Loading...
HomeMy WebLinkAbout09/06/2016 06D Property Lease Agreement with the US Department of Transportation Federal Aviation Administration yrt xs 1 s. n. BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.D. For Meeting of: September 6, 2016 ITEM TITLE: Resolution authorizing a lease agreement with the US Department of Transportation Federal Aviation Administration for a lease of property for aeronautical navigation equipment and to provide Air Traffic Control services SUBMITTED BY: Robert K. Peterson, Airport Manager, 509 - 575 -6149 SUMMARY EXPLANATION: The Federal Aviation Administration (FAA) in conjunction with the Yakima Air Terminal currently has a land lease agreement to provide the aviation industry with aeronautical navigation equipment and Air Traffic Control services. Recently, the FAA relocated and updated key navigation equipment in order to meet safety standards. This change requires the present lease agreement be replaced to reflect the updated aeronautical navigation equipment. ITEM BUDGETED: NA STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Adopt resolution BOARD /COMMITTEE RECOMMENDATION: ATTACHMENTS: Description Upload Date Type CI Resolution 8129/2016 Resolution ATCTlease 8/3112016 Co Memo 0 operation agreement 8/31/2016 C ∎er Memo Di MOA 8131 ?2016 Coeer Memo RESOLUTION NO. R -2016- A RESOLUTION authorizing the City Manager to execute a lease agreement with the United States Department of Transportation Federal Aviation Administration for a lease of property for aeronautical navigation equipment and to provide Air Traffic Control services. WHEREAS, The City owns and operates Yakima Air Terminal in accordance with applicable Federal, State and Local regulations; and WHEREAS, the Yakima Air Terminal has land available for lease within parcel number 181335- 31001, located immediately northeast and adjacent to the main terminal located at 2300 W. Washington Ave; and WHEREAS, the City of Yakima and the United States Department of Transportation Federal Aviation Administration, have negotiated terms to lease a portion of said parcel to United States Department of Transportation Federal Aviation Administration, which lease includes a license to occupy land for the purposes of providing the aviation industry with aeronautical navigation equipment and Air Traffic Control services, all terms and conditions of which are set forth in the "Land Lease on Airport" attached hereto and incorporated herein by this reference; and WHEREAS, the City Council has determined that approval of such lease agreement will promote the purposes of the Yakima Air Terminal, will promote increased aviation safety as well as the general health, safety and welfare of the citizens, and is in the best interests of residents of the City of Yakima; Now, Therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute and administer the attached and incorporated lease agreement with United States Department of Transportation Federal Aviation Administration, for a land lease of Yakima Air Terminal property to be used for providing aeronautical navigation equipment and Air Traffic Control services, which lease agreement is attached hereto and incorporated herein by this reference. ADOPTED BY THE CITY COUNCIL this 6th day of September, 2016. ATTEST: Kathy Coffey, Mayor Sonya Claar Tee, City Clerk U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION LAND LEASE ON AIRPORT Lease No: DTFAWN -16 -L -00112 Yakima, WA THIS LEASE is hereby entered into by the City of Yakima whose address is 129 N Second Street, Yakima, WA 98901 hereinafter referred to as the Lessor and the United States of America, herein after referred to as the Government. This lease shall become effective when it is fully executed by all parties. The terms and provisions of this lease, and the conditions herein, bind the Lessor and the Lessor's administrators, successors, and assigns. WITNESSETH: The parties hereto, for the consideration hereinafter mentioned covenant and agree as follows: 1. PREMISES (AUG -02): The Lessor hereby leases to the Government the following described property, hereinafter referred to as the premises: LAND FOR THE AIR TRAFFIC CONTROL TOWER (ATCT): A PLOT OF GROUND DESCRIBED BY BEGINNING AT THE EAST 1 /4 CORNER OF SECTION 35, T13N, R18E, WILLAMETTE MERIDIAN; THENCE WEST, 1891.81 FEET; THENCE SOUTH, 49.96 FEET TO THE TRUE POINT OF BEGINNING; THENCE SOUTH, 45.0 FEET TO A POINT; THENCE WEST 150.0 FEET TO A POINT; THENCE NORTH 45.0 FEET TO A POINT; THENCE EAST 150.0 FEET TO THE TRUE POINT OF BEGINNING, SAID PARCEL CONTAINS 0.155 ACRES, MORE OR LESS. ALL BEARINGS ARE TRUE. A. Together with a right -of -way for ingress to and egress from the premises; (For Government Employees, their Agents and Assigns) a right -of -way for establishing and maintaining a pole line or pole lines for extending electric power and /or telecommunication lines to the premises; and a right -of -way for subsurface power, communication and /or water lines to the premises; all rights -of -way to be over said lands and adjoining lands of the Lessor, and unless herein described otherwise, to be by routes reasonably determined to be the most convenient to the Government. B. And the right of grading, conditioning, and installing drainage facilities, and seeding the soil of the premises, and the removal of all obstructions from the premises which may constitute a hindrance to the establishment and maintenance of Government facilities. C. And the right to make alterations, attach fixtures, and erect additions, structures, or signs, in or upon the premises hereby leased, which alterations, fixtures, additions, structures or signs so placed in or upon, or attached to the said premises shall be and remain the property of the Government. 1.3.1 Land On an Airport Revised January 2014 OMB Control No. 2120 -0595 Pg. 1 2. TERMS AND CONDITIONS (JUL -10): It is mutually understood and agreed that the Airport requires an FAA Air Traffic Control Tower (ATCT) in order to operate their business and that the FAA requires an ATCT facility at the Airport in order to support Air Traffic Operations. Thus, in the interest of both parties it is hereby agreed that the Airport will allow the FAA to lease or construct, operate, and maintain FAA ATCT facility in areas on the Airport that have been mutually determined and agreed upon for the term commencing on October 1, 2016 and continuing through September 30, 2036. The FAA can terminate this agreement, in whole or part at any time by giving at least (60) days' notice in writing. Said notice shall be sent by certified or registered mail. 3. CONSIDERATION (NO COST) (AUG -02): The Government shall pay the Lessor no monetary consideration in the form of rental, it being mutually agreed that the rights extended to the Government herein are in consideration of the obligations assumed by the Government in its establishment, operation and maintenance of facilities upon the premises hereby leased. 4. INTERFERENCE WITH GOVERNMENT OPERATIONS (OCT -96): The Lessor agrees not to erect or allow to be erected any structure or obstruction of whatsoever kind or nature on the site or adjoining land within the airport boundaries that may interfere with the proper operation of the facilities installed by the Government under the terms of this Lease unless consent hereto shall first be secured from the Government in writing. 5. FUNDING RESPONSIBILITY FOR GOVERNMENT FACILITIES (OCT -96): The Lessor agrees that any relocation, replacement, or modification of any existing or future Government facilities covered by this Lease during its term or any renewal thereof made necessary by airport improvements or changes which in the Government's opinion interfere with the technical and /or operational characteristics of the Government facilities will be at the expense of the Lessor, except when such improvements or changes are made at the written request of the Government. In the event such relocation's, replacements, or modifications are necessitated due to causes not attributable to either the Lessor or the Government, funding responsibility shall be determined by the Government. 6. QUIET ENJOYMENT (OCT -96): The Lessor warrants that they have good and valid title to the premises, and rights of ingress and egress, and warrants and covenants to defend the Government's use and enjoyment of said premises against third party claims. 7. SUBORDINATION, NONDISTURBANCE AND ATTORNMENT (JAN -14): A. Lessor warrants that it holds such title to or other interest in the premises and other property as is necessary to the Government's access to the premises and full use and enjoyment thereof in accordance with the provisions of this lease. Government agrees, in consideration of the warranties and conditions set forth in this clause, that this lease is 1.3.1 Land On an Airport Revised January 2014 OMB Control No. 2120 -0595 Pg. 2 subject and subordinate to any and all recorded mortgages, deeds of trust and other liens now or hereafter existing or imposed upon the premises, and to any renewal, modification or extension thereof. It is the intention of the parties that this provision shall be self - operative and that no further instrument shall be required to effect the present or subsequent subordination of this lease. Government agrees, however, within twenty (20) business days next following the Contracting Officer's receipt of a written demand, to execute such instruments as Lessor may reasonably request to evidence further the subordination of this lease to any existing or future mortgage, deed of trust or other security interest pertaining to the premises, and to any water, sewer or access easement necessary or desirable to serve the premises or adjoining property owned in whole or in part by Lessor if such easement does not interfere with the full enjoyment of any right granted the Government under this lease. B. No such subordination, to either existing or future mortgages, deeds of trust or other lien or security instrument shall operate to affect adversely any right of the Government under this lease so long as the Government is not in default under this lease. Lessor will include in any future mortgage, deed of trust or other security instrument to which this lease becomes subordinate, or in a separate non - disturbance agreement, a provision to the foregoing effect. Lessor warrants that the holders of all notes or other obligations secured by existing mortgages, deeds of trust or other security instruments have consented to the provisions of this clause, and agrees to provide true copies of all such consents to the Contracting Officer promptly upon demand. C. In the event of any sale of the premises or any portion thereof by foreclosure of the lien of any such mortgage, deed of trust or other security instrument, or the giving of a deed in lieu of foreclosure, the Government will be deemed to have attorned to any purchaser, purchasers, transferee or transferees of the premises or any portion thereof and its or their successors and assigns, and any such purchasers and transferees will be deemed to have assumed all obligations of the Lessor under this lease, so as to establish direct privity of estate and contract between Government and such purchasers or transferees, with the same force, effect and relative priority in time and right as if the lease had initially been entered into between such purchasers or transferees and the Government; provided, further, that the Contracting Officer and such purchasers or transferees shall, with reasonable promptness following any such sale or deed delivery in lieu of foreclosure, execute all such revisions to this lease, or other writings, as shall be necessary to document the foregoing relationship. D. None of the foregoing provisions may be deemed or construed to imply a waiver of the Government's rights as a sovereign. 8. NOTIFICATION OF CHANGE OF LAND TITLE (AUG -02): If the Lessor sells or otherwise conveys to another party or parties any interest in the aforesaid land, rights of way thereto, and any areas affecting said demised premises, they shall immediately notify the Government, in writing, of any such transfer or conveyance affecting the demised premises within 30 calendar days after completion of the "change 1.3.1 Land On an Airport Revised January 2014 OMB Control No. 2120 -0595 Pg. 3 in property rights ". Concurrent with the written notification, the Lessor shall provide the Government copies of the legal document(s) (acceptable to local authorities) for transferring and or conveying the property rights. 9. NOTICES (OCT -96): All notices /correspondence shall be in writing, reference the lease number, and be addressed as follows: TO LESSOR: Yakima Air Terminal/McAllister Field 2406 West Washington Ave, Suite B Yakima, WA 98903 Insert full name and address of party authorized to receive notices /correspondence TO GOVERNMENT: Federal Aviation Administration Real Estate & Utilities Group, ALO -820 1601 Lind Ave SW Renton, WA 98057 10. CONTRACT DISPUTES (Nov. 03) A. All contract disputes and arising under or related to this lease contract shall be resolved through the Federal Aviation Administration (FAA) dispute resolution system at the Office of Dispute Resolution for Acquisition (ODRA) and shall be governed by the procedures set forth in 14 C.F.R. Parts 14 and 17, which are hereby incorporated by reference. Judicial review, where available, will be in accordance with 49 U.S.C. 46110 and shall apply only to final agency decisions. A Lessor may seek review of a final FAA decision only after its administrative remedies have been exhausted. B. All Contract Disputes shall be in writing and shall be filed at the following address: Office of Dispute Resolution for Acquisition, AGC -70, Federal Aviation Administration, 800 Independence Ave, S.W., Room 323, Washington, DC 20591, Telephone: (202) 267 -3290, Facsimile: (202) 267 -3720 C. A contract dispute against the FAA shall be filed with the ODRA within two (2) years of the accrual of the lease contract claim involved. A contract dispute is considered to be filed on the date it is received by the ODRA. The full text of the Contract Dispute clause is incorporated by reference. Upon request the full text will be provided by the RECO. 11. PROTEST (NOV -03) A. Protests concerning Federal Aviation Administration Screening Information 1.3.1 Land On an Airport Revised January 2014 OMB Control No. 2120 -0595 Pg. 4 Requests (SIRS) or awards of lease contracts shall be resolved through the Federal Aviation Administration (FAA) dispute resolution system at the Office of Dispute Resolution for Acquisition (ODRA) and shall be governed by the procedures set forth in 14 C.F.R. Parts 14 and 17, which are hereby incorporated by reference. Judicial review, where available, will be in accordance with 49 U.S.C. 46110 and shall apply only to final agency decisions. A protestor may seek review of a final FAA decision only after its administrative remedies have been exhausted. B. Offerors initially should attempt to resolve any issues concerning potential protests with the Real Estate Contracting Officer. C. Protests shall be in writing and shall be filed at: Office of Dispute Resolution for Acquisition, AGC -70, Federal Aviation Administration, 800 Independence Ave, S.W., Room 323, Washington, DC 20591, Telephone: (202) 267 -3290, Facsimile: (202) 267 -3720 At the same time as filing the protest with the ODRA, the protestor shall serve a copy of the protest on the Real Estate Contracting Officer (RECO). D. A protest is considered to be filed on the date it is received by the ODRA and shall be filed: (i) Not later than seven (7) business days after the date the protester knew or should have known of the grounds for the protest; or (ii) If the protester has requested a post -award debriefing from the RECO, not later than five (5) business days after the date on which the RECO holds that debriefing. The full text of the Protest clause is incorporated by reference. Upon request the full text will be provided by the RECO. 12. ANTI - KICKBACK (OCT -96): The Anti - Kickback Act of 1986 (41 U.S.C. 51 -58) (the Act), prohibits any person from (1) Providing or attempting to provide or offering to provide any kickback; (2) Soliciting, accepting, or attempting to accept any kickback; or (3) Including, directly or indirectly, the amount of any kickback in the contract price charged by a prime Contractor to the United States Government or in the contract price charged by a subcontractor to a prime contractor or higher tier subcontractor. 13. COVENANT AGAINST CONTINGENT FEES (AUG -02): The Lessor warrants that no person or agency has been employed or retained to solicit or obtain this contract upon an agreement or understanding for a contingent fee, except a bona fide employee or agency. For breach or violation of this warranty, the Government shall have the right to annul this contract without liability or, in its discretion, to deduct 1.3.1 Land On an Airport Revised January 2014 OMB Control No. 2120 -0595 Pg. 5 from the contract price or consideration, or otherwise recover the full amount of the contingent fee. 14. OFFICIALS NOT TO BENEFIT (OCT -96): No member of or delegate to Congress, or resident commissioner, shall be admitted to any share or part of this contract, or to any benefit arising from it. However, this clause does not apply to this contract to the extent that this contract is made with a corporation for the corporation's general benefit. 15. NON - RESTORATION (OCT -96): It is hereby agreed between the parties, that upon termination of its occupancy, the Government shall have no obligation to restore and /or rehabilitate, either wholly or partially, the property which is the subject matter of this lease. It is further agreed that the Government may abandon in place any or all of the structures and equipment installed in or located upon said property by the Government during its tenure. Such abandoned equipment shall become the property of the Lessor. 16. HAZARDOUS SUBSTANCE CONTAMINATION (MAY -00): The Government agrees to remediate, at its sole cost, all hazardous substance contamination on the leased premises that is found to have occurred as a direct result of the installation, operation, and /or maintenance of the ATCT facility. The Lessor agrees to remediate at its sole cost, any and all other hazardous substance contamination found on the leased premises. The Lessor also agrees to save and hold the Government harmless for any and all costs, liabilities and /or claims by third parties that arise out of hazardous contamination found on the leased premises not directly attributable to the installation, operation and /or maintenance of the ATCT facility. 17. ATTACHMENT(S): Attachment A — Operating Agreement for Air Traffic Control Tower 1.3.1 Land On an Airport Revised January 2014 OMB Control No. 2120 -0595 Pg. 6 18. SIGNATURE BLOCK (AUG -02): IN WITNESS WHEREOF, the parties hereto have signed their names: LESSOR: Date: (Signature) (Official Title) UNITED STATES OF AMERICA: Date: (Signature) Real Estate Contracting Officer (Official Title) 1.3.1 Land On an Airport Revised January 2014 OMB Control No. 2120 -0595 Pg. 7 ATCT Lease No.: DTFAWN -16 -L -00112 Attachment: "A" DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION OPERATION AGREEMENT FOR AIRPORT TRAFFIC CONTROL TOWER I. THIS AGREEMENT is hereby attached to and made a part of ATCT Lease # DTFAWN- 16-L- 001122, by and between the United States of America, acting by and through the Federal Aviation Administration, hereinafter called the Government and the City of Yakima, operating its airport known as Yakima Air Terminal/McAllister Field, located at 2406 West Washington Ave, Yakima, WA 98903 hereinafter called the Airport. This Agreement shall be executed by the parties hereto independently of said ATCT Lease to which it is a part. II. WHEREAS, an Airport Traffic Control Tower (ATCT) will be or has been erected on the plot described in the ATCT Lease by and at the expense of the Government; and III. WHEREAS, it is in the public interest that the above described ATCT be operated by the Government, subject to the availability of funds, in accordance with standards established by the Government; IV. NOW, THEREFORE, the Airport agrees to the following conditions: 1. The Airport shall, at no expense to the Government be responsible for the proper and continued functioning of any locally installed lights or other device installed or caused to be installed by the airport and placed under the Government's control. 2. The Airport shall be responsible for the proper and continued functioning of allairport installed or caused to be installed equipment and devices which the Government determines are necessary for air traffic control, but which cannot be placed in operation or controlled from said Tower, or are not otherwise operated by or under the control of the Government. 3. The Airport shall promptly advise the Government's duly authorized representative(s) in said Tower of any conditions which render all, or any, area(s) of the Airport unsafe for normal utilization by aircraft and will, upon demand, appropriately mark any such area(s) in a manner approved by the Government which properly indicates the existing condition(s); the Lessor shall promptly give notice to the Government's Tower representative(s) prior to the time any maintenance or construction is begun on the airport landing area unless such action is in accordance with a schedule which has been previously coordinated with the said 1.3.3.2 Operation Agreement for Airport Traffic Control Tower Site Lease July 2010 OMB Control No. 2120 -0595 Pg. 1 Tower; said notice shall be given not less than thirty (30) days prior to the scheduled date from beginning the first item of construction and /or maintenance on the schedule. If emergency situations exist, then the airport shall advise the Government's duly authorized representative(s) as soon as possible of any conditions which render all, or any, area(s) of the Airport unsafe for normal utilization by aircraft and will, upon demand, appropriately mark any such area(s) in a manner approved by the Government which properly indicates the existing condition(s). 4. The Government shall have absolute control of the operation of said Tower and its associated facilities at all times and shall not be subject to direction from the Airport in this regard. In accordance with and subject to the conditions, limitations and exceptions set forth in the Federal Tort Claims Act of 1948, as amended (28 U.S.C. 2671, et., seq.), hereafter termed "The Act," the government will be liable to persons damaged by any personal injury, death or injury to or loss of property, which is caused by a negligent or wrongful act or omission of any employees of the Government while acting within the scope of his office or employment under the same circumstances where a private person would be liable in accordance with the law of the place where the Act or omission occurred. The foregoing shall not be deemed to extend the Government's liability beyond that existing under the Act at the time of such act or omission or to preclude the Government from using any defense available in law or equity. 5. The Airport, upon request from the Government, agrees to provide two -way ground control communication equipment in its maintenance and emergency vehicles scheduled to regularly operate in the airport landing area, and such equipment shall be capable of maintaining radio communications with the Government's Tower (ATCT) on said Airport. 6. The Airport, agrees to pay (and the Government shall not pay any part of such costs other than those provided by any existing Federal Aid to Airports Programs) for the relocation of said Tower and its associated facilities if such relocation is made necessary by Airport improvement or changes which impair the technical and /or operational characteristics of said Tower and its associated facilities. 7. The Airport shall, as a protection to the proper operation of the ATCT by the Government, prohibit and refrain from the erection or construction of any structures or improvements which may interfere with the visibility of the Air Traffic Controllers' line of sight to all traffic patterns, approaches, runways, taxiways, operational portions of the aprons and other operational areas necessary for the control of ground and air traffic. 8. In accordance with the provisions of clause 2 of the ATCT Land Lease On Airport Agreement, the Government shall have the right and privilege to maintain the ATCT on the airport premises and to install and maintain antennas and antenna wires and appurtenances for Air Traffic operating facilities at the ATCT site and other locations on the airport where deemed necessary, together with the right to install, operate and maintain necessary connecting cables and wires where needed to perform the necessary linking of facilities. The Government shall have the right to install, operate and maintain such cables, conduits and wiring necessary to link and connect its facilities located on airport property; 1.3.3.2 Operation Agreement for Airport Traffic Control Tower Site Lease July 2010 OMB Control No. 2120 -0595 Pg. 2 IN WITNESS WHEREOF, the parties hereto have subscribed their names hereunder as of the of , 2016. CITY OF YAKIMA THE UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION By By Title Title Date: Date: 1.3.3.2 Operation Agreement for Airport Traffic Control Tower Site Lease July 2010 OMB Control No. 2120 -0595 Pg. 3 NO COST LAND ON AIRPORT MEMORANDUM OF AGREEMENT MOA No: DTFAWN -16 -L -00101 Yakima, WA This agreement is made and entered into by the City of Yakima (Yakima Air Terminal/McAllister Field), hereinafter referred to as Airport, for itself, its successors and assigns, and the Federal Aviation Administration, hereinafter referred to as the FAA. WITNESSETH WHEREAS, the parties listed above have entered into an Airport Improvement Grant Agreement; and WHEREAS, the parties listed above have entered into an agreement providing for the construction, operation, and maintenance of FAA owned navigation, communication and weather aids for the support of Air Traffic Operations; and WHEREAS, the parties consider it desirable to work in cooperation with each other in the technical installation and operation of air navigational aids; and WHEREAS, both parties agreed the establishment, operation, and maintenance of systems for air traffic control, navigation, communication, and weather reporting is in the primary interest of safety and direct support of the ongoing operation of the Yakima Air Terminal/McAllister Field. NOW, THEREFORE, the parties mutually agree as follows: 1. TERMS AND CONDITIONS (Jan 12): It is mutually understood and agreed that the Airport requires FAA navigation aid facilities in order to operate their business and that the FAA requires navigation, communication and weather aid facilities at the Airport in order to support Air Traffic Operations. Thus, in the interest of both parties it is hereby agreed that the Airport will allow the FAA to construct, operate, and maintain FAA owned navigation, communication and weather aid facilities in areas on the Airport that have been mutually determined and agreed upon for the term commencing on October 1, 2016 and continuing through September 30, 2036. The FAA can terminate this agreement, in whole or part at any time by giving at least (60) day's notice in writing. Said notice shall be sent by certified or registered mail. A. Together with a right -of -way for ingress to and egress from the premises; a right -of -way for establishing and maintaining pole lines or under ground lines for 1.3.3 No Cost Land on an Airport Memorandum of Agreement Revised January 2012 OMB Control No. 2120 -0595 Pg. 1 extending electrical power and /or telecommunications lines to the premises; including a right -of -way for subsurface power, communication and /or water lines to the premises; all rights -of -way to be over the area referred to as Yakima Air Terminal/McAllister Field, to be routed reasonably determined to be the most convenient to the FAA and as not to interfere with Airport operations. The Airport shall have the right to review and comment on plans covering access and utility rights -of -way under this paragraph. B. And the right to grading, conditioning, and installing drainage facilities, seeding the soil of the premises, and removing all obstructions from the premises which may constitute a hindrance to the establishment and maintenance of navigational aid systems. The Airport shall have the right to review and comment on plans covering work permitted under this paragraph. C. And the rights to make alterations, attach fixtures, and erect additions, structures or signs, in direct support of the Airport. The Airport shall have the right to review and comment on plans covering work permitted under this paragraph. D. And the right to park, without cost, all official and privately owned vehicles used for the maintenance and operation of the air navigational facilities. Parking shall be provided adjacent to the navigational aid facility or as near as possible without interfering with the operation of the Airport. 2. CONSIDERATION (Aug- 02): The FAA shall pay the Airport no monetary consideration, it being mutually agreed that the rights extended to the FAA herein are in consideration of the obligations assumed by the FAA in its establishment, operation, and maintenance of navigational aid facilities upon the premises. 3. PURPOSE (Apr -05): It is understood and agreed that the use of the herein described premises, known as Yakima Air Terminal/McAllister Field, shall be related to the FAA's activities in support of Air Traffic operations. 4. FAA FACILITIES (Apr -05) The FAA facilities covered by this agreement are identified on the most current approved Airport Layout Plan (ALP) and /or other pertinent drawings that are made part of this agreement by reference and shown on the attached FAA "List of Facilities ". 5. TITLE TO IMPROVEMENTS (Apr -05): 1.3.3 No Cost Land on an Airport Memorandum of Agreement Revised January 2012 OMB Control No. 2120 -0595 Pg. 2 Title to the improvements constructed for use by the FAA during the life of this agreement shall be in the name of the FAA. 6. HAZARDOUS SUBSTANCE CONTAMINATION (May -00): The FAA agrees to remediate, at its sole cost, all hazardous substance contamination on the FAA facility premises that is found to have occurred as a direct result of the installation, operation, relocation and /or maintenance of the FAA's facilities covered by this agreement. The Airport agrees to remediate or have remediated at its sole cost, any and all other hazardous substance contamination found on the FAA facility premises. The Airport also agrees to save and hold the U. S. Government harmless for any and all costs, liabilities and /or claims by third parties that arise out of hazardous contamination found on the FAA facility premises that are not directly attributable to the installation, operation and /or maintenance of the facilities on the attached FAA "List of Facilities." 7. INTERFERENCE WITH FAA OPERATIONS (Oct -96): The Airport agrees not to erect or allow to be erected any structure or obstruction of whatsoever kind or nature within the Airport's boundaries that may interfere with the proper operation of the navigational aid facilities installed by the FAA, as it is not in the best interest of the Airport or the FAA. 8. FUNDING RESPONSIBILITY FOR FAA FACILITIES (Oct -96): The Airport agrees that any relocation, replacement, or modification of any existing or future FAA's navigational aid systems made necessary by Airport improvements or changes, which interferes with the technical and /or operational characteristics of the facility, will be at the expense of the Airport, with the exception of any such improvements or changes which are made at the request of the FAA. In the event such relocations, replacements, or modifications are necessary due to causes not attributable to either the Airport or the FAA, funding responsibility shall be determined by mutual agreement between the parties. 9. NON - RESTORATION (Oct -96): It is hereby agreed between the parties, that upon termination of its occupancy, the FAA shall have no obligation to restore and /or rehabilitate, either wholly or partially, the property which is the subject matter of this agreement. It is further agreed that the FAA may abandon in place any or all of the structures and equipment installed in or located upon said property by the FAA during its tenure. Such abandoned equipment shall become the property of the Airport. 1.3.3 No Cost Land on an Airport Memorandum of Agreement Revised January 2012 OMB Control No. 2120 -0595 Pg. 3 10. NOTICES (Oct -96): All notices /correspondence shall be in writing, reference the Agreement number, and be addressed as follows: AIRPORT: Yakima Air Terminal 2406 W Washington Ave, Suite B Yakima, WA 98903 FEDERAL AVIATION ADMINISTRATION: Federal Aviation Administration Real Estate & Utilities Group, ALO -820 1601 Lind Ave SW Renton, WA 98057 11. Previous Lease(s) /Agreement(s) This agreement supersedes Land Lease number DTFA11 -92 -L- 15063. Master Ground Lease DTFA11 -92 -L -15063 is hereby terminated. 12. The following clauses are incorporated by reference: The full text of these clauses can be found via Internet at site http: / /fast.faa.gov/ and finding the form "Land On- Airport Lease ". 1. OFFICIALS NOT TO BENEFIT (10/96) 2. COVENANT AGAINST CONTINGENT FEES (8/02) 3. ANTI - KICKBACK (10/96) 1.3.3 No Cost Land on an Airport Memorandum of Agreement Revised January 2012 OMB Control No. 2120 -0595 Pg. 4 13. SIGNATURES (Apr -04): The Airport and the FAA hereby agree to the provisions outlined in this agreement as indicated by the signatures herein below of their duly authorized representative (s). This agreement is effective upon the date of signature by the last party thereof. CITY OF YAKIMA UNITED STATES OF AMERICA, FEDERAL AVIATION ADMINISTRATION By: By: Title: Title: Date: Date: 1.3.3 No Cost Land on an Airport Memorandum of Agreement Revised January 2012 OMB Control No. 2120 -0595 Pg. 5 Dated October 1, 2016 List of Facilities MEMORANDUM OF AGREEMENT DTFAWN -16 -L -00101 YAKIMA AIR TERMINAL/MCALLISTER FIELD R/W GSA Control Number ! Facility Number Number Comments Co- located with YKM- ATCRB. 1 YKM -ASR - 53400 Facility's Equipment house in YKM- NASEB. { Co- located with YKM -ASR. 2 YKM -ATCRB - - Facility's Equipment house in YKM- NASEB. 3 YKM -GS 27 53197 Facility's Equipment house in YKMC- NASEB. 4 YKM -LOC 27 53196 Facility's Equipment house in YKMD- NASEB. Facility's Equipment house in 5 YKM -MALSR 27 53202 YKMG- NASEB. 6 YKM-REIL 09 53471 Facility's Equipment housed in YKMD- NASEB. 7 YKM -RVR 27 53336 Facility's Equipment housed in YKM -ATCT. 8 YKM-VASI 09 53209 Facility's Equipment housed in 9 YKM -WEF YKM -ATCT. Co- located with YKMZ -RTR. 10 YKMY -RTR - - Facility's Equipment housed in YKM -ATCT. Co- located with YKMY -RTR. 11 YKMZ -RTR - - Facility's Equipment housed in YKM -ATCT. *Notation: For applicable restrictive easement, clear zone, and /or obstruction criteria for facilities listed above, see referenced FAA Order(s) listed below: 1.3.3 No Cost Land on an Airport Memorandum of Agreement Revised January 2012 OMB Control No. 2120 -0595 Pg. 6 FAA Order 6750.16E, Siting Criteria for Instrument Landing Systems (ILS) FAA Order JO 6850.2B, Visual Guidance Lighting Systems FAA Order 6820.10, Siting Criteria for VOR, VOR/DME, and VORTAC FAA Order 6560.20B, Siting Criteria for AWOS /ASOS FAA Order 6310.6, Siting Handbook for Primary /Secondary Terminal Radar 1.3.3 No Cost Land on an Airport Memorandum of Agreement Revised January 2012 OMB Control No. 2120 -0595 Pg. 7