documentation (Required): Submit a spending plan identifying anticipated grant expenditures by month. Submitting via Emailing - Electronic Documt Submit job creation data using the Aviation Economic Impact Calculator Submitting via Emailing - Electronic DocumEE 7 Other Supporting project documentation (As Applicable): Submit documentation supporting your consultant selection process. Submitting via: Emailing - Electronic DocumED Submit a copy of your consultant's Scope of Work. Submitting via Emailing - Electronic Documd Have project plans and specifications been prepared? a% Yes • No Has a property appraisal been completed for property acquisition? • Yes 12 No FAA AIP Project NumberN/A FAA Grant Contract NumberN/A Other supporting documentation? DOT Form 900-030A EF Revised 4/2021 SCIP Priority Score (WSDOT Use Only) D Instructions for Project Data Sheet (DOT Form 900-030A) Complete a separate Project Data Sheet for each project listed from the Airport Aid Application (Form 900-030EF) Three individual sheets have been created and have automatically populated data for Airport Sponsor, Airport Name, Project No. and Title. If there are more than three projects, you will need to complete an additional application packet. 1. Project Category and Type - Mark the appropriate project category. Some categories will also expand asking for a more specifiec project type under that category (e g Category - Pavement, Project Type - Rehabilitation). Select only the category of the most prominent work element of your project. 2. Detailed Project Description - Provide a brief but descriptive narrative of the project to thoroughly explain what will be accomplished by the project. Please be as clear and specific as possible. Example Runway 7/25 (3200' x 60') rehabilitation to include grinding top 1/2-inch of asphalt and overlaying with 2 inches of Class B hot mix asphalt (HMA). The project will also include markings and displacing Runway 7 by 100 feet. 3. Project Justification - Provide a brief narrative to justify why the project should receive state funding Explain if it is a pavement project recommended by WSDOT Aviation's Airport Pavement Management System (provide details such as the specific pavement sections, PCI values, etc.), if a certain activity level at the airport has triggered the need for the improvements, or if the project is to correct an item of non-compliance found during a 5010 inspection or FAA compliance inspection 4. Cost Estimate Details - Provide specific information as to how the project costs shown on the first page of the Airport Aid Application were arrived at including the source (i e bid tab, engineer's estimate, vendor quote, etc.). Be sure to include a detailed itemization of the specific costs (i e labor and overhead costs not just construction costs in your estimate (i e design engineering, environmental, project bidding, construction, construction observation, etc.) 5. Project Schedule - Indicate the expected start and completion of the project as well as the dates for when the work that would be included in the grant is beginning and ending. Note that these two sets of dates can be different based on the date advertised in which project work will be eligible For example, WSDOT Aviation's grant cycle may be the first in the state's biennium and can only fund work that would take place after July 1st, but the airport is a NPIAS airport and has received a grant from the FAA and opted to begin the work in May as to not delay the project. In this example, only the work taking place after July 1 would be eligible for grant funds Also submit a detailed project schedule that includes major milestones, key deliverables, specific actions, etc. 6. Other Supporting Project Documentation (Required) - 1) Submit a spending plan showing anticipated grant reimbursement amounts by month over the duration of the project, and 2) Submit information on jobs created by the project (WSDOT's Aviation Economic Impact Calculator is a good tool for this) 7. Other supporting Project Documentation (As Applicable) - Provide any additional information as applicable that will help WSDOT Aviation fully understand your project. DOT Form 900-030A EF - Instructions Revised 4/2021 Washington State ®® Department of Transportation Aviation Division Airport Aid Application Supplemental Justification "A Steward for Washington's Aviation System" Complete a separate Supplemental Justification for each project listed from the Airport Aid Application (Form 900-030EF) Yakima Air Terminal -McAllister Field - Yakima Air Terminal -McAllister Field - Project No 1 - East GA Apron Rehabilitation Project 1 Will the project correct an identified airport safety hazard, deficiency, or non-standard design item? EYes ®No If Yes, specifiy the correction(s) Rehabilitation of the East GA apron will ensure the apron remains dependable for the general aviation users, corporate aircraft, and the business that operate out of the East GA apron. This project will remove approximately 30,000 SY of Asphalt Cement Pavement (ACP). The project will meet FAA standards and address safety hazards. The East GA apron has asphalt cracks that are over 3 inches wide and many areas where the cracks are causing raveling which becomes a Forging Object Debris issue (POD). Additionally, thc Fast GA apron is 40 years old and requires reconstruction to ensure safety FAA design standards contained in AC 150/5300-13A. The rehabilitation of the East GA apron will not only meet FAA safety and design standards, but will enhance pavement strength and provide additional security with the proposed installation of new LED lighting fixtures. 2. Does the project serve a vital community need? If Yes, specify the need(s). 0Yes ®No Rehabilitation of the East GA apron is important to the aviation community as well as to the local community The East GA Apron serves local aviation business at the airport, cooperate jets, transient pilots and flight school students. The apron is also used as a location to fuel aircraft and park long term via the tiedowns locations. 3 Does the project promote economic development and financial sustainability for the airport? If 0Yes ENo Yes, please elaborate The East GA apron rehabilitation project is a high priority for economic development opportunities at the Yakima Airport as it allows access to corporate and general aviation aircraft to maintenance facilities, flight school and other aviation businesses. This project will employ local asphalt firms to address FAA design standards and safety hazards. Additionally, businesses located on the East GA apron who conduct business, promote jobs in the industry This project will produce jobs in the community to replace aging infrastructure in thc future. 4 Project Readiness. a. Has required environmental documentation (e g NEPA/SEPA) been approved? b Is project ready to proceed immediately? EYes ®No 0Yes ®No LAND USE COMPATIBILITY 1 Does the local land use jurisdiction recognize the airport as an Essential Public Facility in its comprehensive plan? If Yes, provide reference to the specific location(s) in the plan. City of Yakima Comprehensive Plan (Page 3-10) 2 Does the comprehensive plan include the airport in the 'Transportation System Inventory'? If Yes, provide reference to the specific location(s) in the plan City of Yakima Comprehensive Plan (Chapter 6) City of Yakima Comprehensive Plan (Chapter 3-10) 3 Does the comprehensive plan include policies that discourages the development of incompatible land uses adjacent to the airport? If Yes, provide reference to the specific location(s) in the plan YMC Chapter 15.30 Airport safety Overlay 4 Are regulations in place that prohibit penetration of FAR Part 77 surfaces? If Yes, provide reference to the specific regulation(s) YMC Chapter 15.30.050 Height Restrictions 5 Is zoning in place that discourages the development of incompatible land uses adjacent to the airport? If Yes, provide reference to the specific code(s) YMC Chapter 15.30 Airprot Safety Overlay 6 Is zoning in place to regulate height hazards? If Yes, provide reference to the specific code(s) YMC Chapter 15.30.050 Height Restrictions EYes ®No EYes ENo 0Yes ®No Yes No Yes No Yes No 7 Does the land use authority require aviation activity notices (e g title notice, notice on the plat)? nYes FINo DOT Form 900-030B EF Revised 4/2021 a Washington State �I® Department of Transportation Aviation Division Airport Aid Application Supplemental Justification "A Steward for Washington's Aviation System" Complete a separate Supplemental Justification for each project listed from the Airport Aid Application (Form 900-030EF) Yakima Air Terminal -McAllister Field - Yakima Air Terminal -McAllister Field - Project No 2 - Airfield Maintenance Crackseal 1 Will the project correct an identified airport safety hazard, deficiency, or non-standard design item? El Yes ®No If Yes, specifiy the correction(s) This project will remove approximately 6,000 linear feet of old crackseal material, prep the areas and apply new crakscal. This project will also provide preparation and install of new crackseal material to approximately 30,000 linear feet. 2. Does the project serve a vital community need? If Yes, specify the need(s) El Yes ® No The apron is used for local aviation businesses, the GA community and transient pilots. Additionally the apron is used for aviation fuel and for pilots who wish to self -fuel their aircraft. 3 Does the project promote economic development and financial sustainability for the airport? If Yes ❑ No Yes, please elaborate The Project will employ local asphalt firms to address safety concerns and give transient pilots the opportunity to spend money within the local aviation businesses located on the apron. This will promote economic development for the airport. 4 Project Readiness a. Has required environmental documentation (e g NEPA/SEPA) been approved? b Is project ready to proceed immediately? EYes ONo Yes fNo DOT Form 900-030B EF Revised 4/2021 The following Airport Aid Program Grant Assurances are incorporated herewith and form a part of the sponsor's application for funding under the Airport At G ant Program. I Signature of Applicant's Authorized Representative: G' Title of Representative: r,1 z) VICL.(3 Date: �Li�'\ �J Chapter 468-260 WAC Last Update: 3/14/13 AIRPORT AID PROGRAM GRANT ASSURANCES WAC Sections 468-260-010 General. 468-260-020 Duration and applicability. 468-260-030 Sponsor certification. 468-260-010 General. (1) Airport sponsors shall comply with these assurances pursuant to and for the purpose of carrying out the provisions of the state of Washington airport aid program grant agreements. (2) Airport sponsors will submit these assurances as part of the project application requesting funds under the provisions of RCW 47.68.090 As used herein, the term "public agency sponsor" means any municipality or municipalities acting jointly or any Indian tribe recognized by the federal government or such tribes acting jointly in the planning, acquisition, construction, improvement, maintenance, or operation of an airport, owned or controlled, or to be owned or controlled by such municipality or municipalities or Indian tribe or tribes, to be held available for the general use of the public; the term "private sponsor" means any person or persons acting jointly in the planning, acquisition, construction, improvement, maintenance, or operation of an airport, owned or controlled, or to be owned or controlled by such person or persons, to be held available for the general use of the public; and the term "sponsor" includes both public agency sponsors and private sponsors. (3) Upon a sponsor's acceptance of a grant offer by the department, these assurances are incorporated in and become part of the grant agreement. [Statutory Authority RCW 47.68.090. 13-07-037, § 468-260-010, filed 3/14/13, effective 4/14/13.] 468-260-020 Duration and applicability. (1) Washington airport aid program projects undertaken by a 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 project, not to exceed twenty years from the date of acceptance of a grant offer of state 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 state funds (2) Airport planning undertaken by a sponsor. Unless otherwise specified in this grant agreement, only Assurances C 1, 2, 3, 4, 6, 7, 8, 13, 20, 33, 34, and 35 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. [Statutory Authority RCW 47.68.090. 13-07-037, § 468-260-020, filed 3/14/13, effective 4/14/13.] 468-260-030 Sponsor certification. The sponsor certifies, with respect to this grant that: (1) General state requirements. It will comply with all applicable Washington state laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the application, acceptance and use of state funds for this project including, but not limited to, the following: (a) State legislation FE Chapter 8.26 RCW (Relocation assistance -- Real property acquisition policy) - Chapter 27.34 RCW (State historical societies -- Historic preservation) C Chapter 27.44 RCW (Indian graves and records) L Chapter 27.48 RCW (Preservation of historical materials) E RCW 29A.84.620 (Hindering or bribing voter) Chapter 36.70A RCW (Growth management -- Planning by selected counties and cities) E Title 37 RCW (Federal areas -- Indians) Chapter 39.12 RCW (Prevailing wages on public works) RCW 47.29.200 (Prevailing wages) RCW 47.68.280 (Investigations, hearings, etc. -- Subpoenas -- Compelling attendance) RCW 47.68.310 (Enforcement of aeronautics laws) Title 49 RCW (Labor regulations) - Title 64 RCW (Real property and conveyances) TI Chapter 70.94 RCW (Washington Clean Air Act) Title 86 RCW (Flood control) Title 91 RCW (Waterways) E Title 12 WAC (Transportation, department of (aeronautics commission)) L Title 18 WAC (Air pollution) C Title 25 WAC (Archaeology and historic preservation, department of) E WAC 330-01-050 (dispositions, metropolitan municipal corporations) C Title 167 WAC (Drug abuse prevention office) C_ Title 197 WAC (Ecology, department of (environmental policy, council on)) L Title 198 WAC (Environmental and land use hearings office) Title 199 WAC (Environmental hearings office (environmental and land use hearings board)) L Title 254 WAC (Historic preservation, advisory council on) Title 326 WAC (Minority and women's business enterprises, office of) 11 Chapter 330-01 WAC (Procedures for corridor and design public hearings under RCW 35.58.273) Chapter 468-100 WAC (Uniform relocation assistance and real property acquisition) WAC 468-100-008 (Compliance with other laws and regulations) - Title 357 WAC (Financial management, office of -- State human resources director) Title 508 WAC (Ecology, department of (water resources)) (b) Executive orders - Governor's Executive Order 92-01 (Establishing Governor's Policy on a Drug -Free Work Place) Governor's Executive Order 96-04, Implementing the Americans with Disabilities Act and superseding Executive Order 93-03 Governor's Executive Order 05-05 (Archaeological and Cultural Resources) Governor's Executive Order 11-01, superseding Executive Order 09-04, Amending Washington Council on Aerospace C Governor's Executive Order 12-02 (Workforce Diversity and Inclusion) (2) General legal requirements. It will comply with all applicable laws and ordinances, orders, guidelines, policies, directives, rules and regulations of municipal, county, and federal governmental authorities or regulatory agencies. (3) 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 (4) Sponsor fund availability. It has sufficient funds available for the portion of the project which is not paid by the state of Washington. It has sufficient funds available to assure operation and maintenance of items funded under this grant agreement which it will own or control. (5) Good title. It holds good title, satisfactory to the department, to the areas of the airport or site thereof necessary for aircraft takeoff and landing as well as those necessary for the movement of aircraft to and from the landing and takeoff areas, or gives assurances satisfactory to the department that good title will be acquired prior to accepting grant funds. (6) 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 department, 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 department. (b) It will not sell, lease, encumber, or otherwise transfer or dispose of any part of its title or other interests in the property associated with this application or that portion of the property upon which state funds have been expended, for the duration of the terms, conditions, and assurances in this grant agreement without approval by the department. If the transferee is found by the department to be eligible 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 sponsors interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement. (c) If the sponsor is a private sponsor, it will, to the department's satisfaction, ensure that the airport will continue to function as a public -use airport in accordance with these assurances for the duration of these assurances. (d) 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, to the department's satisfaction, reserve and document in arrangements with said party sufficient rights and authority to ensure that the airport will be operated and maintained in accordance with the regulations and the terms, conditions, and assurances in this grant agreement and shall ensure that such arrangement also requires compliance therewith (e) Sponsors of commercial service airports will not permit or enter into any arrangement that allows an 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. (f) Sponsors of general aviation airports entering into any arrangement that allows an owner of residential real property adjacent to or near the airport must comply with the requirements set forth in Section 136 of Public Law 112- 95 (7) Consistency with local plans. Certify, to the department's satisfaction, that the project is consistent with plans (existing at the time of submission of this application) of public agencies that are authorized to plan for the development of the area surrounding the airport. (8) Consideration of local interest. Certify, to the department's satisfaction, that it considered the interest of communities in or near where the project is located (9) Consultation with users. Certify to the department's satisfaction that when it made a decision to undertake any project, that it consulted with affected parties using the airport. (10) Public hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it held 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 department, submit a copy of the transcript of such hearings to the department. Further, for such projects, its management board contain(s/ed) either voting representation from the communities where the project is located or it advised communities that they have the right to petition the department concerning a proposed project. (11) Air and water quality standards. In projects involving airport location, a major runway extension, or runway location, it will provide the department appropriate written certification that the project will be located, designed, constructed, and operated so as to comply with applicable federal, state, and local 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, or the secretary of the Department of Ecology, certification shall be obtained. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the department. (12) Pavement preventive maintenance. With respect to a project for the replacement or reconstruction of airport pavement, it assures or certifies to the department's satisfaction 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 state financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the department determines may be useful. (13) Accounting system, audit, and recordkeeping requirements. (a) It shall keep all project accounts and records which fully disclose the amount and disposition 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 RCW 43.09.200 and the Washington state budgetary, accounting, and reporting system (BARS) manuals and financial reporting packages. (b) It shall make available to the department and the Washington state auditor's office, 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 department 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 department not later than six months following the close of the fiscal year for which the audit was made. (14) Wage rates. It shall include in all contracts in excess of two thousand five hundred dollars, or as outlined in WAC 296-127-050, for work on any projects funded under this grant agreement which involve labor, provisions establishing minimum rates of wages under the Washington State Prevailing Wages on Public Works Act, chapter 39.12 RCW, 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. This shall be documented by a statement of intent to pay prevailing wages and an affidavit of wages paid (15) Nondiscrimination requirements. It shall prohibit discrimination in all phases of contracted employment, contracting activities and training pursuant to Title VI of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, the Age Discrimination Act of 1975, the Justice System Improvement Act of 1979, the Americans with Disabilities Act of 1990, the Civil Rights Restoration Act of 1987, 49 C.F R. Part 21, chapter 49.60 RCW and other related laws and statutes. (16) Equal employment opportunity (EEO) responsibilities. It shall comply with regulations relative to nondiscrimination in state -assisted programs of the department, which are herein incorporated by reference and made a part of this project. With regard to the work performed during the project, it shall not discriminate on the grounds of race, color, gender, creed, national origin, age, sexual orientation, gender identity, marital status, disability or veteran status in the selection and retention of contractors, consultants and service providers, including procurement of materials and leases of equipment. (17) 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 ensure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to honorably discharged military personnel who are veterans of any war of the United States, or of any military campaign for which a campaign ribbon shall have been awarded, and their widows or widowers, shall be preferred for appointment and employment. Age, loss of limb, or other physical impairment, which does not in fact incapacitate, shall not be deemed to disqualify them, provided they possess the capacity necessary to discharge the duties of the position involved as defined in RCW 73.16.010 However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. (18) Conformity to plans and specifications. It will execute the project subject to plans, specifications, and schedules approved by the department. Such plans, specifications, and schedules shall be submitted to the department prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval of the department, shall be incorporated into this grant agreement. Any modification to the approved plans, specifications, and schedules shall also be subject to approval of the department, and incorporated into this grant agreement. (19) 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 department for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the department and such work shall be in accordance with regulations and procedures prescribed by the department. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the department shall deem necessary (20) 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 by the department. (b) It will furnish the department with reports pertaining to the planning project and planning work activities, as designated by the department. (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 state of Washington. (d) It will make all material prepared in connection with this grant 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 department unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. (f) It will grant the department the right to disapprove the sponsor's selection of specific consultants and their subcontractors to do all or any part of projects funded by this grant as well as the right to disapprove the proposed scope and cost of professional services. (g) It will grant the department 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 department's approval of this project grant or the department's approval of any planning material developed as part of this grant does not constitute or imply any assurance or commitment on the part of the department to approve any pending or future application for an airport aid grant. (21) Operation and maintenance. 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 or the state of Washington, 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 nonaeronautical purposes must first be approved by the department. In furtherance of this assurance, the sponsor will have in effect arrangements for - (a) Operating the airport's aeronautical facilities whenever required, (b) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions, and (c) 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 (22) Hazard removal and mitigation. It assures that such terminal airspace under the appropriate category of Federal Air Regulation Part 77, 14 C F R. 77, 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. Where hazards are on land owned by others, the sponsor will make every effort to coordinate with owners to mitigate airport hazards. (23) Compatible land use. It shall, either by the acquisition and retention of property interest, in fee or easement, or by seeking enforcement of local zoning action, prevent the construction of any object which may constitute an incompatible land use such as residential encroachment, wildlife attractants, uses that emit smoke, steam, glare, or electromagnetic interference, and height hazards. Sponsor will take proactive measures to discourage incompatible land uses adjacent to the airport, to include a formal consultation with local jurisdictions on land use issues, and support and/or recommend land use regulations consistent with WSDOT best management practices found in WSDOT's Airports and Compatible Land Use Guidebook. (24) Economic nondiscrimination. (a) It will make the airport available as an airport for public use and without 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 (i) Furnish said services on a reasonable, nondiscriminatory, basis to all users thereof; and (ii) Charge reasonable, and nondiscriminatory, 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, nontenant, 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 nontenants and signatory carriers and nonsignatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld 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. 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 (g) The sponsor may establish such reasonable, and nondiscriminatory, conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. 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. (25) Exclusive rights. It will not grant exclusive right for the use of the airport to any person(s) providing, or intending to provide, aeronautical services to the public. For purposes of this subsection, the providing of the services at an airport by a single fixed -based operator shall not be construed as an exclusive right if the following apply. (a) It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services; (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 existing at such an airport before the grant of any assistance under RCW 47.68.090; and (c) It has received approval from the department. (26) Fee and rental structure. It will maintain a competitive 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 factors such as the volume of traffic and economy of collection. No part of the state share of an airport development or airport planning project for which a grant is made under RCW 47.68.090 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. (27) Airport revenues. All revenues generated by the airport and any local taxes established after December 30, 1987, on aviation fuel, 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 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 subsection (a) 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 (b) If the department 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 twenty-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. (c) When requested by the department, the sponsor will obtain an audit that will review, and the resulting audit report will provide an opinion concerning, the use of airport revenue and taxes, and indicate whether funds paid or transferred to the owner or operator were paid or transferred in a manner consistent with state law and any other applicable provision of law, including any regulation promulgated by the secretary Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with state law (28) Reports and inspections. It will (a) Submit to the department such annual or special financial and operations reports as the department may request and make such reports 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 department; 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 department upon request; (b) In a format and time prescribed by the department, provide to the department and make available to the public following each of its fiscal years, an annual report listing in detail (i) All amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and (ii) 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 (29) Use by government aircraft. It will not charge the state or its agencies (except for those under contract), for limited but reasonable, nonroutine, search and rescue, law enforcement or public safety use of public landing and aircraft parking facilities. The sponsor may require written verification of an entity's official government business status, and notification prior to use of facilities. (30) Land for state facilities. It will furnish without cost to the state of Washington 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 for these same purposes, rights in buildings of the sponsor as the department considers necessary for construction, operation, and maintenance at state expense of space or facilities. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the department. (31) Airport layout plan. (a) It will provide airport layout plans (ALPs) as prescribed in WSDOT's Aviation Grant Procedures Manual It will keep up-to-date at all times an airport layout plan of the airport showing (i) Boundaries of the airport and all proposed additions thereto, together with the boundaries of all off -site areas owned or controlled by the sponsor for airport purposes and proposed additions thereto, (ii) 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, (iii) The location of all existing and proposed nonaviation areas and of all existing improvements thereon, and (iv) 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 department which approval shall be evidenced by the signature of a duly authorized representative of the department on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations to the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the department and which might, in the opinion of the department, 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 department determines adversely affects the safety, utility, or efficiency of any state-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 department, the owner or operator will, if requested, by the department. (i) Eliminate such adverse effect in a manner approved by the department; or (ii) Bear all costs of relocating such property (or replacement thereof) to a site acceptable to the department 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 department's design standards beyond the control of the airport sponsor (32) Disposal of land. (a) For land purchased under a grant for airport development purposes, 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 department an amount equal to the states' proportionate share of the fair market value of the land The portion of the proceeds proportionate to the states' share of the cost of acquisition of such land will, upon application to the department, be reinvested or transferred to another eligible airport as prescribed by the department. The department shall give preference to the following, in descending order. (i) Payment to the state of Washington for deposit in the aeronautics account; or (ii) Reinvestment in an approved project that is eligible for grant funding under RCW 47.68.090 (b) Land shall be considered to be needed for airport purposes under this assurance if. (i) It may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (ii) The revenue from interim uses of such land contributes to the financial self-sufficiency of the airport. (c) Disposition of such land 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. (33) Engineering and design services. It will award each contract, or subcontract 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 WSDOT Consultant Services Manual M-27- 50 02 or an equivalent qualifications -based requirement prescribed for or by the sponsor of the airport. (34) 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. Sponsors are encouraged to "Buy American" whenever feasible and appropriate. (35) Policies, standards, and specifications. It will carry out the project in accordance with policies, standards, and specifications approved by the department and included in this grant, and in accordance with applicable state policies, standards, and specifications. (36) Relocation and real property acquisition. It will be guided in acquiring real property, to the greatest extent practicable under state law, by the land acquisition policies in RCW 8.26.180 (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 department -assisted contract or in the administration of its DBE program or the requirements of Governor's Executive Order 12-02. (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. For the purpose of this section, a long-term lease is defined as not to exceed fifty years. [Statutory Authority RCW 47.68.090. 13-07-037, § 468-260-030, filed 3/14/13, effective 4/14/13.] Washington State ®® Department of Transportation Economic Impact Calculator Yakima Air Terminal (McAllister Field) Spending Economic Impact by Industry for Economic Impacts Summary On -Airport Jobs Employment Results Total State v Temporary Construction Jobs Visitor Spending Jobs Economic Impacts Summary El Impact Type Jobs Labor Income ($) Value Added ($) Business Revenues ($) Direct Impact 1,061 $78,524,000 $152,565,000 $363,976,000 On -Airport 818 $69,886,000 $137,861,000 $339,096,000 Temporary Construction 51 ' $3,162,000 $4,270,000 $8,023,000 Visitor Spending 192 $5,475,000 $10,434,000 $16,857,000 Supplier (Indirect) Impact 608 $45,289,000 $68,553,000 $117,054,000 On -Airport 564 $42,355,000 $63,572,000 $108,737,000 Temporary Construction 11 $840,000 $1,353,000 $2,299,000 Visitor Spending 33 $2,091,000 $3,628,000 $6,019,000 Income Re -spending (Induced) Impact 727 $39,301,000 $70,981,000 $115,170,000 On -Airport 670 $36,119,000 $65,230,000 $105,845,000 Temporary Construction 20 $1,116,000 $2,014,000 t $3,270,000 Visitor Spending 37 $2,066,000 $3,732,000 $6,054,000 Total Impact 2,396 $163,114,000 $292,099,000 $596,200,000 On -Airport 2,052 $148,362,000 $266,667,000 $553,678,000 Temporary Construction 82 $5,119,000 ' $7,638,000 ' $13,593,000 Visitor Spending 262 $9,631,000 $17,794,000 $28,930,000 Copyright WSDOT © 2021 Washington State ®AIM ; Department of Transportation Economic Impact Calculator Yakima Air Terminal (McAllister Field) Data Economic Impacts Summary Spending Economic Impact by Industry for On -Airport Jobs Employment Results Total State v Temporary Construction Jobs Visitor Spending Jobs Jobs by Sector (On -Airport) Q NAICS Sector 111-115,211-213 221 Agriculture & Extraction Utilities Direct 2 0 Jobs Supplier Income Sale Re -spending 5 3 Total 6 13 2 5 230 Construction 0 10 8 18 311-339 Manufacturing 420 49 9 478 420 Wholesale Trade 5 42 20 67 441-454 Retail Trade 0 4 100 104 481-488 Transportation 233 40 18 291 491-493 Postal & Warehousing 47 24 3 6 77 511-519 Media and Information 1 17 11 29 521-525, 531-533 Financial Activities 12 44 , 73 129 541,551,561-562 Professional & Business 29 275 68 372 611, 621-624 Education & Health 16 1 155 172 711-713, 721-722,811-814 Other Services 51 42 187 280 920 Government 2 8 7 17 Total 818 564 670 2,052 Copyright WSDOT © 2021 Washington State ®® Department of Transportation Economic Impact Calculator Yakima Air Terminal (McAllister Field) Data Spending Economic Impact by Industry for Economic Impacts Summary On -Airport Jobs Employment Results Total State Temporary Construction Jobs Visitor Spending Jobs Jobs by Sector (Temporary Construction) ❑X NAICS Sector Direct 111-115, 211-213 Agriculture & Extraction 0 221 Utilities 0 230 Construction 51 Jobs Supplier Income Sale Re -spending 1 0 0 Total 0 1 0 0 0 51 311-339 Manufacturing 0 1 0 1 420 Wholesale Trade 0 1 1 2 441-454 Retail Trade 0 2 3 5 481-488 Transportation 0 1 1 2 491-493 Postal & Warehousing 0 0 ; 0 0 511-519 Media and Information 0 0 0 0 521-525, 531-533 Financial Activities 0 1 2 3 541,551,561-562 Professional & Business 0 3 2 5 611, 621-624 Education & Health 0 0 5 5 711-713, 721-722,811-814 Other Services 0 1 6 7 920 Government 0 0 0 1 0 Total 51 11 20 82 Copyright WSDOT © 2021 •TWashington State i Departmentof Transportation Economic Impact Calculator Yakima Air Terminal (McAllister Field) 'Data Spending Economic Impact by Industry for Economic Impacts Summary On -Airport Jobs Employment Results Total State V Temporary Construction Jobs Visitor Spending Jobs Jobs by Sector (Visitor Spending) ❑X NAICS Sector Direct 111-115, 211-213 Agriculture & Extraction 221 Utilities 230 Construction Jobs Supplier Income Sale Re -spending 0 1 0 0 0 0 0 1 0 Total 0 311-339 Manufacturing 0 1 0 1 420 Wholesale Trade 0 1 1 2 441-454 Retail Trade 13 1 6 20 481-488 Transportation 32 1 1 34 491-493 Postal & Warehousing 0 ' 1 ; 0 1 511-519 Media and Information 0 1 1 2 521-525, 531-533 Financial Activities 0 , 6 4 10 541,551,561-562 Professional & Business 0 12 4 16 611, 621-624 ' Education & Health 0 0 ; 9 9 711-713, 721-722,811-814 Other Services 147 7 11 165 920 Government 0 0 0 0 Total 192 " 33 37 262 Copyright WSDOT © 2021 A RESOLUTION RESOLUTION NO. R-2021-042 authorizing a grant application to the Federal Aviation Administration (FAA) for Capital Improvement Projects at the Yakima Air Terminal -McAllister Field WHEREAS, the City owns and operates the Yakima Air Terminal -McAllister Field in accordance with applicable Federal, State, and Local regulations, and WHEREAS, the Federal Aviation Administration makes federal grants available to airports to maintain and improve airport facilities, and WHEREAS, the Yakima Air Terminal -McAllister Field has been notified that grant funds may be available to maintain and/or improve the airport upon submission of completed grant applications and satisfaction of certain conditions, and WHEREAS, the Yakima Air Terminal -McAllister Field has recently completed an Airport Master Plan Update, which details a variety of Federal Aviation Administration required capital improvement projects, including rehabilitating the airport's East General Aviation Apron, together with removal and replacement of approximately 30,000 square yards of asphalt, associated drainage, tiedowns, pavement markings and apron lighting, and WHEREAS, the grant application will request a total of approximately Three Million Seventy -One Hundred Thousand One Hundred Four ($3,071,104) dollars in grant funding from the Federal Aviation Administration, of which the Federal Aviation Administration will provide up to 90% of the funds needed for capital improvements and the airport will match the remaining 10% through its Passenger Facility Charge program for said projects, and WHEREAS, the City Council deems it to be in the best interest of the City and its residents to authorize submission of the grant application to the Federal Aviation Administration for grant funds needed to accomplish the identified capital improvements and, if grant funds are awarded, to accept the funds for the purposes identified in the grant application, Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: 2 The City Manager is hereby authorized and directed to submit a completed grant application to the Federal Aviation Administration to rehabilitate the airport's East General Aviation Apron, together with removal and replacement of approximately 30,000 square yards of asphalt; associated drainage, tiedowns, pavement markings and apron lighting at the Yakima Air Terminal -McAllister Field 3 If grant funds are awarded, the City Manager is further authorized and directed to accept said grant funds to be applied to the purposes specified above ADOPTED BY THE CITY COUNCIL this 6th day of April, 2121 ATTEST Sony atricia Byers, /layor �� ENGINEER'S OPINION OF PROBABLE COST J•U•B ENGINEERS, INC. PROJECT East GA Apron Rehabilitation DATE: April 19, 2021 CLIENT Yakima Air Terminal - McAllister Field CLIENT PROJ. NO. AIP 3-53-0089-47-2020 J-U-B PROJ. NO. 45-20-008 BASE.BIDSCHED_ ULE:1' ..' ; '. ..'!1,-, -�.`'..>#d ••'`1 fit .=>.i.%i.k..._..... .r.FEwZ -ter ..'-.tiTt'._ �''',.' ,}. ITEM NO. SPEC ITEM DESCRIPTION SCHEDULE OF VALUES QUANTITY UNIT PRICE AMOUNT 1 C-105 Mobilization 1 LS $200,000.00 $200,000.00 2 C-100 Contractor Quality Control Program (CQCP) 1 LS $15,000.00 $15,000.00 3 SP-1 1 Construction Safety 1 LS $45,000.00 $45,000.00 4 SP-1.2 Contractor Provided SPCD 1 LS $4,000.00 $4,000.00 5 SP-1.3 Trench Safety 1 LS $5,000.00 $5,000.00 6 SP-2.1 Construction Surveying 1 LS $50,000.00 $50,000.00 7 SP-3.1 Tie Down Anchors (Set of 3) 28 EA $2,500.00 $70,000.00 8 SP-5.1 Airport Gate Access Security 1 LS $35,000.00 $35,000.00 9 SP-6-5.1 Asphalt Overlay Fabric 8,000 SY $8.00 $64,000.00 10 P-101-5.1 Pavement Removal 22,000 SY $3.00 $66,000.00 11 P-101-5.2a Joint and Crack Repair (<0.5-Inch Width) 3,000 LF $3.00 $9,000.00 12 P-101-5.2b Joint and Crack Repair (0.5 to 1.5-Inch Width) 2,000 LF $2.00 $4,000.00 13 P-101-5.2c Joint and Crack Repair (>1.5-Inch Width) 500 LF $8.00 $4,000.00 14 P-101-5.3 Cold Milling 8,000 SY $4.00 $32,000.00 15 P-101-5.4 Removal of Pipe and other Buried Structures 1 LS $50,000.00 $50,000.00 16 P-101-5.5 Place Asphalt Millings 5,500 SY $10.00 $55,000.00 17 P-101-5.6 Sawcutting 2,500 LF $20.00 $50,000.00 18 P-152-4 1 Unclassified Excavation (Without Haul) 200 CY $30.00 $6,000.00 19 P-152-4.2 Unclassified Excavation (Including Haul) 1,420 CY $30.00 $42,600.00 20 P-153-6.1 Controlled Low -Strength Material (CLSM) 30 CY $300.00 $9,000.00 21 P-154-5.1 Subbase Course 340 CY $50.00 $17,000.00 22 P-154-5.2 Geotextile Separation Fabric 1,150 SY $3.00 $3,450.00 23 P-208-5.1 Aggregate Base Course 50 CY $55.50 $2,775.00 24 P-209-5.1 Crushed Aggregate Base Course 700 CY $55.50 $38,850.00 25 P-401-8.1 Asphalt Surface Course 6,100 TON $120.00 $732,000.00 26 P-620-5.1a Pavement Marking Removal 360 SF $6.00 $2,160.00 27 P-620-5.2b Marking 340 SF $1.00 $340.00 28 P-620-5.4d Temporary Runway and Taxiway Marking 5,700 SF $1.00 $5,700.00 29 T-901-5.1 Seeding 0.35 AC $7,500.00 $2,625.00 30 D-701-5.1 6-Inch Diameter Ductile Iron Pipe 63 LF $45.00 $2,835.00 31 D-751-5.2 Catch Basins 2 EA $2,000.00 $4,000.00 32 D-751-5.1 Manholes 1 EA $4,000.00 $4,000.00 33 D-751-5.5 Adjust Structure Rim Elevation 1 EA $1,000.00 $1,000.00 34 D-751-5.6 Adjust Structure Rim Elevation and Replace Lid (Aircraft Rated) 11 EA $2,000.00 $22,000.00 35 D-751-5.7 Adjust Structure Rim Elevation and Replace Lid (H20 Rated) 1 EA $2,000.00 $2,000.00 36 L-108 L-824C 5kV #8, Installed 1,370 LF $2.00 $2,740.00 37 260519 600V Wiring - #12 awg 350 LF $0.95 $332.50 38 260519 600V Wiring - #8 awg 700 LF $1 45 $1,015.00 39 260543 Ductbank, 8-way, 2" 341 LF $75.00 $25,575.00 40 260543 Duct, encased, 1" 260 LF $25.00 $6,500.00 41 265613 Light pole and base 2 EA $8,000.00 $16,000.00 42 265619 Luminaire, apron flood 10 EA $2,500.00 $25,000.00 :., '.JS"x , �Yi; 1 'r•:-, r...k5 �'•.$, ::+4:..%T'?, �'i1 .._., ., .,.�. 1F- J. «. �,�i.'..1yk? 't. . �t�'-f SUBTOTAL CONSTRUCTION COSTS : ``„`" $i;733;497.50. Sales Tax 8.3% $143,880.29 Contingency 15.0% $260,024.63 TOTAL ESTIMATED CONSTRUCTION COSTS ''?'-s.'`$2;137,402:42 ��1 .. .. ... 'S,Y ..r _..i•.. Y� 7. ..n: .. n.. .';y 1;.a �": .... w; , .,..+'Y �4';'. �.. .. �;°i ^. .. '..y i- k'' ems' • e. .« .. J-U-B ENGINEERS, INC. W. 422 Riverside, Suite 304, Spokane, Washington 99201 �r U S Department of Transportation Federal Aviation Administration July 21, 2020 Mr Robert Peterson, C M Airport Director City of Yakima Yakima Air Terminal -McAllister Field 2406 W Washington Avenue, Suite B Yakima, WA 98903 Dear Mr Peterson RE PFC Application 20-19-C-00-YKM Northwest Mountain Region Colorado, Idaho, Montana Oregon, Utah, Washington, Wyoming 2200 S 216th Street Des Moines, WA 98198 In accordance with 49 United States Code (U S C ) 40117 and section 158 30, the Federal Aviation Administration (FAA) acknowledges your notice of intent to impose a passenger facility charge (PFC) at the Yakima Air Terminal/McAllister Field (YKM) and to use PFC revenue at YKM The authority to impose a PFC is contingent on your continued compliance with the terms of 49 U S C 40117, 14 Code of Federal Regulations (CFR) Part 158 and any conditions included in this letter Your notice of intent submitted on July 13, 2020 has been assigned the following PFC number 20-19-C-00-YKM The FAA does not have any particular objections to your proposed projects, nor your notice of intent. The FAA acknowledges that you will begin collecting a PFC for YKM, at a $4 50 PFC level on February 1, 2022 and complete your collections on June 1, 2022 Furthermore, the FAA acknowledges that you will collect a total of $353,000 in PFC revenue for the projects identified below Num. Protect Title 001 Design, Engineer, and Construct East General Aviation Apron 002 Design and Engineer Taxiway Bravo PFC Approved Level Type Status PFC $4 50 C Acknowledged $330,000 $4 50 C Acknowledged $23,000 Total: $353,000 All projects are pay-as-you-go financed The public agency did not receive any disagreements resulting from their public notice and carrier consultation meeting The FAA also acknowledges your proposal to exempt that class of air carrier defined as 'Nonscheduled/On-Demand Air Carriers filing FAA Form 1800-31' from the requirement to collect the PFC We request that you notify the carriers in each excluded class, which were listed in your notice of intent, of their exemption All public agencies collecting PFC's are subject to reporting, recordkeeping, and auditing requirements as described in Part 158, Subpart D (section 158 61 et. seq) Specifically, you are reminded that, pursuant to 158 67(c), at least annually during the period the PFC is collected, held or used, each public agency shall provide for an audit of its PFC account. After completion of your audit, please provide the ADO a copy of the audit. The charge -effective date must be the first day of the month and must be at least 30 days from the date of this letter We request that you provide a copy of your notice to the FAA when you notify the air carriers and foreign air carriers to begin collecting PFC's Also, you are responsible for coordinating any construction with the appropriate federal offices, as you would with any non - federally funded construction Be advised, section 158 33(a)(1) requires you to implement your concurrent impose and use projects, that the FAA has not objected to, within 2 years of the date of this letter Section 158 33(a)(1) requires the public agency to begin implementation of a project no later than 2 years after receiving clearance to use PFC revenue on that project. Also be advised, that the ability to collect on this application is governed by either the charge - expiration date, noted above, or when full collection authority (PFC collections plus interest) is reached - whichever comes first. Therefore, it is important to monitor your rate of collection A decision summary table showing the cumulative history of PFC decisions for YKM is enclosed for your use We have also enclosed the list of advisory circulars with which you must comply in accordance with your certification of assurance number 9, standards and specifications. Also, you may wish to check out our website to confirm whether this action has been recorded on the 'PFC Approved Locations, Collections, and Expiration Dates' report. It is generated each month, and is located at: www.faa.gov/airports/pfc/monthly reports If you have any questions, please contact the Seattle Airports District Office, at: (206) 231-4129 Sincerely, CHRISTOPHER J SCHAFFER Christopher Schaffer, Manager Planning, Environmental, and Financial Programs Branch Northwest Mountain Region Enclosures Digitally signed by CHRISTOPHER J SCHAFFER Date• 2020.07.21 13:22:54 -07'00' Decision Summary Report Application Approved for Approved for Number Collection Use 92-01-C-00-YKM* 92-01-C-01-YKM 92-01-C-02-YKM $416,256 (16,028) 6,974 $416,256 (16,028) 6,974 94-02-C-00-YKM* 14,745 14,745 94-02-C-01-YKM (75) (75) 95-03-C-00-YKM* 220,000 220,000 95-03-C-01-YKM (41,150) (41,150) 96-04-C-00-YKM* 432,000 432,000 96-04-C-01-YKM 230,515 230,515 96-04-C-02-YKM 188,442 188,442 96-04-C-03-YKM 114,118 114,118 96-04-C-04-YKM 0 0 00-05-C-00-YKM* 480,000 297,687 00-05-C-01-YKM (260,340) (101,561) 01-06-U-00-YKM* 0 182,313 01-06-U-01-YKM 0 (158,779) 01-07-I-00-YKM 456,000 0 01-07-I-01-YKM (456,000) 0 02-08-C-00-YKM* 55,000 55,000 02-08-C-01-YKM (12,195) (12,195) 05-09-C-00-YKM 198,184 198,184 05-09-C-01-YKM 19,714 19,714 05-10-C-00-YKM* 701,494 701,494 05-10-C-01-YKM 10,653 10,653 08-11-C-00-YKM* 783,961 483,961 08-11-C-01-YKM (326,231) (144,394) 09-12-U-00-YKM* 0 418,163 09-12-U-01-YKM 0 (300,000) 10-13-C-00-YKM* 178,995 178,995 10-13-C-01-YKM 9,235 9,235 12-14-C-00-YKM 703,801 703,801 12-14-C-01-YKM 203,814 203,814 12-14-C-02-YKM 134,369 134,369 15-15-C-00-YKM 405,000 405,000 15-15-C-01-YKM 55,000 55,000 17-16-C-00-YKM 614,000 614,000 18-17-C-00-YKM 310,000 310,000 19-18-C-00-YKM 192,500 192,500 19-18-C-01-YKM 73,500 73,500 20-19-C-00-YKM 353,000 353,000 Report Total $6,449,251 $6,449,251 *Closed applications RESOLUTION NO. R-2020-054 A RESOLUTION authorizing acceptance of Passenger Facility Charge revenues from U.S Department of Transportation. WHEREAS, the City of Yakima (City) owns and operates an airport and airport facilities known as the Yakima Air Terminal -McAllister Field, and WHEREAS, the City of Yakima has notified the Federal Aviation Administration of its intent to assess and collect Passenger Facility Charges authorized pursuant to 49 U S.0 §40177 and 14 Code of Federal Regulations, Part 158 (City of Yakima Application No PFC- 20-19-C-00-YKM), and WHEREAS, pursuant to the City application, federal statute and regulations referenced above, the revenues from the Passenger Facility Charges, up to a maximum of $353,000 Dollars, can be allocated and used by the City for the financing and construction of capital improvements and as the City's share of matching funds for construction of capital improvements to the Yakima Air Terminal -McAllister Field and its facilities, and WHEREAS, the airport held an airline consultation meeting on May 13, 2020 to review the Capital Improvement Projects and highlighted the need to collect and use Passenger Facility Charge funds in order to complete the planned Capital Improvement Projects and the airlines approved the collection of such funds, and WHEREAS, the City Council finds and determines that such funds should be authorized, collected and used for such uses as stated in City of Yakima Application No. PFC-20-19-C-00-YKM, and that the City Manager should be authorized to prepare, execute, submit and administer any and all applications and documents necessary or appropriate to receive and use such funds for such purposes, and WHEREAS, the City Council finds and determines that such approval and authorization serves the best interests of maintaining the vitality of the Yakima Air Terminal - McAllister Field as an important City asset, as well as promoting the general health, safety and welfare of the City's residents and those utilizing the Airport; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: Section 1. The City Council hereby authorizes the receipt and use of funds in the maximum amount of $353,000 Dollars, or such other amount as may become available from the Passenger Facility Charges authorized pursuant to City of Yakima Application No PFC-20-19-C-00-YKM and applicable federal laws and regulations, to be used as appropriate by the City of Yakima as a direct source of funding, as well as for City required matching funds, in support of financing programs and grants for designated capital improvement projects for the Yakima Air Terminal -McAllister Field and its facilities 1 i Section 2. The City Manager is hereby authorized to prepare, execute, submit and administer applications and documents necessary or appropriate to secure the funding authorized pursuant to Section 1 above, and to secure financing funds and grants using such funds as appropriate for City required matching funds for capital improvement projects for the Yakima Air Terminal -McAllister Field and its facilities ADOPTED BY THE CITY COUNCIL this 19ndda of May, 2020. 2 Q q P,tricia Byers, ayor 2) U.S. Department of Transportation Federal Aviation Administration June 28, 2018 Ms. Kris Yalovich City of Yakima Yakima Air Terminal -McAllister Field 2406 W. Washington Avenue, Suite B Yakima, WA 98903 Dear Ms. Yalovich. RE: PFC Application 18-17-C-00-YKM Northwest Mountain Region Colorado, Idaho, Montana Oregon, Utah, Washington, Wyoming Airports Division 2200 S 216'h St. Des Moines, Washington 98198 In accordance with 49 United States Code (U S C.) 40117 and Section 158 30, the Federal Aviation Administration (FAA) acknowledges your notice of intent to impose a passenger facility charge (PFC) at Yakima Air Terminal/McAllister Field (YKM) and to use PFC revenue at YKM The authority to impose a PFC is contingent on your continued compliance with the terms of 49 U S C. 40117, 14 Code of Federal Regulations (CFR) Part 158 and any conditions included in this letter Your notice of intent, submitted on May 29, 2018, has been assigned the following PFC number: 18-17-C-00- YKM. The FAA does not have any particular objections to your proposed projects nor your notice of intent. The FAA acknowledges that you will begin collecting a PFC for YKM at a $4 50 level on July 1, 2019 and complete your collections on September 1, 2020. Furthermore, the FAA acknowledges that you will collect the following amount for the following project identified below Num. Project Title 001 Airport Layout Plan. 002 Runway Deicer -Storage Tank and Spreader. 003 Crack Seal Airfield Surfaces. 004 Obstruction Removal & Wildlife Mitigation. PFC Approved Level Type Status PFC $4.50 Concurrent Acknowledged $50,000 $4.50 Concurrent Acknowledged $100,000 $4 50 Concurrent Acknowledged $60,000 $4.50 Concurrent Acknowledged $100,000 Total $310,000 All projects are pay-as-you-go financed The public agency did not receive any disagreements as a result of their public notice and air carrier consultation meeting The FAA also acknowledges your proposal to exempt that class of air carrier defined as Air taxi/commercial operators - Non-scheduled/On-demand carriers filing FAA Form 1800-31 and FFC Foreign Air Carriers, filing Form T-100(f), from the requirement to collect the PFC. We request that you notify the carriers in each excluded class, which were listed in your notice of intent, of their exemption. All public agencies collecting PFC's are subject to reporting, recordkeeping, and auditing requirements as described in Part 158, Subpart D (section 158 61 et. seq.) Specifically, you are reminded that, pursuant to 158.67(c), at least annually during the period the PFC is collected, held or used, each public agency shall provide for an audit of its PFC account. After completion of your audit, please provide the ADO a copy of the audit. 2 The charge -effective date must be the first day of the month and must be at least 30 days from the date of this letter We request that you provide a copy of your notice to the FAA when you notify the domestic and foreign air carriers to begin collecting PFC's. Also, you are responsible for coordinating any construction with the appropriate federal offices, as you would with any non -federally funded construction. Be advised, section 158.33(a)(1) requires you to implement your concurrent impose and use projects, that the FAA has not objected to, within 2 years of the date of this letter Section 158 33(a)(1) requires the public agency to begin implementation of a project no later than 2 years after receiving clearance to use PFC revenue on that project. Also be advised, that the ability to collect on this application is governed by either the charge -expiration date, noted above, or when full collection authority (PFC collections plus interest) is reached - whichever comes first. Therefore, it is important to monitor your rate of collection. A decision summary table showing the cumulative history of PFC decisions for COD is enclosed for your use We have also enclosed the list of advisory circulars with which you must comply in accordance with your certification of assurance number 9, Standards and Specifications. Also, you may wish to check out our website to confirm whether this action has been recorded on the 'PFC Approved Locations, Collections, and Expiration Dates' report. It is generated each month, and is located at: www.faa.gov/airports/pfc/monthly_reports. If you have any questions pertaining to this application, please contact Ms. Jennifer Kandel of the Seattle Airports District Office, at: (206) 231-4135. Sincerely, Christopher J.t$ei`iaffer, Manager Planning, Environmental and Financial Programs Branch Northwest Mountain Region Enclosures RESOLUTION NO. R-2018-023 A RESOLUTION authorizing acceptance of Passenger Facility Charge revenues from U S Department of Transportation WHEREAS, the City of Yakima (City) owns and operates an airport and airport facilities known as the Yakima Air Terminal -McAllister Field, and WHEREAS, the City of Yakima has notified the Federal Aviation Administration of its intent to assess and collect Passenger Facility Charges authorized pursuant to 49 U S.0 §40177 and 14 Code of Federal Regulations, Part 158 (City of Yakima Application No PFC- 18-17-C-00-YKM), and WHEREAS, pursuant to the City application, federal statute and regulations referenced above, the revenues from the Passenger Facility Charges, up to a maximum of $325,000, can be allocated and used by the City for the financing and construction of capital improvements and as the City's share of matching funds for construction of capital improvements to the Yakima Air Terminal -McAllister Field and its facilities, and WHEREAS, the City Council finds and determines that such funds should be authorized, collected and used for such uses as stated in City of Yakima Application No PFC-18-17-C-00-YKM, and that the City Manager should be authorized to prepare, execute, submit and administer any and all applications and documents necessary or appropriate to receive and use such funds for such purposes, and WHEREAS, the City Council finds and determines that such approval and authorization serves the best interests of maintaining the vitality of the Yakima Air Terminal - McAllister Field as an important City asset, as well as promoting the general health, safety and welfare of the City's residents and those utilizing the Airport; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: Section 1. The City Council hereby authorizes the receipt and use of funds in the maximum amount of $325,000, or such other amount as may become available from the Passenger Facility Charges authorized pursuant to City of Yakima Application No PFC- 18-17-C-00-YKM and applicable federal laws and regulations, to be used as appropriate by the City of Yakima as a direct source of funding, as well as for City required matching funds, in support of financing programs and grants for designated capital improvement projects for the Yakima Air Terminal -McAllister Field and its facilities Section 2. The City Manager is hereby authorized to prepare, execute, submit and administer applications and documents necessary or appropriate to secure the funding authorized pursuant to Section 1 above, and to secure financing funds and grants using such funds as appropriate for City required matching funds for capital improvement projects for the Yakima Air Terminal -McAllister Field and its facilities ADOPTED BY THE CITY COUNCIL this 6th day of March, 2018 ATTEST CIP DATA SHEET AIRIARTANINEMI Yakima Air Terminal - McAllister FieIdILOGI j YKM !IIIGAL PRj .RITY? p,BQJECTi�QESCRIPsTION East General Aviation Apron Rehabilitation - Design Only PL'ANNEt YEAR Q' GONSTR 1GT 2020 SKETCH. 44T!.EICAT MNI111.101 The East Ramp supports general aviation (GA), business, Part 121, and Part 135 operators. The existing asphalt is deteriorating It is severely cracked and weathered with a PCI index ranging from 25 to 55 The East Ramp needs major rehabilitation COST ESTIMATE. ADMINISTRATION. ENGINEERING: INSPECTION:. $ 3.000 1. Construction $ 4 $ S 174,778 2 $ 5 $ $ 3 $ TOTAL: $177, 778 9t)'$160,000 State $ 8,889 rirjr(13q $ 8,889 SPONSOR VERIFICATION: For each and every project as applicable Date (see instruction sheet or attached comments for more information) Mar '15 -Date of approved ALP with project shown Nov '18 -Date of environmental determination (ROD, FONSI, CatEx) N/A -Date of land acquisition or signed purchase agreement N/A -Date of pavement maintenance program N/A -Date of Benefit Cost Analysis (BCA) as required SPONSOR'S SIGNATURE. PRINTED NAME: Robert Peterson PHONE NUMBER: (509) 575-6149 DATE: la(J1,2j14 TITLE. Airport Director EMAIL. rob peterson(Uiyakimaairterminal.com FAA USE ONLY fitfOROWN14IBERN SGR`AJJ7(NUfv1BBER>I I1.1111 12 Sr WINI �WORK(CODE® OF'A`9iPR12-IIri?i 11111FEOnlain INSTRUCTIONS FOR COMPLETING CAPITAL IMPROVEMENT PLAN DATA SHEET A Capital Improvement Plan (CIP) Data Sheet must be submitted for each major work item that is requesting Federal assistance over the next 5 years. Submittal of this information is necessary to effectively administer the Airport Improvement Program. HEADER INFORMATION - Include the name of the airport, the LOCID, the local priority of the requested work, the project description and the desired Federal fiscal year (October 1st to September 30th) that you desire the project. SKETCH - Color -coded sketch that depicts and identifies the scope of the proposed project. An aerial photo can be used as long as it shows the proposed project information. JUSTIFICATION - Answers the questions of what it is, why is it needed and what is the benefit. This is a very important part of your Capital Improvement Plan The information is required to accurately determine the eligibility of your project and its priority for funding. Projects without adequate justification cannot be added to the CIP To help you prepare solid justification we have compiled the following list of suggestions, which you can use to support your assessment of the need for this project. Be sure to list all reasons and needs for your project and include a detailed description of existing conditions. Use extra pages if needed. • For pavement rehabilitation include the age of the pavement, distresses, Pavement Condition Index (PCI) Rating (may be able to obtain this info from ODA), or any other factor that would affect pavement life. Include type of pavement (apron, runway) and dimensions (linear feet and width or square footage). Also include what you have done to maintain the pavement over its lifetime and the date of the last major rehabilitation (i.e. overlays, sealcoats, etc.) New taxiways/taxilanes — what will this taxiway/taxilane serve? Does it serve a hangar area? Is it a parallel taxiway? What width are you proposing? If you propose a width that is wider than FAA standards, indicate how that additional pavement will be funded. For Apron Expansion indicate the current size of the apron and what you plan to add. Indicate why you need more apron space and how the apron area will be used (tie down area, etc). For fencing projects — indicate the height of the fence and lineal footage. Also, explain why the fence is needed (i.e. deer fencing, security, etc) Land acquisition explain what the land is needed for — approach protection? Development such as a new hangar area? Also include if it is fee or easement. Include parcel numbers and acreage of those parcels. Please state if residences or businesses will be acquired For Arrival/Departure Building, provide what type of facility you currently have and what you plan to build (square footage, types of rooms) COST ESTIMATE - The estimate of total cost including the Federal, State and Local shares. For first year projects, attach a detailed cost estimate showing unit costs; aggregate in square yards (S.Y ), concrete paving in square yards (S.Y) and asphaltic paving in tons. Separate the costs for land acquired in fee and land acquired in easement. Note if the project is dependent on other sources of funding (i.e. other agency grants) SPONSOR VERIFICATION - The verification that the project is properly planned and is ready to "go" within the first year of the CIP for applicable projects. Except for equipment acquisition, proposed development and land acquisition must be shown on an approved ALP, have cleared environmental processing, and the land already acquired or have a signed purchase agreement. These requirements must be completed before a project can be considered for upcoming year funding. For the 2nd and 3rd years of the CIP program, the sponsor should be working towards satisfying these requirements. Date each item verifying that all project requirements are satisfied (check marks are not acceptable). CIP DATA SHEET MFfP,011r._T;" : r " ; Yakima Air Terminal - McAllister FieldIlt7.CID _,_,1 YKM 11QOALIPRIORITgY1— rm.,: va RROJECitp,D,ESGRIpi1 East General Aviation Apron Rehabilitation - Construction Only PaNNEtoEAR;( o! CONSTRUCT zi.t-;, 2021 SKETCH• ll•1SMPIQATIQN „:, I The East Ramp supports general aviation (GA), business, Part 121, and Part 135 operators. The existing asphalt is deteriorating. It is severely cracked and weathered with a PCI index ranging from 25 to 55 The East Ramp needs major rehabilitation. COST ESTIMATE. ADMINISTRATION: ENGINEERING: INSPECTION: 55 000 1. Construction S2,413,374 4 $ ,, 5480,000 2 S 5 $ $ 3 S Q TOTAL: $2,898,374 Eedera ( N)1$2,608,537 ;_.Slate $ 144,918 Local_41 ,$ 144,918 SPONSOR VERIFICATION: For each and every project as applicable Date (see instruction sheet or attached comments for more information), Mar. '15 -Date of'approved ALP with project shown Nov. '18 -Date of environmental determination (ROD, FONSI, CatEx) N/A -Date of land acquisition or signed purchase agreement N/A -Date of pavement maintenance program N/A -Date of Benefit Cost Analysis (BCA) as required SPONSOR'S SIGNATURE. PRINTED NAME. PHONE NUMBER: Robert Peterson (509) 575-6149 DATE. ///0600/C' TITLE: Airport Director EMAIL. rob.petersonavakimaairterminal com FAA USE ONLY PRE'APRINUtv1BE t; GRANTINQMBEQ INP,AS''CODE Ve*, j *::WORK;:CODE; iF,,EDERAL;$• INSTRUCTIONS FOR COMPLETING CAPITAL IMPROVEMENT PLAN DATA SHEET A Capital Improvement Plan (CIP) Data Sheet must be submitted for each major work item that is requesting Federal assistance over the next 5 years. Submittal of this information is necessary to effectively administer the Airport Improvement Program. HEADER INFORMATION - Include the name of the airport, the LOCID, the local priority of the requested work, the project description and the desired Federal fiscal year (October 1st to September 30th) that you desire the project. SKETCH - Color -coded sketch that depicts and identifies the scope of the proposed project. An aerial photo can be used as long as it shows the proposed project information. JUSTIFICATION - Answers the questions of what it is, why is it needed and what is the benefit. This is a very important part of your Capital Improvement Plan The information is required to accurately determine the eligibility of your project and its priority for funding. Projects without adequate justification cannot be added to the CIP To help you prepare solid justification we have compiled the following list of suggestions, which you can use to support your assessment of the need for this project. Be sure to list all reasons and needs for your project and include a detailed description of existing conditions. Use extra pages if needed. For pavement rehabilitation include the age of the pavement, distresses, Pavement Condition Index (PCI) Rating (may be able to obtain this info from ODA), or any other factor that would affect pavement life. Include type of pavement (apron, runway) and dimensions (linear feet and width or square footage). Also include what you have done to maintain the pavement over its lifetime and the date of the last major rehabilitation (i.e. overlays, sealcoats, etc.) New taxiways/taxilanes—what will this taxiway/taxilane serve? Does it serve a hangar area? Is it a parallel taxiway? What width are you proposing? If you propose a width that is wider than FAA standards, indicate how that additional pavement will be funded For Apron Expansion indicate the current size of the apron and what you plan to add. Indicate why you need more apron space and how the apron area will be used (tie down area, etc) • For fencing projects — indicate the height of the fence and lineal footage. Also, explain why the fence is needed (i.e. deer fencing, security, etc) Land acquisition explain what the land is needed for — approach protection? Development such as a new hangar area? Also include if it is fee or easement. Include parcel numbers and acreage of those parcels. Please state if residences or businesses will be acquired For Arrival/Departure Building, provide what type of facility you currently have and what you plan to build (square footage, types of rooms) COST ESTIMATE - The estimate of total cost including the Federal, State and Local shares. For first year projects, attach a detailed cost estimate showing unit costs, aggregate in square yards (S.Y ), concrete paving in square yards (S.Y) and asphaltic paving in tons. Separate the costs for land acquired in fee and land acquired in easement. Note if the project is dependent on other sources of funding (i.e. other agency grants) SPONSOR VERIFICATION - The verification that the project is properly planned and is ready to "go" within the first year of the CIP for applicable projects. Except for equipment acquisition, proposed development and land acquisition must be shown on an approved ALP, have cleared environmental processing, and the land already acquired or have a signed purchase agreement. These requirements must be completed before a project can be considered for upcoming year funding. For the 2nd and 3rd years of the CIP program, the sponsor should be working towards satisfying these requirements. Date each item verifying that all project requirements are satisfied (check marks are not acceptable) (JU B J•U•B ENGINEERS, INC. J-U-B ENGINEERS, Inc. AGREEMENT FOR PROFESSIONAL SERVICES Attachment 1A — Detailed Scope of Work PROJECT NAME: EAST GENERAL AVIATION (GA) APRON REHABILITATION AIRPORT NAME: Yakima Air Terminal — McAllister Field CLIENT: City of Yakima, WA A.I.P. NUMBER: 3-53-0089-047-2021 J-U-B PROJECT NUMBER. 45-20-008 CLIENT PROJECT NUMBER: N/A ATTACHMENT TO ® AGREEMENT DATED: X/XX/2021; or ❑ AUTHORIZATION FOR ADDITIONAL SERVICES #X; DATED: The referenced Agreement for Professional Services executed between J-U-B ENGINEERS, Inc. (J-U-B) and the CLIENT is amended and supplemented to include the following provisions regarding the Scope of Services, Basis of Fee, and/or Schedule PART 1 - PROJECT UNDERSTANDING FAA AIP 3-53-0089-047-2021 will include the Project Formulation, Construction, and Project Closeout Engineering Services for the following Items • Demolition of the existing pavement via milling and removal of the existing aircraft tiedown anchors • Rehabilitate Existing GA Apron • Install and Reconfigure the apron tiedown layouts and taxi routes • Install Apron Lighting, electrical cable and controls • Install pavement markings, including airport vehicle routes, tiedown and SIDA marking, • Install storm drain pipe and replace/adjust existing structures to grade • Install new electrical conduit run to electrical vault PART 2 - SCOPE OF SERVICES BY J-U-B J-U-B's Services under this Agreement are limited to the following tasks. Any other items necessary to plan and implement the project, including but not limited to those specifically listed in PART 3, are the responsibility of CLIENT A. Task 006: Project Formulation Phase for Construction and Closeout Services 1. Assist the CLIENT with Project Scope development and formulation. J-U-B will prepare a Scope of Services narrative and detailed description of all work tasks for CLIENT and FAA review and approval Discuss review comments and revise accordingly 2. Upon approval of the Scope of Services, J-U-B will prepare a listing of work tasks in a spreadsheet with "empty cells" for person -hours, hourly rates, expenses, and costs This spreadsheet will be used for both J-U-B and the Independent Fee estimate J-U-B shall prepare a detailed cost proposal on the spreadsheet, based on estimates of work to accomplish the Scope of Services 3. J-U-B shall provide the CLIENT and the Independent Fee Estimator (IFE) with a blank person -hour spreadsheet, Scope of Services, and overall project estimate J-U-B Agreement for Professional Services Attachment 1A — Detailed Scope of Work Page 1 4 Prepare an Agreement for Professional Services for submittal and review by the CLIENT and FAA, including the FAA Professional Service Agreement Checklist. The Agreement shall be comprehensive in description of services and responsibilities of all contract parties. 5. Prepare and submit four (4) additional FAA Quarterly Performance Reports, two (2) DBE annual reports and two (2) additional Fiscal Year End Financial FAA 271 and 425 forms 6. Attend eight (8) meetings with the Airport staff during the project in order to keep Airport personnel and management abreast of the progress of the projects Discussions will include project phasing, budget and schedule updates. 7. Assist CLIENT in preparation and processing of monthly Request for Reimbursement (RFR) by submitting data as described It is anticipated that the CLIENT will prepare and process eight (8) additional monthly sets of RFR 'packages' for this project. J-U-B will provide documentation of costs for the CLIENT's use in performing the Request for Reimbursements including consultant invoices, reimbursement spreadsheet and the Delphi elnvoice form B. Task 007: Construction Phase 1. Prepare and distribute Notice of Award, Construction Agreement and other contract documents Review Construction Agreement, bonds and insurance documents submitted by Contractor, and assist CLIENT and Contractor in processing documents for the project. 2. Coordinate with FAA and the CLIENT throughout the award process Submit bid documentation including copies of all executed contract documents as required by the FAA. 3. Provide pre -construction coordination, prepare a detailed Pre -Construction Conference agenda and displays, conduct a Pre -Construction Conference on behalf of the CLIENT and prepare and issue minutes of the Pre -Construction Conference, include FAA items in conference agenda. It is anticipated that J-U-B will conduct this meeting at the Airport. 4. Review the Contractor's Work Schedule and verify that it is consistent with the requirements of the Contract Documents Coordinate construction activity schedule with CLIENT and Airport operations. 5. Review submitted shop drawings, Safety Plan Compliance Document (SPCD), Quality Control Plan and all submittals required by the Contract Documents Comment and return all submittals to Contractor for their use and/or revisions and resubmittal 6. Construction staking shall be provided by the contractor as part of the construction contract. J-U-B will provide benchmarks and horizontal control points for the contractor's use Prior to start of construction, J-U-B survey crew will provide survey checks to confirm control point(s) has not been altered prior 7. Prepare a Construction Management Plan in accordance with FAA guidelines Incorporate Contractor's Quality Control Plan information into the plan Submit document to the FAA and CLIENT for review 8. Organize and conduct weekly construction meetings with CLIENT, Contractor and others as appropriate The Construction Manager and Resident Project Representative will hold these meetings on the construction site 9. Provide one full-time project representative to monitor and document construction activities as appropriate 10. Provide office administration support and assistance to the Resident Project Representative with the Project Manager or Office Administration as field activities may require 11. J-U-B shall receive and review the Contractor's monthly requests for payment. J-U-B shall determine whether the amount requested reflects the progress of the Contractor's work and is in accordance with the contract for construction J-U-B Agreement for Professional Services Attachment 1A — Detailed Scope of Work Page 2 12. Monitor and coordinate Contractor Quality Control Testing Program pursuant to current FAA specifications for Quality Control and Quality Assurance It is anticipated that J-U-B will monitor and test for Quality Assurance on asphalt placement only, through the use of a subconsultant. Additional QA testing will be on an "as needed" basis Fees for the Geotechnical Testing Firm Subconsultant shall be reflected in the "Subconsultant" line found in the cost breakdown spreadsheet attached 13. The pavement contract on this project is expected to exceed $500,000, as such a Quality Control (QC)/ Quality Assurance (QA) Workshop shall be conducted by the ENGINEER in accordance with the latest version of AC 150/5370-12 14. Assist CLIENT with review of Contractor Wage (certified payroll review) and EEO documentation review Conduct Wage interviews with Contractor personnel as required 15. Coordinate with CLIENT and FAA throughout the construction process. Submit required construction documentation, including weekly activity report forms, mix designs, change orders, etc. Coordinate with CLIENT and FAA verbally concerning change orders, as required 16. Prepare Contract Change Order/Supplemental Agreements in accordance with FAA Order 5100 38D-Appendix U Conduct services associated with evaluation, negotiation, and preparation and processing of Contract Change Orders or Supplemental Agreements Cost estimate is based on the production of 2 (two) Change Orders 17. Conduct final and substantial completion inspections The apron project will be constructed in four phases Substantial and Final completion will take place at the conclusion of the fourth phase of the project where the CLIENT will have full access to the apron to be utilized by aircraft/helicopters Produce substantial and final completion inspection certificates and field review and documentation of "punch list" items. 18. Provide one part-time project representative to monitor and document work related to the punch list items 19. Prepare Record drawings of as constructed revisions to Design and Construction Drawings for project improvements as provided by the contractor Provide CLIENT and FAA with copies of Record Drawings and one electronic copy to be submitted to the FAA as required Provide CLIENT with 4 (four) sets of prints of Record Drawings 20 Update CLIENT'S airfield Sign and Marking Plan in order to reflect the new aircraft tiedown, taxilane(s), and vehicle service road Upon completion of updating the airfield Sign and Marking Plan, J-U-B will provide CLIENT and FAA with one electronic copy Additionally, J-U-B will provide the CLIENT with 4 (four) sets of prints of the updated Sign and Marking Plan C. Task 008: Project Closeout Phase 1. Prepare the final project report and close-out documents according to FAA requirements and submit to CLIENT and FAA. 2. Prepare an Airport Layout Plan Set (ALP) Revision to document improvements A draft copy of the revised ALP will be submitted to the FAA and CLIENT for review Upon review and comment changes, copies with be distributed to the FAA and CLIENT for signatures 3. Report Disadvantaged Business Enterprise (DBE) project participation to FAA Civil Rights Connect including all calculations and background information for review and approval 4. Assist and coordinate with independent auditors in locating appropriate documents for performing A-133 annual audit. In addition to finding appropriate project files, answer questions as required Setup a digital FTP site to transmit files to the CLIENT and auditor 5. Provide assistance to the CLIENT in assessing, costing, and updating the five-year Capital Improvement Plan for submittal to State Department of Transportation J-U-B Agreement for Professional Services Attachment 1A — Detailed Scope of Work Page 3 PART 3 - ASSUMPTIONS AND EXCEPTIONS • Project Management Tasks will occur over a total of approximately 9 months • The Project Manager will attend one weekly construction meeting per month, and will attend the remainder by phone The Construction Manager and Project Representative will attend all weekly construction meetings • The Contractor will work up to 14 hours per day The Project Representative will be onsite for up to 14 hours per day and up to 16 hours per day during paving operations The Construction Manager will be onsite 5 hours per week and provide office support an additional 5 hours per week. The construction duration will be 50 working days, 10 weeks. • J-U-B will hire a sub -consultant to perform the QA testing for this project. • No FAA reimbursable agreement will be required for this project • No SMS plan is required on this project during the design or other portions of the project. J-U-B Agreement for Professional Services Attachment 1A — Detailed Scope of Work Page 4 Committee Recommendation Yakima Air Terminal Consultant RFQ 11720P October 12, 2017 TO: Cliff Moore, City Manager FROM : Sue Ownby, Purchasing Manager On July 17, 2017, the City solicited Request for Qualifications (RFQ) No. 11720P to hire a professional consulting firm for Architectural, Engineering and Planning Consultant Services for Airport Grant Projects for Yakima Air Terminal -McAllister Field. Requests for Qualifications (RFQ's) were advertised in the Yakima Herald Republic on July 17 & 18, 2017 and on the city's web page. Four responses were received on the due date of August 10, 2017 for the above project from the following firms: o Century West Engineering, Federal Way, WA o HLA, Yakima, WA o JUB Engineers, Inc., Kennewick, WA o Loofburrow Wetch Architects, Yakima, WA The proposals were checked for responsiveness by Sue Ownby, Purchasing Manager. The response from Loofburrow Wetch Architects was not short listed for interview as it was a general statement of qualifications and did not address any of the specifics in the RFQ. Their firm was notified. The analysis committee was formed and given materials and instructions on how to conduct the analysis and score the proposals. Analysis Committee Members: Jeff Cutter, City of Yakima Attorney Brett Sheffield, City of Yakima Engineer Rich Mueller, Port of Moses Lake, Director of Operations and Facilities Tim Mensonides, Bremerton Airport Manager (via teleconference) Rob Peterson, YKM Director — Non -voting Sue Ownby & Maria Mayhue, City of Yakima Purchasing — Non -voting Interviews were conducted by the Analysis Committee on September 22, 2017 with the following three firms: o Century West Engineering, Federal Way, WA o HLA, Yakima, WA o JUB Engineers, Inc., Kennewick, WA The Analysis Committee individually scored the three firms utilizing the following scoring matrix, as provided in the RFP: 1. Proposed project organization and approach to the work. 25 Points 2. Directly related experience on similar projects complying with FAA requirements and a list of personnel that would be associated with the Project, including references. 25 Points 3. Capability and availability of personnel and the team including specialized services. 25 Points 4. Degree of interest and responsiveness shown in undertaking the projects. 15 Points 5. Anticipated sub -consultants. 10 Points 6. The ability of the firm to act as a Client Services Advisor that would provide unsolicited overviews, comments and suggestion on the use existing and future facilities and services, and offer recommendations for improvements, cost savings, planned scheduled maintenance and etc. that will maximize the existing and future use and growth, of the airport and tenants. 10 Points 7. Ability to demonstrate an understanding of the projects' needs and special challenges, and the YKM's special concerns. 10 Points 8. Current workload and demonstrated ability to meet schedules or deadlines. 25 Points Total 145 Points Out of 580 total possible points (145 points for each evaluator), Scores were as follows: 1) JUB Engineers, Inc., Kennewick, WA 2) Century West Engineering, Federal Way, WA 3) HIA, Yakima, WA 522 520 504 JUB Engineers, Inc. scored the highest points, therefore the committee recommends that we proceed to contract negotiations with JUB. Sincerely, Sue Ownby Purchasing Manager • APPROVED: iol ta (-3 Cliff Moore, ,� y Manager Date 11720Q A&E & PLANNING CONSULTANT FOR AIRPORT GRANT PROJECTS - PROPOSAL EVALUATION Proposer: Century West HLA JUB PROPOSAL EVALUATION: The criteria that will be used to determine the successful vendor. Total points possible =150 x 4 Evaluators =580 Total Score = Total Score = Total Score = 1. Proposed project organization and approach to the work. 25ptx4= 100 91 87 93 2. Directly related experience on similar projects complying with FAA requirements and a list of personnel that would be associated with the Project, including references. 25ptx4=100 95 86 95 3. Capability and availability of personnel and the team including specialized services. 25ptx4=100 92 81 90 4. Degree of interest and responsiveness shown in undertaking the projects. 15 pt x 4 = 60 52 54 50 5. Anticipated sub -consultants. 10ptx4=40 31 37 34 6. The ability of the firm to act as a Client Services Advisor that would provide unsolicited overviews, comments and suggestion on the use existing and future facilities and services, and offer recommendations for improvements, cost savings, planned scheduled maintenance and etc. that will maximize the existing and future use and growth, of the airport and tenants. 10 pt x 4 = 40 35 36 34 11720Q A&E & PLANNING CONSULTANT FOR AIRPORT GRANT PROJECTS - PROPOSAL EVALUATION 7 Ability to demonstrate an understanding of the projects' needs and special challenges, and the YKM's special concems. 10ptx4=40 34 36 33 8. Current workload and demonstrated ability to meet schedules or deadlines. 25ptx4=100 90 87 93 Totals 580 total points possible 520 504 522 Signature of Evaluator: Total All Scores Combined ATTACHMENT 1B- Fee Breakdown PROJECT TITLE: FY 2021 Yakima Air Terminal -McAllister Field CLIENT: City of Yakima JOB NUMBER: 45-20-008 DATE: March 17, 2021 East General Aviation (GA) Apron Rehabilitation Project AIP 3-53-0089-047-2021 J-U-B En ' ineers, Inc. Fee Estimate (Construction Phase) TASK Principal NO PROJECT TASK S69 00 Senior Engineer S65 00 Project Manager S54 00 Design Construct Construct GIS Engineer Observer Manager Analyst $38 00 S39 00 S46 00 S34 00 Profess. Land Surveyor S52.00 2-Person Survey Crew S70 00 CAD Designer Admin. S37 00 S20 00 Trips TOTAL TASK DIRECT FIRS COSTS F r l i n-- aF . 006._Project. o mu ato , _-:r• .-. � .,. �:.- �.- - f -. _. ..«,+=`_�-..,. - :a r_ :.,`.a . = .., - 'b`,c_ - *.� :.fi. 4.. ,.1..tif _ , 1 Project Scope Development & Formulation 2 12 14 2 0 0« 4 0 0 0 8 1 42 S2,046 00 2 Prepare Cost Proposal 1 1 6 0 0 0 0 0 0 0 6 14 S578.00 Provide blank 1FE spreadsheet, scope of services, fee estimate 0 0 1 0 0 0 0 0 0 0 2 3 S94 00 4 Prepare Professional Service Agreement 2 1 2 0 0 0 0 0 0 0 1 6 5331 00 s Prepare FAA Quarterly Reports/DBE Annual Reports/Fiscal Year End forms 0 0 4 16 0 0 0 0 0 0 16 36 $1,144 00 6 Attend meetings (8) 0 8 64 32 0 8 0 0 0 0 0 8 112 S5,560 00 7 Prepare Request for Reimbursements (8) 0 0 2 8 0 4 0 0 0 0 16 30 $916 00 _ ..a. n - ' 2.. _ .,+^ r 007, Constntction' Phase. , ..., � .. . . �:;,r . z - : 2s? ., "s�` - �. - R ;. = rt- �.. 7 ..,� ,'�: r, - r < ..{ px. .�` . ,... -... ' . _ . � ..... - .., t,..: ..- . y: ` •;. 4 ; 3.r r -. - '� _- ,+..,.t. - . k <. . ,. En Prepare Construction Award Documents 0 0 2 4 0 0 0 0 0 0 4 10 $340 00 En Coordinate with FAA & Client on Award 0 0 2 1 0 0 0 0 0 0 0 3 $146 00 EA Conduct Pre -Construction Conference 0 0 8 8 0 0 0 0 0 0 2 1 18 $776.00 En Review & Coordinate Contractor Schedule 0 0 1 2 0 2 0 0 0 0 0 5 S222.00 En Review Shop Drawings & Submittals 0 1 4 16 0 6 0 0 0 0 0 27 $1,165 00 Provide benchmarks and horizontal control points for the contractor's use 0 0 0 2 0 2 0 2 6 0 0 1 12 S692.00 La Prepare Construction Management Plan 0 0 2 12 0 2 0 0 0 0 0 16 $656.00 En Conduct Weekly Construction Meeting 0 0 10 20 0 30 0 0 0 0 0 1 60 S2,680 00 EA Provide Project Representative 0 0 0 0 600 80 0 0 0 0 0 50 680 $27,080 00 EA Provide Office Administration Support 0 0 16 50 0 12 0 0 0 0 16 94 $3,636 00 JB. Review Contractor's Pay Request 0 0 8 25 0 16 0 0 0 0 4 53 S2,198.00 Monitor and Coordinate Contractor's QC Testing Program 0 0 0 20 0 16 0 0 0 0 0 36 $1,496 00 Ell Quality Control Quality Assurance Workshop 0 0 4 8 0 8 0 0 0 0 0 20 S888.00 Review Contractor Wage Rates & EEO Docs 0 0 0 16 0 0 0 0 0 0 30 46 $1,208.00 15 Project Coordination between Owner and FAA 0 0 50 0 0 0 0 0 0 0 0 3 50 $2,700 00 EA Prepare Construction Change Orders 0 0 4 16 0 6 0 0 0 0 4 30 $1,180 00 Conduct Final & Substantial Completion 0 0 16 0 2 6 0 0 0 0 2 4 26 $1,258 00 Monitor and Document Punch List Items via Part Time to Construction Observer 0 0 10 0 40 4 0 0 0 0 0 5 54 S2,284 00 EA Prepare Record Drawings 0 0 2 0 0 0 0 0 0 16 0 18 5700 00 zo Update Airfield Sign and Marking Plan 0 0 2 2 0 0 0 0 0 4 0 8 S332.00 I},..,..,...,,. M.,.. ,, )C71 Page 18-1 ATTACHMENT 1 B- Fee Breakdown PROJECT TITLE: CLIENT: JOB NUMBER: DATE: FY 2021 Yakima Air Terminal -McAllister City of Yakima 45-20-008 March 17, 2021 Field East General Aviation (GA) Apron Rehabilitation Project AIP 3-53-0089-047-2021 IJ-U-B En, ineers, Inc. Fee Estimate (Construction Phase TASK NO PROJECT TASK Principal S69 00 Senior Engineer $65 00 Project Manager S54 00 Design Construct Construct Engineer Observer Manager S38 00 S39 00 S46 00 GIS Analyst S34 00 Profess. Land Surveyor $52 00 2-Person Survey Crew S70 00 CAD Designer S37 00 Admin. S20 00 Trips TOTAL TASK DIRECT HRS COSTS 008`Proje Iose Out Phase ,'.'::4,„ - , ..._ ...._ ... _';: ! . -•<aFy '..> .._.. - .. ,'- ,._.,. .- p Prepare Final Report 0 4 10 40 0 0 0 0 0 8 16 78 $2,936.00 8 Update ALP Drawing 0 0 2 4 0 0 0 0 0 0 0 6 S260 00 8 Report DBE project participation 0 0 2 12 0 0 0 0 0 0 0 14 S564 00 p Assist with Independent Audit 0 0 4 0 0 0 0 0 0 0 16 20 S536 00 g Assist with 5-year CIP 0 0 2 6 0 0 0 0 0 0 4 12 S416 00 LABOR: Labor 5 27 254 322 642 202 4 2 6 28 147 74 1639 S67,018 00 Direct Overhead Fixed Fee Total Labor + Overhead + Fixed Fee 166 93% 15 0% S111,873 15 S26,833 67 S205,724 82 Page 1B-2 ATTACHMENT 1B- Fee Breakdown PROJECT TITLE: FY 2021 Yakima Air Terminal -McAllister Field East General Aviation (GA) Apron Rehabilitation Project AIP 3-53-0089-047-2021 CLIENT: City of Yakima JOB NUMBER: 45-20-008 DATE: March 17, 2021 J-U-B En ineers, Inc. Fee Estimate (Construction Phase) TASK No PROJECT TASK Profess. 2-Person Senior Project Design Construct Construct GIS Land Survey CAD Principal Engineer Manager Engineer Observer Manager Analyst Surveyor Crew Designer Admin. Trips TOTAL TASK DIRECT S69 00 $65 00 S54 00 $38 00 S39 00 S46 00 $34 00 852.00 S70 00 S37 00 S20 00 HRS COSTS Cost Air Ground Trip EXPENSES: Per Unit Trips Trips Days Hours Miles Markup Air Travel S600 00 0 1 0 S0 00 Mileage (from Spokane) $0.56 18 414 1 0 S4,173 12 Mileage (from Kennewick) S0.56 59 166 1 0 S5,484 64 Per Diem $55 00 1 0 S0 00 Lodging $150 00 1 0 $0.00 GPS Survey Unit $24 27 Printing $1, 500 00 8 1 0 S194 16 1 0 $1, 500 00 SUBCONSULTANTS: i Budinger and Associates S43,290 1 0 S43,290 00 2 Elcon Associates Inc. $7,687 1 0 S7,687 00 3 SO I 0 SO 00 Subtotal - Labor ± Overhead ± Fixed Fee $205,724 82 Subtotal - Expenses S11,351 92 Subtotal - Subconsultants S50,977 00 "Total -Project Bidding & Construction Fees S268,050.00 Page 1B-3 FAA Airports Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 3/22/2021 View current and previous versions of these ACs and any associated changes at: http.//www.faa.gov/airports/resources/advisory circulars and http.//www.faa.gov/regulations policies/advisory circulars/ e.s; `?.�' "{,•.7•: .x £!`r,,�!.;:s.':.•:,r, .•l-'* NUMBE , ,H7"is30;;ti:i. ,, 35t; :• i. .• 'TITLE?r°� 70/7460-1M Obstruction Marking and Lighting 150/5000-9A Announcement of Availability Report No DOT/FAA/PP/92-5, Guidelines for the Sound Insulation of Residences Exposed to Aircraft Operations 150/5000-17 Critical Aircraft and Regular Use Determination 150/5020-1 Noise Control and Compatibility Planning for Airports 150/5070-6B Changes 1 - 2 Airport Master Plans 150/5070-7 Change 1 The Airport System Planning Process 150/5100-13C Development of State Aviation Standards for Airport Pavement Construction 150/5200-28F Notices to Airmen (NOTAMs) for Airport Operators 150/5200-30D Changes 1 - 2 Airport Field Condition Assessments and Winter Operations Safety 150/5200-31 C Changes 1 - 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 Aircraft Rescue Fire Fighting Equipment, Tools and Clothing FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 3/22/2021 ARP Page 1 of 5 150/5210'15A Aircraft Rescue and Firefighting Station Building Design 150/5210'18A Systems for Interactive Training ufAirport Personnel 150/5210'19A Driver's Enhanced Vision System (DEVo) 150/522040E Guide Specification for Aircraft Rescue and Fire Fighting (ARFF) Vehicles 150/5220'18E, Chango1 Automated Weather Observing Systems (AVVOS)for Non -Federal Applications 150/5228'17B Aircraft Rescue and Fire Fighting (ARFF)Tnaining Facilities 150/5220-18A Buildings for Storage and Maintenance ofAirport Snow and Ice Control Equipment and Materials 150/5220'20A Airport Snow and Ice Control Equipment 150/5220-21C Aircraft Boarding Equipment 150/5220-22B Engineered Materials Arresting Systems (EyWAS)for Aircraft Overruns 160/5220-23 Frangible Connections 150/5220-24 Foreign Object Debris Detection Equipment 150/5220-25 Airport Avian Radar Systems 150/5220-28, Changan 1 -2 Airport Ground Vehicle Automatic Dependent Surveillance ' Broadcast (ADS' B)Out 8quittorEquipment 150/5300'13A. Changa1 Airport Design 150/5300'14D Design ofAircraft Deicing Facilities 150/5300'18B General Guidance and Specifications for Aeronautical Surveys Establishment nfGeodetic Control and Submission tothe National Geodetic Survey 150/5300'17C Chynge1 Standards for Using Remote Sensing Technologies inAirport Surveys 150/5300'18B Change1 General Guidance and Specifications for Submission of Aeronautical Surveys toNGS:Field Data Collection and Geographic Information System (G|S) Standards 150/5320'5D Airport Drainage Design 150/5328'8F Airport Pavement Design and Evaluation FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 3/22/2021 ARP Page zmo -< e,Y'%'•3,A-'•5i .%ti.'. 'x•'� :g....pr„ .�.• {x' .. . 't'C';�4 xFv :' NUMBER :4.:� ..;° rv.-yv, ..5 .,—• °`.S'Yir:•°'Y .:z 'r;.yfsn{,::;','.r':%iS',. `r,^:.rr'',Fr+,`.>.c ,' .nN,: i ,yk.7". '('., iih{ f-,' r3.::i�7, t .k ':.. s.+.r �,nJ :` xi 3'yz ,, �,� e.% ,'i v"�'a' l� *, d"*�,a`•°n'. r yh'��}; "•.tl' .r�a'.➢�i 1:E.M1��.r .'"K;,:a:iy " rTITLE :� a.' 3.:,. ;;, K:. < ,.� u.Y. rL w;.".{ :'�.. "�t%.'. F'A_,� t.,v: M,�,�+'�+ vi �..r .si^`'=-nn a�::"`���:t .. .7"•.V,t'h�-y„"r. ;,I� • 2�' .., ri .'r`' r.'iut"n:t S 2- .v4• �. .. 150/5320-12C, Changes 1 - 8 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces 150/5320-15A Management of Airport Industrial Waste 150/5320-17A Airfield Pavement Surface Evaluation and Rating Manuals 150/5325-4B Runway Length Requirements for Airport Design 150/5335-5C Standardized Method of Reporting Airport Pavement Strength - PCN 150/5340-1 M Change 1 Standards for Airport Markings 150/5340-5D Segmented Circle Airport Marker System 150/5340-18G Change 1 Standards for Airport Sign Systems 150/5340-26C Maintenance of Airport Visual Aid Facilities 150/5340-30J 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 150/5345-7F Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-10H 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 150/5345-26D FAA Specification For L-823 Plug and Receptacle, Cable Connectors 150/5345-27E Specification for Wind Cone Assemblies 150/5345-28H Precision Approach Path Indicator (PAPI) Systems 150/5345-39D Specification for L-853, Runway and Taxiway Retroreflective Markers 150/5345-42J Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories 150/5345-43J Specification for Obstruction Lighting Equipment 150/5345-44K Specification for Runway and Taxiway Signs FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 3/22/2021 ARP Page 3 of 5 150/5345-45C Low -Impact Resistant (L|R)Structures 150/5345-48E Specification for Runway and Taxiway Light Fixtures 160/5345'47C Specification for Series to Series Isolation Transformers for Airport Lighting Systems 150/5345'49O SpaoifioaUonL'854. Radio Control Equipment 150/5345-50B Specification for Portable Runway and Taxiway Lights 150/6345-51B Specification for Discharge -Type Flashing Light Equipment 150/5346-62A Generic Visual G|iden|upeIndicators (GVG|) 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 Specification for L'803.Lighted Visual Aid toIndicate Temporary Runway C|nounu 160/6345-68B Specification for L'80OAirport Lighting Control and Monitoring System (ALCK4S) 150/5360-12F Airport Signing and Graphics 150/536043A Airport Terminal Planning 150/5380-14A Access hnAirports 8yIndividuals With Disabilities 150/5378'2G Operational Safety onAirports During Construction 150/5370'10H Standard Specifications for Construction ofAirports 150/5370'118 Use ofNondestructive Testing inthe Evaluation ofAirport Pavements 150/5370'13A Off -Peak Construction nfAirport Pavements Using Hot -Mix Asphalt 150/5370'15B AiroideApplications for Artificial Turf 150/5870-16 Rapid Construction ofRigid (Portland Cement Concrete) Airfield Pavements 150/5370'17 AiraideUse ofHeated Pavement Systems 160/5380-6C Guidelines and Procedures for Maintenance ofAirport Pavements 150/5380'713 Airport Pavement Management Program 150/5380'8 Guidelines and Procedures for Measuring Airfield Pavement Roughness FAA Advisory Circulars Required for Use m AIP Funded and PFC Approved Projects Updated 3/22/2021 ARP Page 4mn � 150/5390-2C Heliport Design 150/5305-1B Seaplane Bases THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY Updated: 3/22/2021 150/6100-14E. Chongo1 Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects 160/5100'17. Changes 1 -7 Land Acquisition and Relocation Assistance for Airport Improvement Program Assisted Projects 150/5100'21 State Block Grant Program 150/5308'15A Use of Value Engineering for Engineering and Design of Airport Grant Projects 150/5370'12B Quality Management for Federally Funded Airport Construction Projects FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 3/22/2021 ARP Page oo/n / Estimated Project:Cost;R mated:Projecf ProjectSfact Date; Project End Date ••' 3 June 4 July 5 August 6 September 7 October 8 November 9 December YAKIMA AIR TERMINAL-McALLISTER FIELD EAST GA APRON REHABILITATION PROJECT 2,893374 :2021 Based on preliminary project plan and fee estimate. Average monthly expenditures Indivudual monthly expenditures may vary Project end date subject to change 2021 0.00 2021 240,000.00 Construction Engineering 2021 240,000.00 Construction Engineering 2021 603,343.50 Construction 2021 603,343.50 Constructuion 2021 603,343.50 Constructuion 2021 603,343.50 Constructuion Project Total $2,893,374 Schedule- Yakima Air Terminal Crack Seal Repairs Apron Adjacent to Rwy 22 July August September Evaluation and Site Survey WSDOT Grant Award ;;,k Mobilization Removal of old seal and prep work Installation of new crackseal Airfield Markingsd '.. Inspection Demobilization -, Project Closeout AIP DEVELOPMENT PROJECT -SCHEDULE AIRPORT: Yakima Air Terminal -McAllister Field AIP NO: 3-53-0089-047-2021 SPONSOR: Yakima, Washington DATE: April 21, 2021 CONSULTANT: J-U-B Engineers, Inc. DATE: FAA : , Mary Vargas, Seattle ADO PM DATE: PROJECT DESCRIPTION: Design, Bid and Construct the East GA Apron. This project is anticipated to include aircraft tiedowns, pavement markings, lighting, grading and drainage. Project will include limited unclassified excavation, base and sub base course as well as P- 401 HMA. ITEM DATE COMMENTS ESTIMATED ACTUAL 1. Environmental Approved 12/1/20 10/22/20 Cat Ex 2. CIP Data Sheet Submitted 11/21/2019 11/21/2019 Via email from Rob P 3. Work Scope and Record of Negotiations Submitted 6/4/2020 6/4/2020 4. Signed Engineering Contact Approved by FAA 6/16/2020 7/7/2020 Design and bidding Begin scoping for CE services 11/1/2020 11/1/2020 5. DBE Plan and Goal Submitted to Civil Rights 8/31/2020 Update program plan and 3 year goal as needed 8/31/2020 6. Construction Safety Plan Submitted for Airspace 11/15/2020 12/8/2020 7. Modification to Standards Submitted 10/1/2020 1/21/2021 8. Plans and Design Report Submitted 11/21/2020 1/21/2021 9. Plans Reviewed by FAA and Returned with Comments 1/7/2021 3/23/2021 10. Final Plans Accepted by FAA 2/28/2021 3/23/2021 11. Advertising Date 3/1/2021 4/2/2021 12. Bid Opening Date 4/1/2021 4/23/2021 13. Recommendation of Award and Bid Tab Submitted 5/17/2021 14. Grant Application Submitted by Sponsor 5/31/2021 Can submit a draft early 15. Grant Issued 4/5/2021 May be later in the summer 16. Construction Management Plan Submitted 6/1/2021 17. Mix Design Submitted (if applicable) 6/1/2021 18. Construction Complete 8/15/2021 19. Acceptance Testing Submitted to FAA 8/31/2021 20. Final Inspection 8/31/2021 21. ALP Revised and Submitted to FAA TBD Update ALP required 22. Exhibit "A" Revised and Submitted to FAA NA 23. PAPI Flight Checked (if instrument approach) NA 24. Navaid Commissioned NA 25. Airport Facility Diagram Updated NA 26. Project Closeout Submitted to FAA 10/31/2021 Yakima Air Terminal - McAllister Field East GA Rehabilitation Project ANTICIPATED PROJECT SCHEDULE 2020/2021 June July August Sep Oct Nov Dec Jan Feb March April May June July August Sep Oct Nov Dec Construction Phase Continued" _. r f s ` k ' _- - K -+" `, .. Project Formulation, Scope and PSA 1Agg11rltliija■*UURJ■■f AlicEN NE•NNIO•FA rIAR•■IS!®li■i WSDOTand FAA Grant Applicauons AN MENNEUMA NEN MAUNA EgMON AMEMMENACE Preliminary Design Ai>A 11 ENNA1Mi 1� ��161 �iR11�El 2ik �l GC i1 .�6 m$ dQ li Limited Field Survey MAMMIONISMigMONA UNE MOAMAR ANC ENESIUN1i31ME Site lnvestigatipn,Assemble existing documentation 1111 1111111 II i 1111 i 1111111111 i i i i 1 i i i Electrical Sub Coordination and Site 10 r."Mlle". aij4 iii WE � � _4 2 r il if y AiR�ll � 01 + 11 iiiNI ��� d tInvestigation 2 Ei a pia i4 A if �� Y t� ii N'Eit ■© I H Operations and Phasing Plans/CSPP itr 11111 itr I VI II 2Develop IN Preliminary Plans,Speufications and Design Report ili IIIii iiii ii iii III III i ifiii iiii II Submit Plans, SPecs, Design Report to FAA for Review Hit III i i i i 1 e C1 H H/1 Ii 1 �■p H 1111 Yg 11 H H H H Address FAA comments ■11liil{EiNiil£AA1liMANCUSO, MN MANONNAM111 N■N Finalize bidding documents ME p1 M I E C E A 3! ffi N M MN L % Si I 9 U Ier ii1 Assist in Project Bidding 1111 OEMS 11AM MENACE, MAC aEMONEM IIA COMAE EN Pre Bid Meeting . Bid Opening . Prepare Notice of Award with FAA concurrence ' Preconstruction Meeting Project Construction Substantial Completion Project Closeout BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No, 4.G. For Meeting of: May 18, 2021 ITEM TITLE: Resolution authorizing a grant from the Washington State Department of Transportation (WSDOT) Aviation Division for capital improvements at the Yakima Air Terminal -McAllister Field SUBMITTED BY: Robert K. Peterson, Airport Director, 509-575-6149 SUMMARY EXPLANATION: Washington State Department of Transportation Aviation Division is currently accepting applications for the second round of 2019-2021 Airport Aid Program grants. WSDOT anticipates providing approximately $1.3 million to airports who have previously submitted their capital projects through the Statewide Capital Improvement Program. Projects submitted within this program include Yakima Air Terminal -McAllister Field's East General Aviation Apron project. Additionally, the airport is seeking grant funding to assist with runway and taxiway maintenance to conduct necessary crack sealing. If grant funds are awarded, they will be utilized as a portion of the airport's local match to be leveraged with the Federal Aviation Administration grant program. Total requested funds are $194,668.70. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description Upload Date D Resolution 4/28/2021 D Grant Application 4/28/2021 Type Resolution Backup Mateo