Loading...
HomeMy WebLinkAboutR-2019-040 WSDOT Aviation Division Grant Application; Yakima Air Terminal-McAllister Field Capital ImprovementsA RESOLUTION RESOLUTION NO. R-2019-040 authorizing the City Manager to apply for 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 a variety of Federal Aviation Administration required capital improvement projects, including updates to the Airport Layout Plan, design and engineering to replace the airport's High Intensity Runway Edge Lights on Runway 9/27; replacement of the airport rotating beacon, updates to the airport's security software, and rehabilitation of the aircraft apron at McAllister Museum, 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 2ffi,day of April, 2019. ATTEST: If t`,, K A0 R T E `ti B LLOSTE FEL 2406 W. Washington Ave, Suite B Yakima, Washington 98903 (509) 575-6149 (509) 575-6185 FAX Monday, May 6, 2019 Eric Johnson WSDOT - Aviation Construction & Grants Program Manager 7702 Terminal Street SW Tumwater, Washington 98501-7264 Dear Mr. Johnson, It is with pleasure to submit the Yakima Air Terminal -McAllister Field's grant application for the 2019- 2020 calendar years. The airport requests matching funds up to $50,741.00 to complement our upcoming 2019 — 2020 Capital Improvement Projects. The airport has recognized the need to update our Airport Layout Plan with narrative report, design engineering plans for replacement of the airport's primary Runway 9/27 High Intensity Runway Edge Light and crack seal the runway, crack seal an aircraft apron adjacent to the McAllister Museum, and replace the airport's aging airport beacon that has outlived its useful life. Enclosed you will discover the following documents that supplement the grant application: • Grant application (signed) • WSDOT grant assurances (signed) • Grant application checklist • Resolution supporting local match with Passenger Facility Charge • Resolution for City Manager to apply for WSDOT grant • Passenger Facility Charge approval letter from Federal Aviation Administration • Scope of Work — Engineering Services Agreement • Draft project schedules and dispersal of funds Thank you for your time considering our application. In the event you need any further documentation or have any questions feel free to contact me at your convenience. Sincerely, Robert K. Peterson Airport Director Yakima Air Terminal -McAllister Field CC: Kris Yalovich Administrative Assistant, Security and Grants File ANIL Washington State V� Department of Transportation Aviation Division Airport Aid Application 7702 Terminal Street SW Tumwater, Washington 98501-7264 Date of Request 5/6/2019 1 Applicant: City of Yakima 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. Cliff Moore 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: cliff.moore@yakimawa.gov Small / Non -Hub Commercial Find your legislative and congressional district at: hup app.kg.rra.gor:&sirtcrfrnder 3 Airport: Yakima Air Terminal -McAllister Field FAA Classification. Classification Legislative District: 15th Congressional District: 4th Q NPIAS ® Non-NPIAS State 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 Design and Engineering of Runway 9/27 HIRL with Asphalt Repairs Airport Layout Plan Update w/ Narrative Report McAllister Museum Asphalt Crackseal 144,140 00 444,444.00 14,312.00 7,207.00 22,222.00 0.00 7,207 00 22,222.00 13,812.00 129,726.00 400,000 00 0 00 500.00 Funds from McAllister Museum Totals 602,896 00 29,429.00 43,241.00 529,726.00 500.00 5 Does Does Was (AIS) Does - Submit Submit 2) Stating 'Does 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. p Yes $ No Date Date 5/5/2015 5/5/2015 X Yes II No ig3 Yes No Yes Q No Submitting copy via: grant assurances via: Submitting copy via: Emailing - Electronic Document adopted resolution, 1) Authorizing submittal of grant matching funds are available, and 3) Support of elected not apply to private airport sponsors Emailing -Electronic Document 6 Signature *Only 'IF of Applicant's Authorized Representative sign IF printing and submitting original paper document, submitting application electronically (fillable form .pdf document), provide signature Email here must be sent directly from airport's authorized representative. DOT Form 900-030EF Revised 02/2016 Name. Title. Address: Anti Washington State v; Department of Transportation Aviation Division 'A Steward for Washington's Aviation System" 7702 Terminal Street SW Tumwater, Washington 98501-7264 Airport Aid Application Date of Request 4/26/2019 1 Applicant: City of Yakima Applicant's Authorized Representative Cliff Moore City Manager 2406 W. Washington Ave. Ste B Address 2: City Yakima Phone (509) 575-6149 State. WA Zip 98903 Cell: (509) 833-0898 Email: cliff.moore@yakimawa.gov 2 Project to be Managed by. Company JUB Engineering Name. Tim Ike Address: 422 W. Riverside Road, Ste 304 Address 2 City• Spokane Phone. (509) 458-3727 Email: tike@jub.com State. WA Zip 99201 Cell: (509) 280-8784 3 Airport: ❑X NPIAS fl Non-NPIAS Find your legislative and congressional district at: hup, app.leg.a a.gor. district/biller FAA Classification. Small / Non -Hub Legislative District: 15th State Classification: Commercial Congressional District: 4th 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) 4- 2 3 Replacement of Airport Beacon Airport beacon has outlived it's useful life and requires replacement. 15,000.00 7,500.00 7,500.00 Funds from McAllister Museum Totals 15,000 00 0.00 7,500 00 7,500.00 0.00 5 Does the airport have an up-to-date Master Plan or ALP Narrative Report? Does the airport have an approved Airport Layout Plan (ALP)? Was annual requirement to review and update Airport Information System (AIS) data met for the preceeding calendar year? Does the airport sponsor have policies to reduce greenhouse gas emissions? - If yes, submit a copy of the policies. EYes ® No Date 5/5/2015 El Yes No Date. 5/5/2015 IDYes ®No fYes E No Submitting copy via: Submit signed acceptance of Airport Aid Grant Assurances. Submitting signed grant assurances via: Emailing - Electronic Document Submit adopted resolution, 1) Authorizing submittal of grant application, 2) Stating matching funds are available, and 3) Support of elected officials. 'Does not apply to private airport sponsors Submitting copy via: Emailing - Electronic Document 6 Signature of Applicant's Authorized Representative *Only sign IF printing and submitting original paper document, provide signature here. *IF submitting application electronically (finable form .pdf document), Email must be sent directly from airport's authorized representative. DOT Form 900-030EF Revised 02/2016 Washington State �; 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) City of Yakima - Yakima Air Terminal -McAllister Field - Project No. 1 - Design and Engineering of Runway 9/27 HIRL with Asphalt Repairs I Project Category (Select One Only): ®Pavement ()Safety ()Planning 0 Security 0 Runway Safety () Equipment ()Maintenance ©Property ©Other si Rehabilitation Q Runway II Maintenance II Taxiway Reconstruction ! Apron 111 New Construction II Taxilane $ Helipad $ Other 2 Detailed Project Description / Approach to Accomplishing Project: Runway 9/27 High Intensity Runway Lighting System is fast approaching its useful life. The engineer with design plans in order to replace the aging system. Additionally, the airport will crack, fog seal, and update the Runway markings. 3 Project Justification: The Yakima Air Terminal -McAllister Field encompasses approximately 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 maintenance which includes Runway 9/27 as well as the replacement of the HIRL system. The Runway 9/27 HIRL and asphalt maintenance is also included on the airport's five year Capital Improvement Plan (CIP). This primary runway is utilized by general aviation, corporate aviation, commercial airlines, military aircraft, and for airline diversions, due to inclement weather at Seattle -Tacoma International Airport or other neighboring commercial airports. 4 Cost Estimate Details: Source of Project Cost Estimate - Engineer's Estimate Total engineering costs to develop plans, specifications, construction safety phasing plan, and construction safety report is $144,140.00. 5 Project Schedule: Expected Start of Project: 6/1/2019 Expected Completion of Project: 6/30/2020 Start of Work Covered by Grant: 7/1/2019 Completion of Work Covered by Grant: 6/30/2020 Submit a detailed project schedule (to include project milestones). Submitting project schedule via: Emailing - Electronic Document 6 Other Supporting project documentation (Required): Submit a spending plan identifying anticipated grant expenditures by month Submitting via: Emailing - Electronic Document Submit job creation data using the Aviation Economic Impact Calculator Submitting via: Emailing - Electronic Document 7 Other Supporting project documentation (As Applicable): Submit documentation supporting your consultant selection process. Submitting via: Emailing - Electronic Document Submit a copy of your consultant's Scope of Work. Submitting via: Emailing - Electronic Document Have project plans and specifications been prepared? $ Yes iA No Has a property appraisal been completed for property acquisition? ®Yes ig No FAA AIP Project Number 3-53-0089-043-2019 FAA Grant Contract Number 3-53-0089-43-2019 Other supporting documentation? DOT Form 900-030A EF Revised 2/2016 SCIP Priority Score (WSDOT Use Only) Washington State / �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) City of Yakima - Yakima Air Terminal -McAllister Field - Project No 2- Airport Layout Plan Update w/ Narrative Report 1 Project Category (Select One Only): ®Pavement ®Safety O Planning 0 Security © Runway Safety 0 Equipment o Maintenance ©Property o Other Master Plan / Airport Layout Plan 0 Airport Layout Plan (ALP) Update Environmental Wildlife Other 2 Detailed Project Description / Approach to Accomplishing Project: The City of Yakima intends to update the 2015 Airport Master Plan and Airport Layout Plan (ALP) for the Yakima Air Terminal — McAllister Field. This project will provide the City of Yakima with a 2018-2038 Airport Master Plan and revised Airport Layout Plan (ALP) drawings. It is important to note that the 2018-2038 Airport Master Plan is not a complete update of the 2015 Airport Master Plan and that only sections identified in this scope will be updated. Content from the 2015 Master Plan, not identified in this scope to be updated, will be carried forward and consolidated into the 2018-2038 Master Plan Update document. The update will provide the Yakima Air Terminal — McAllister Field with a plan to address the development needs at the airport for a 20-year planning horizon (2018-2038) and will develop a realistic program for implementation within known funding constraints. 3 Project Justification: Since adoption of the Master Plan in 2015, the airport has witnessed tremendous growth in passengers utilizing the airport and infrastructure improvements including the 21 st Avenue and Airport Lane project. In addition, several buildings have been constructed including the Memorial Medical Center, McAllister Museum/Civil Air Patrol Hangar, and Swiftwater Cellar hangar. The Federal Aviation Administration (FAA) requires all new and future hangars or facility improvements to be documented on the Airport Layout Plan in order to receive federal funding. Since airport development is always changing, the Airport Layout Plan requires periodic updates in order to meet FAA requirements. As part of the Airport Layout Plan update with Narrative Report, the FAA will require AGIS to be completed. 4 Cost Estimate Details: Source of Project Cost Estimate - Actual Bid Amount Total project cost estimate is $444,444.00, which includes consultant services and sponsor administration costs. Final cost estimates will be sent to WSDOT Aviation upon completion. 5 Project Schedule: Expected Start of Project: 7-01-2018 Expected Completion of Project: 03-30-2020 Start of Work Covered by Grant: 07-01-2019 Completion of Work Covered by Grant: 03-30-2020 Submit a detailed project schedule (to include project milestones). Submitting project schedule via: Emailing - Electronic Document 6 Other Supporting project documentation (Required): Submit a spending plan identifying anticipated grant expenditures by month Submitting via: Emailing - Electronic Document Submit job creation data using the Aviation Economic Impact Calculator Submitting via: Emailing - Electronic Document 7 Other Supporting project documentation (As Applicable): Submit documentation supporting your consultant selection process. Submitting via: Emailing - Electronic Document Submit a copy of your consultant's Scope of Work. Submitting via: Emailing - Electronic Document Have project plans and specifications been prepared? U Yes $ No Has a property appraisal been completed for property acquisition? $ Yes la No FAA AIP Project Number 3-53-0089-042-2018 FAA Grant Contract Number 3-53-0089-042-2018 Other supporting documentation? DOT Form 900-030A EF Revised 2/2016 SCIP Priority Score (WSDOT Use Only) Washington State V� 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) City of Yakima - Yakima Air Terminal -McAllister Field - Project No. 3 - McAllister Museum Asphalt Crackseal 1 Project Category (Select One Only): 0Pavement ()Safety ®Planning 0 Security 0 Runway Safety () Equipment ()Maintenance ()Property ()Other Rehabilitation • Runway Q Maintenance Ill Taxiway II Reconstruction 13 Apron $ New Construction I Taxilane Helipad Other 2 Detailed Project Description / Approach to Accomplishing Project: The transient apron at McAllister Museum provides pilots the opportunity to visit the museum, Civil Air Patrol, Reno's on the Runway, Cub Crafters, and receive aviation fuel. The apron encompasses approximately 45,000 square feet of asphalt where 5,352 linear feet of cracks have been identified to be cracksealed. The project will remove old crackseal, clean the areas of repair, and fill cracks with sealer, mastic, or asphalt depending on the width of the crack. This maintenance function will preserve the life expectancy of the asphalt and reduce the hazards to aircraft operators. 3 Project Justification: The Yakima Air Terminal -McAllister Field encompasses approximately 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 (PCI) rating between 0 and 100 (0 meaning failed pavement and 100 meaning excellent pavement). The apron located at the McAllister Museum has a PC1 range of 55 - 45 based on the 2018 pavement assessment conducted by WSDOT Aviation. This apron is utilized by general aviation and corporate aircraft where many are transient pilots who purchase fuel and visit tenants in the area. 4 Cost Estimate Details: Source of Project Cost Estimate - Vendor/Supplier Quote A quote provided by a leading asphalt repair company indicated to repair 5,352 liner feet of cracks is estimated to be $14,312.00. 5 Project Schedule: Expected Start of Project: 07/30/2019 Expected Completion of Project: 09/01/2019 Start of Work Covered by Grant: 07/30/2019 Completion of Work Covered by Grant: 09/01/2019 Submit a detailed project schedule (to include project milestones). Submitting project schedule via: Emailing - Electronic Document 6 Other Supporting project documentation (Required): Submit a spending plan identifying anticipated grant expenditures by month. Submitting via: Emailing - Electronic Document Submit job creation data using the Aviation Economic Impact Calculator Submitting via: Emailing - Electronic Document 7 Other Supporting project documentation (As Applicable): Submit documentation supporting your consultant selection process. Submitting via: Other Submit a copy of your consultant's Scope of Work. Submitting via: Other. Have project plans and specifications been prepared? • Yes ig No Has a property appraisal been completed for property acquisition? lYes ✓ No FAA AIP Project Number N/A FAA Grant Contract Number N/A Other supporting documentation? consultant not used for crackseal project DOT Form 900-030A EF Revised 2/2016 SCIP Priority Score (WSDOT Use Only) Washington State V/ 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) City of Yakima - - Project No 4— Replacement of Airport Beacon 1 Project Category (Select One Only): ©Pavement ()Safety ()Planning 0 Security 0 Runway Safety ® Equipment ()Maintenance ()Property ©Other Snow Removal Equipment (SRE) ai Other 2 Detailed Project Description / Approach to Accomplishing Project: The Yakima Air Terminal -McAllister Field is a commercial service airport with precision and non -precision approaches. Since the airport serves both visual flight rules and instrument flight rules aircraft traffic the airport is required to maintain an airport beacon. Given the age of the airport beacon, the airport has witnessed continuous maintenance issues with the equipment and requires to be replaced. Airport staff will acquire a new beacon and install internally without required contractors or engineers. 3 Project Justification: The airport beacon continues to witness maintenance issues and is harder to discover replacement parts. Due to the age of the beacon, the airport will replace in -kind on top of the Air Traffic Control Tower. Additionally, the airport beacon is further justified for funding under the FAA order 5100.38D. 4 Cost Estimate Details: Source of Project Cost Estimate - Vendor/Supplier Quote ADB Airfield Solutions has provided a quote of $15,000 where the city would pay for half under the local match and WSDOT could assist as much as practicable. 5 Project Schedule: Expected Start of Project: 8/1/2019 Expected Completion of Project: 9/1/2019 Start of Work Covered by Grant: 8/1/2019 Completion of Work Covered by Grant: 9/1/2019 Submit a detailed project schedule (to include project milestones). Submitting project schedule via: Emailing - Electronic Document 6 Other Supporting project documentation (Required): Submit a spending plan identifying anticipated grant expenditures by month Submitting via: Emailing - Electronic Document Submit job creation data using the Aviation Economic Impact Calculator Submitting via: Emailing - Electronic Document 7 Other Supporting project documentation (As Applicable): Submit documentation supporting your consultant selection process. Submitting via: Emailing - Electronic Document Submit a copy of your consultants Scope of Work. • Submitting via: Emailing - Electronic Document Have project plans and specifications been prepared? $ Yes Q No Has a property appraisal been completed for property acquisition? ®Yes fl No FAA ATP Project Number FAA Grant Contract Number Other supporting documentation? DOT Form 900-030A EF Revised 2/2016 SCIP Priority Score (WSDOT Use Only) 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) City of Yakima - Yakima Air Terminal -McAllister Field - Project No. 1 - Design and Engineering of Runway 9/27 HIki 1 WII the project correct an identified airport safety hazard, deficiency, or non-standard design item? ElYes f No If Yes, specifiy the correction(s) Replacement of the airport's primary runway High Intensity Runway Lighting system will ensure the system remains reliable for commercial, corporate, and general aviation users. Additionally, the runway is approximately 10 years old and requires maintenance to ensure the pavement's life expectancy is preserved. By crack, fog sealing, and remarking the asphalt it will not only prolong the life cycle of the apshalt but prevent future raveling that will create foreign object debris hazards. 2. Does the project serve a vital community need? If Yes, specify the need(s) Yes El No Replacement of the runway High Intensity Runway Lighting System and asphalt maintenance is vital to both the aviation community as well as the local community Additionally, the Yakima Airport is identified as a alternate landing field for airlines arriving into SEATAC and the runway has allowed the airport to receive diverted aircraft. 3. Does the project promote economic development and financial sustainability for the airport? If ❑X Yes No Yes, please elaborate. The Runway HIRL system and crackseal project is a high priority for economic development opportunities in Yakima. Additionally there's been interest with a large flight school to relocate to the airport and would utilize the runway for their flight training. This project will not only produce jobs within the community to replace aging infrastructure but also jobs in the event the flight school relocated to the airport 4 Project Readiness a. Has required environmental documentation (e.g NEPA/SEPA) been approved? b Is project ready to proceed immediately? Yes ONo EYes EiNo 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 if Yakima Comprehensive Plan (Chapter 6) City of Yakima Comprehensive Plan (Page 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 Airport 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 7 Does the land use authority require aviation activity notices (e g title notice, notice on the plat)? QYes EiNo ElYes ENo rjYes f No 17Yes No ElYes ®No ElYes ©No QYes No DOT Form 900-030B EF Revised 2/2016 Washington State V41/ 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) City of Yakima - Yakima Air Terminal -McAllister Field - Project No 2 - Airport Layout Plan Update w/ Narrative Report 1 Will the project correct an identified airport safety hazard, deficiency, or non-standard design item? QYes ®No If Yes, specifiy the correction(s) The Airport Layout Plan Update with Narrative Report will identify non-standard items and formalize a plan to mitigate deficiencies within the airfield. Additionally, the plan will identify specific locations for aviation growth and additional aeronautical development. Finally, the project will provide Airport GIS information that will incorporate data needed to develop satellite -based approach procedures and to better utilize and manage the National Airspace System 2. Does the project serve a vital community need? If Yes, specify the need(s). Jj Yes n No The Airport Layout Plan Update with Narrative Report supplements the current 20-year Master Plan and identifies future airport needs. It also identifies non-standard items, incompatible land uses, and assists the city in planning around the airport 3 Does the project promote economic development and financial sustainability for the airport? If Q Yes El No Yes, please elaborate The Airport Layout Plan Update with Narrative Report reviews the airports budget and capital improvement plan. Based on the forecasts, it identifies the future growth or decline the airport is expected to see in the 20-year planning period. This will help the city prepare a business plan and future budget to manage the airport moving forward 4 Project Readiness. a. Has required environmental documentation (e.g NEPA/SEPA) been approved? b Is project ready to proceed immediately? Yes ®No EYes ❑No DOT Form 900-030B EF Revised 2/2016 Washington State V� 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) City of Yakima - Yakima Air Terminal -McAllister Field - Project No 3 - McAllister Museum Asphalt Crackseal 1. Will the project correct an identified airport safety hazard, deficiency, or non-standard design item? ©X Yes ®No If Yes, specifiy the correction(s). Project will remove approximately 5,352 liner feet of old cracksealing product, prep the area, and reinstall crackseal, mastic, or asphalt depending on the width of the crack. This project will address safety hazards as some cracks cause raveling of asphalt and therefore becomes a foreign object debris issue. Some larger cracks are a safety concern as smaller wheeled aircraft can be captured in certain areas and could cause damage to the aircraft or the potential for a prop strike 2 Does the project serve a vital community need? If Yes, specify the need(s). pX Yes No Apron is used for transient pilots who frequent Cub Crafters to meet and acquire aircraft. Additionally, the apron is used as a location for aviation fuel and pilots who wish to visit Reno's on the Runway or the museum. 3 Does the project promote economic development and financial sustainability for the airport? If ❑X Yes 0 No Yes, please elaborate. Project will employ local asphalt firm to address the safety concerns outlined in Section 1 of this form. Additionally, transient pilots who visit Cub Crafters and Reno's on the Runway will spend money within the community which in turn promotes jobs in the industry 4 Project Readiness. a. Has required environmental documentation (e.g. NEPA/SEPA) been approved? b Is project ready to proceed immediately? ® Yes Q No ElYes No DOT Form 900-030B EF Revised 2/2016 V7Washington State 411; 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) City of Yakima - Project No.4- Replacement of Airport Beacon 1 Will the project correct an identified airport safety hazard, deficiency, or non-standard design item? IYes fNo If Yes, specifiy the correction(s) Replacement of the airport's primary beacon will provide aviation users with consistent functioning equipment. This piece of equipment is critical to allow for pilots to identify the location of the airfield during hours of darkness, Instrument Meteorological Conditions and during the time the Air Traffic Control Tower is closed. 2 Does the project serve a vital community need? If Yes, specify the need(s) Yes El No Replacement of the airport's primary beacon is required under FAA regulations. Without a operating beacon, aircraft operating at hours of darkness would not be able to locate the airport and may cause confusion or disorientation. 3 Does the project promote economic development and financial sustainability for the airport? If ElYes El No Yes, please elaborate. Replacement of the airport's primary beacon will promote economic development by ensuring aircraft can locate the airport during hours of darkness. This will allow aircraft to arrive safely and allow for pilots to spend money locally during their visit. The beacon is also required for airline operations and therefore may affect other indirect users in the event the airline was not able to arrive or depart. Examples of this would be rental car, hotels, businesses, restaurants, and tenants if the beacon is not operational. 4 Project Readiness. a. Has required environmental documentation (e.g NEPA/SEPA) been approved? b Is project ready to proceed immediately? [Yes ENo EYes ENo 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 if Yakima Comprehensive Plan (Chapter 6) City of Yakima Comprehensive Plan (Page 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 Airport 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 7 Does the land use authority require aviation activity notices (e.g title notice, notice on the plat)? EYes [INo Eyes ©No JYes ENo Yes El No EYes ®No EYes El No 1=1Yes ENo DOT Form 900-030B EF Revised 2/2016 AIP DEVELOPMENT PROJECT SCHEDULE AIRPORT: Yakima Air Terminal McAllister Field AIP NO: 3-53-0089-043-2019 SPONSOR: City of Yakima DATE: Rev. 1-30-2019. CONSULTANT: J-U-B ENGINEERS, Inc DATE: FAA : DATE:. PROJECT DESCRIPTION: Runway 9/27 HIRL and Pavement Maintenance Project ITEM DATE COMMENTS ESTIMATED ACTUAL 1. Environmental Approved December 2018 11-27-2018 Documented in E-Mail from Mary Vargas 2. CIP Data Sheet Submitted December 2018 3. Work Scope and Record of Negotiations Submitted February 2019 SOW first draft December 2018 to FAA. City Council February/March 2019 4. Signed Engineering Contact Approved by FAA March 2019 City Council meeting March 5 5. DBE Plan and Goal Submitted to Civil Rights 6. Construction Safety Plan Submitted for Airspace April 2019 7. Modification to Standards Submitted N/A 8. Plans and Design Report Submitted May 2019 9. Plans Reviewed by FAA and Returned with Comments November 2019 10. Begin Scope review of CE agreement November 2019 11. Final Plans Accepted by FAA January 2020 12. Advertising Date January 2020 13. Bid Opening Date May 2020 Hold bids 120 days 14. Recommendation of Award and Bid Tab Submitted April 2020 15. Grant Application Submitted by Sponsor April 2019 16. Grant Issued June 2020 17. Construction Management Program Submitted N/A 18. Mix Design Submitted (if applicable) N/A 19. Construction Complete September 2020 20. Acceptance Testing Submitted to FAA September 2020 21. Final Inspection September 2020 22. ALP Revised and Submitted to FAA N/A 23. Exhibit "A" Revised and Submitted to FAA N/A 24. PAPI/REIL Flight Checked (if instrument approach) N/A 25. NAVAID Commissioned N/A 26. Airport Facility Diagram Updated N/A 27. Project Closeout Submitted to FAA December 2020 Yakima Air Terminal - McAllister Field Runway 9/27 HIRL and Pavement Maintenance Project - Design Only ANTICIPATED PROJECT SCHEDULE FOR DESIGN ONLY 2019/2020 June July August Sep Oct Nov Dec Jan Feb March April May June h a <..� e - ' fR ridt.' ,y'.^"2 ` Construction PhasedConti'riiied.:::sd, t : . +, '' �r ' :.t .... :y'J'. ;? t+.,",A, r.;...< & W< u: �. .,. r a; S:y' ;aleY,.: :.. " � , .h a: ..:. K, .. w' .a. w ,.. ,.. k . z *t: t. d x1, : ti ,: V :... ., .�.: Project Formulation, Scope and PSA WSDOT and FAA Grant Applications Preliminary Design Limited Field Survey Site Investigation/Assemble existing documentation SCHEDULE - YAKIMA AIR TERMINAL Airport Layout Plan Update CV-2018 CY-2019 CY-2020 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 ELEMENT 1- Study Initiation and Management '^;'' ' ..•n .� . �x _mow ELEMENT 2 - AGIS Survey ' �* • "�.'� ELEMENT 3 - Airport Data Collection and Facilities p Inventories w.,�. ?L� p ` r u •fie 4::_.,.., .sue•. ELEMENT 4 - Aeronautical Activity Forecasts and, Demand Capacity Analysis ELEMENT 5 - Facility Requirements ELEMENT 6 - Alternatives Analysis ELEMENT 7 - Airport Layout and Terminal Area Plans ELEMENT 8 -Compatible Land Use Planning in the Vicinity of Airports ELEMENT 9 -Prioritized Capital Improvement Program and Cost Estimates x�.;,:� a. ELEMENT 10 - Airport Financial Plan ELEMENT 11- Agency Coordination ELEMENT 12 -Public Participation and Information Process~}:. .t kes='`p.'>, �'n:�,t+i��tvd fit: t`iizi�dr'�'� a,;s ttzs:x' .54}'>>N...�R.�:.^� ash i'.:u5�r�.,iw �• .. Any3 t�ri„y i+�.-?�`„tT1• $ °•P<'° ',�.:f ELEMENT 13 - Reports and Documentation ..„„.itt!..,{w .1�'d=~:h'..:«`+;i':� _.. _- W x_i':n.^.4.:'.s''�:<;xy �'�,.p::t:,>.:..: ;te.� .�.�...w : � .a r� yaf:,���.v� y«,.$�a��Cn4��� �:r xr,-:+�•• . x:_ g.`�! „.kk:_.z�w...k.> a_,:3.:�: Fr.,.�'w'....,. =ems SCHEDULE - YAKIMA AIR TERMINAL Apron Adjacent to McAllister Museum CY-2019 May June July August Evaluation and Site Survey ..y . •'s? WSDOT Grant Award Mobilization H..: k.i, �,,• �r� Removal of old seal and prep work Installation of new crackseal Airfield Markings Inspection Demobilization Project Closeout ,lJ`F SCHEDULE - YAKIMA AIR TERMINAL Airport Beacon Replacement June July August Evaluation and Site Survey WSDOT Grant Award Order Replacement Beacon Remove and Replace Old Beacon Project Closeout AIRPORT LAYOUT PLAN Estimated�P�oject�Cos`t �"'`' Estimated Project;ScIedule; 3 4 5 6 7 8 9 10 11 12 13 14 15 16 June July August September October November December January February March April May June July City of Yakima - Yakima Air Terminal UPDATE W/ NARRATIVE REPORT, APRON, AND RWY 9/27 HIRL Based on preliminary project plan and fee estimate. Average monthly expenditures Indivudual monthly expenditures may vary Project end date subject to change 2019 0.00 2019 51,836.10 RWY 9/27 HIRL, ALP, Apron 2019 43,982.00 RWY 9/27 HIRL, ALP, Beacon 2019 36,482.00 RWY 9/27 HIRL, ALP 2019 36,482.00 RWY 9/27 HIRL, ALP 2019 36,482.00 RWY 9/27 HIRL, ALP 2019 36,482.00 RWY 9/27 HIRL, ALP 2020 36,482.00 RWY 9/27 HIRL, ALP 2020 36,482.00 RWY 9/27 HIRL, ALP 2020 12,012.00 RWY 9/27 HIRL 2020 12,012.00 RWY 9/27 HIRL 2020 12,012.00 RWY 9/27 HIRL 2020 12,012.00 RWY 9/27 HIRL 2020 0.00 Project Total $362,758 (ALP project calculated with remaining $293,641 balance) RESOLUTION NO. R-2016-131 A RESOLUTION authorizing the City Manager to accept Passenger Facility Charge revenues from U.S. Department of Transportation to be used as the City's source of funding, as well as required matching funds for airport capital improvement projects WHEREAS, the City of Yakima (City) owns and operates an airport and airport facilities known as the Yakima Air Terminal; 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-16-16-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 $634,000, 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 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-16-16-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 as an important City asset, as well as the general health, safety and welfare of the City's residents and those utilizing the Air Terminal; 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 $634,000, or such other amount as may become available from the Passenger Facility Charges authorized pursuant to City of Yakima Application No. PFC-16-16-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 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 and its facilities; now, therefore ADOPTED BY THE CITY COUNCIL this 1st day of November, 2016 ATTEST* ri Y61. L A. Sonya CiaNar Tee, City Clerk 'G `,�,' �.. b.,.�' (;-"-'', Kthy C ' ey,M .): .' 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 6'h day of March, 2018 ATTEST' Sonya CJ-ar Tee, City r erk.•' • .-, •' I RESOLUTION NO. R-2019-039 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 C §40177 and 14 Code of Federal Regulations, Part 158 (City of Yakima Application No PFC- 19-18-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 $192,500, 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-19-18-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 $192,500, or such other amount as may become available from the Passenger Facility Charges authorized pursuant to City of Yakima Application No. PFC- 19-18-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 2nd day of April, 2019. ATTEST: CSC Sonya r Tee, City Clerk : 2 A RESOLUTION RESOLUTION NO. R-2019-040 authorizing the City Manager to apply for 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 a variety of Federal Aviation Administration required capital improvement projects, including updates to the Airport Layout Plan, design and engineering to replace the airport's High Intensity Runway Edge Lights on Runway 9/27; replacement of the airport rotating beacon, updates to the airport's security software, and rehabilitation of the aircraft apron at McAllister Museum, 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 2rd,day of April, 2019. ATTEST: The following Airport Aid Program Grant Assurances are incorporated herewith and form a part of the sponsor's application for funding under the Airport Aid Grant Program. Signature of Applicant's Authorized Representative: Title of Representative: Ch [!Yla„ c y_,- Date: Sl 1/ 20 ! 9 Chapter 468-260 WAC CITY CONTRACT NO ' I U 7 5— RESOLUTION NO: ,, j 40 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 tenet "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 C Chapter 8.26 RCW (Relocation assistance -- Real property acquisition policy) Chapter 27.34 RCW (State historical societies -- Historic preservation) Chapter 27.44 RCW (Indian graves and records) Eli Chapter 27.48 RCW (Preservation of historical materials) • RCW 29A.84.620 (Hindering or bribing voter) Chapter 36.70A RCW (Growth management -- Planning by selected counties and cities) C 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) LI Title 64 RCW (Real property and conveyances) • Chapter 70.94 RCW (Washington Clean Air Act) Title 86 RCW (Flood control) Title 91 RCW (Waterways) Title 12 WAC (Transportation, department of (aeronautics commission)) Title 18 WAC (Air pollution) E Title 25 WAC (Archaeology and historic preservation, department of) WAC 330-01-050 (dispositions, metropolitan municipal corporations) ❑' Title 167 WAC (Drug abuse prevention office) Title 197 WAC (Ecology, department of (environmental policy, council on)) Title 198 WAC (Environmental and land use hearings office) Title 199 WAC (Environmental hearings office (environmental and land use hearings board)) J Title 254 WAC (Historic preservation, advisory council on) Title 326 WAC (Minority and women's business enterprises, office of) • 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) =i Title 357 WAC (Financial management, office of -- State human resources director) ▪ Title 508 WAC (Ecology, department of (water resources)) (b) Executive orders: Li 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 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 sponsor's 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 4/14/131 7Washington State 4111 ; Department of Transportation Aviation Economic Impact Calculator Airport Name Year Counties in the Economic Impact Region Yakima Air Terminal -McAllister Field 26480.A Disclaimer,k 2019 Yakima Y• '�' Welcome to the WSDOT Aviation Economic Impact Calculator. This tool is designed to assist users in estimating an airport's change in regional economic impacts based on potential changes in activity at the airport. The calculations in this tool are high-level estimates designed to give a sense of magnitude of economic impacts, but are not to be taken as specific projections. The tool uses averages and typical ranges to provide a reasonable estimate of impacts based on the types of changes entered, which should not be assumed to be precise calculations. The base data used in the Calculator comes from the Airport Information System (AIS) database, which consists of airport activity information self -reported by airport managers. It is important to keep in mind that inaccuracies or out of date information in the AIS may result in estimates that are inconsistent with the current state of the airport. Selected Economic Impact Scenario `. bc.' w$a'✓'e. 7Y- u-� _ zr `tF s _ 'i..Fuelt'als: offereati2akro'?�• - i -X:=�_ ��"•-',acYs�r'r..a 'Sy `"4�:in~S`n?�'a"•h�Sk'S�.. �...R...�'�-..i•.:v.' ,�•i. t.•'.l .�.•. pw.er, �a•ry`.'° Currently .'".�.Y ...v:"ti+-:.'_- New Scenario Aviation Gas (AvGas) Yes Yes Jet Fuel Yes Yes 1 of 6 Washington State 7; Department of Transportation Aviation Economic Impact Calculator Airport Name Year Counties in the Economic Impact Region Yakima Air Terminal -McAllister Field 26480.A 2019 Yakima , � >`. � ;�" rv:Y. J-'' h 'i'. ;,;fix :?.t't",,,• Chan es.;m Fli ` Ilf •Activi kfF k. .:_ = 4..:: 9 9 h/ ,`' ''"k c •. i <: �t,: Y. Mal•.{a� .;� "5. ,r4� •�Ldi :J :> :.� 1. '�' 4, ..� ,dV„ibi...,,. «�3,4sw'Yv '4Y `f'.: '.•.�::a T'ii�:�LY. ,f,•P v ' M 'r4.h .`:4 f. :`iM. r x�.� • �c.+ i. y,Y ::..6 ,: 4., e„.e;ya Currently 1Number of Runways 2 Type of Runway(s) Asphalt,Asphalt Airport Reference Code C - III Currently New Scenario General Itinerant Operations: 17,570 Personal Aircraft Business Flights (Small Aircraft) Corporage Flights (Jet Aircraft) Currently New Scenario General Local Operations: 18,762 1 Personal Aircraft Business Flights (Small Aircraft) Corporage Flights (Jet Aircraft) Currently New Scenario Commercial Air Taxi Operations (Charters): 5,149 Assumed Airplane Seating Capacity Assumed % of Seats Filled (Load Factor) Currently New Scenario Commercial Air Carrier Operations (Scheduled): 2,038 Assumed Airplane Seating Capacity Assumed % of Seats Filled (Load Factor) 2 of 6 41111\ Washington State Department of Transportation Airport Name Yakima Air Terminal -McAllister Field 26480.A Aviation Economic Impact Calculator Year Counties in the Economic Impact Region 2019 Yakima „' .:7. VJ ;.• '-:LK Changes ."' I '''' X r ,,,, ,, •,;,%,2 z:.,,,,7vx,. '!"' —4",;:-i,,,T3%• , 4.,;•.'77i•••4',::^:-4 ,:-••''k'i''''..'' m Busmess-Ac wit '—'4.4-4•;,—',., -:'igw' ,: ,V=T-', '''-'-- ''i's` Est. New Sales Est. New Wages ,,,':',7f.;::''',4,-.-iM'r'''4',.!fij'i.;!*-r-A',`e-,W, Est. New Jobs Wages Per Jobs Sales Per Job Aircraft and Aircraft Engine Manufacturing Other Manufacturing/Fabrication Warehousing and Storage Mgmnt., Scientific, and Technical Consulting Services Machinery/Equipment Repair and Maintenance Scientific Research and Development Sightseeing Transportation Retail Businesses Other Businesses and Support Services '•''''''''.9'• '•:F"' • ii-1!;q '',g,'.4<ii.'•it.' ;"W•4' %.4 „,.,? % 4- • ,•••- '4,,-, - • v, i-V,:'f'T. ''''-';','*;%;-•-- •,%.'•-. '',,,°'",' • ' 7-'''' ?',•4 A ••-''-', Chanaes m CargoActivity!,k, -*14,-:',',t4,_k,. 4-, ,---ps,-;.,•-,--5•:,,,!,..,.t:-.2,,t,,,,, . _ ....... _ .), m; ,.,-.,;--,,,5,.....,,..,,,,;,.... New Operations % Ops. Jet Fuel Est. New Sales Est. New Wages Est. New Jobs Cargo Activity 100% 1 'Ci,W0feV'''. 'h4: ,y7i.OP-V:A. 67-- Z'cP;i,.4.:3C‘''''' •vC, 4,•,t, , , '617-.5, Yi'IVN'tj;.•-r11, '',. ' C;-'4:•%''.3f.i C;(9' Federal Grants State Grants Local Funding Other Infrastructure (roads, utilities, etc.) $529,726 $42,683 $29,429 $500 New Buildings 3 of 6 Washington State �� Department of Transportation Aviation Economic Impact Calculator Airport Name Year Counties in the Economic Impact Region Yakima Air Terminal -McAllister Field 2019 Yakima 26480.A Aviation Calculator Results The impacts of the airport's current activity (estimated in the original Aviation Economic Impact Study) and the new scenario activity you have entered are displayed in tables at the bottom of the interface Impacts from airport business activity and construction activity are shown on the left. Impacts from visitor spending are shown on the right. The impacts of one-time capital projects are shown in the bottom left table Airport business and construction activity impacts (the left column of tables) are being estimated for a defined Economic Impact Region for each specific airport. The counties included in the Economic Impact Region are shown next to the airport selection drop down box at the top of the Calculator site These counties define the geography in which estimated direct, indirect, and induced impacts are assumed to occur Impacts from visitor spending (the right column of tables) are estimated statewide • The first tables at the top show impacts from the airport's current economic activity These impacts are based on actual activity occurring on the airport as could reasonably be estimated NOTE: These impacts are for aviation -dependent businesses only. For businesses that are located at the airport, but do not rely on aviation for their business, impacts are not shown. The second row of tables shows the estimated impacts of the new scenario(s) you have run Remember to click the recalculate button to make sure these impacts are reflecting your most recently entered scenario Direct Impacts: Direct impacts represent the amount of the initial business activity (from aviation - related businesses on the airport, or from visitors traveling through the airport) that remains within the local economy Jobs and wages that are entered in the Business Activity categories become direct jobs and wages in the impact tables because the jobs (and the wages associated with them) are all assumed to be located on the airport, which is within the economic impact region However, if total sales are entered, the direct output is less than total sales because only a portion of those sales are assumed to be re -spent within the local economy Indirect and Induced Impacts: Indirect and induced impacts result when the direct dollars are recirculated within the local economy, such as when an industry purchases supplies from another local business and when employees make local purchases for their households Total Impacts: Total impacts are the sum of the direct, indirect, and induced impacts. • The third row of tables shows the sum of current and new scenario impacts All of the tables defined above show estimated annual ongoing impacts. Note that jobs are headcounts, not Full Time Equivalents. • The fourth table on the left shows the one-time estimated impacts of construction Unlike the other impacts, which are assumed to continue indefinitely, these impacts are only for the period of time during which construction is occurring. 4 of 6 41.1\ Washington State Department of Transportation Airport Name Yakima Air Terminal -McAllister Field 26480.A 4 • Airpo usiness,t. Aviation Economic Impact Calculator Year Counties in the Economic Impact Region 2019 Yakima CURRENT STIMATED,ECONOMICAMPACTS4ez Direct Indirect/Induced TotaIOutput Total Impact 134.:P;7 00 R,4514- „Z. $0 NEWSCENARIO,ONGOINGESTIMATED ECONOMIq • - 4 -Aorre'v ‘t.t%IMPACTS, 467.1 '4,S1,:fe4 i'-'...P';A".::',;.•"A?5ri?,,,YONO.:-, , 204,- , "441,T2.,;',"; Direct 1814ke'''Sf-14-411V: 00 Indirect/Induced 00 Total Impact 4.50.641?.1 0 tabor"InCoritEsszc "-AY' ‘v, ' • ,Ii.,;:;t4 .44,4 4.$'1.'41',"4":0. *4.4 • 44.444'%-.44:44,44/.14.- so so so ,lotai.uutputarA. $0 $0 $0 `LitEXISTING'-ftNEWSCENARIO ONGOING ESTIMATEO ECONOMIC IMPACTS Direct Indirect/Induced o 00 00 Total Impact ilAts?` 0.0 441 44: 4 ;,,,CI.•&':'°;:•;.,;?:211' so so so otai,vutput-z27w $0 $0 $0 CURRENT Direct Indirect/Induced c41.?.*43„, 4.4 „-.0',-"F;i'f'q•VtLV 111 9 59 6 $3,230,739 $2,795,570 Total.Output $9,908,086 $8,632,133 Total Impact zaWL"' 171.5 k-rtrici $6,026,309 $18,540,219 NEW,SCENARIO:ONGOING:ESTIMATEDrEC OMIC'P - ,•• .4P-1,1„ 4'4? IMPACTS Direct Indirect/Induced Total Impact 44. .44.1!4;.;/.4'4.0::,•',?`43.St.,?: ° 00 .,-z.,--;.:4-,-,,,-„;",....-,--g*„,i. Labor-Incorre11Iii7t:,..,,.ttwisk , -- ,t;-,mp,,t4:11/4.1:::!:-.?„:;-y:;v),„;sti,z,_ $0 Total,„_-Outputri litiN ',..,0?&Z.1.tV $0 ISINGNEWSCENARIEQNGQlN TIMATEIXECONOMICAMPACTS,;-,,-,t, + ...•17, Direct Indirect/Induced 111 9 59 6 Total Impact W,F,11,kn7gMiq 171 5 $3,230,739 $2,795,570 $6,026,309 iPpr $9,908,086 $8,632,133 $18,540,219 5 of 6 Aft Washington State �� Department of Transportation Aviation Economic Impact Calculator Airport Name Year Counties in the Economic Impact Region Yakima Air Terminal -McAllister Field 26480.A 2019 rNEW SCENARIO ONE-TIME ESTIMATED ECONOMICt Direct Indirect/Induced Job 30 '1!abor,Incomei $163,088 rairoutput �`L'1 :ni.n.�tir:s • :=Je7 ".J,is7ii e $389,163 10 $45,057 twn�.xe`a ' $121,146 Total Impact 40 $208,145 $510,309 6 of 6 Yakima ao,rs Bld Number: 19-2332 2200 Industry Lane Yakima, WA 98901 Ph. (509) 248-7233 Fax: (509) 248-7883 www.striperite.com pat@striperite.com Yakima BID PROPOSAL BY: Pat McSorley SEND CONTRACT AND/OR SIGN AND RETURN TO ACCEPT 81D SCHEDULING: PLEASE CALL: (509) 248-7233 ril 13, 2 COMPANY NAME PROJECT MCALLISTER AIR MUSEUM 2008 S 16TH AVE YAKIMA, WA 98903 Email: KEN@4POINTE.NET Office: 509-952-6988 Fax: MCALLISTER AIR MUSEUM 2008 S 16TH AVE YAKIMA, WA 98903 Ph: 509-952-6988 Rep's Name: KEN MCALLISTER Fax: Email: KEN@4POINTE.NET Prevailin k.Y,:k, aid? .. _ .,,::i4 f%�;=Iy:. Ccntiaaoi►t,OAP-_tans-on:.. AT: ITEM # EST QTY UNITS ITEM DESCRIPTION UNIT PRICE TOTAL FILL CRACKS WITH HOT RUBBER SEALANT 670 MUSEUM PARKING LOT AND ACCESS ROAD $ 1.00 $ 670.00 5,352 TARMAC AREA AND AROUND HANGAR CRACKS ARE VERY WIDE $ 2.25 $ 12,042.00 COMBINATION OF ADDED ROCK TO SEAL MATERIAL AND/OR FILLING WITH HOT MIX ASPHALT AND SEALING THE TOP 1 LS ADD PREVAILING WAGE PREMIUM $ 1,600.00 $ 1,600.00 Total (Sales Tax Not Included) $ 14,312.00 NYTHING NOT CLEARLY STATED ABOVE SHALL BE EXCLUDED FROM BID! *EXCLUDES TRAFFIC CONTROL, PRELIMINARY SPOTTING AND LAYOUT, REMOVAL OF TEMP TAPE AND CORE DRILLING! *EXCLUDES ALL OVERTIME BID PROPOSAL GOOD FOR 30 DAYS Bid Proposal Terms: This bid proposal is based on ( 1 ) mobilization(s) If additional mobilizations are required due to scheduling conflicts that are out of Stripe Rite's control, a mobilization fee of $850.00 will be charged each time for pavement marking, signs, precast and $750 00 for extruded curb and seal coat. • Excludes permits, layout, referencing, traffic control, sales tax and any other items not specifically mentioned in this bid proposal Scheduled work may be cancelled by unfavorable weather Stripe Rite, Inc , shall solely determine unfavorable weather conditions as Stnpe Rite, Inc bears the responsibility for installation and is in the best position to judge weather conditions. ' Stripe Rite, Inc. shall not bear any financial responsibility for delays caused by strikes, weather conditions, delay in obtaining matenals or other causes beyond its control ' Payment terms are as follows: Within 30 days of receipt of invoice All past due invoices shall bear interest at 18% per annum until paid or the maximum rate allowed by law ' In the event that it becomes necessary to employ an attorney to enforce the rights of any part of this signed bid/contract or any modification hereof, the prevailing party shall be entitled to recover their collection costs, attorneys' fees, and court fees, etc., regardless if actual suit is brought. Customer Authorization: Title: Date: RECEIVED JAN 2010 PURCHASING DW. January 16, 2018 TO: FROM : Cliff Moore, City Manager Sue Ownby, Purchasing Manager On November 19, 2017, the City solicited Request for Qualifications (RFQ) No. 11731P to hire a professional consulting firm to update the Airport Layout Plan for Yakima Air Terminal - McAllister Field. Requests for Qualifications (RFQ's) were advertised in the Yakima Herald Republic on November 19 & 20, 2017 and on the city's web page. Two responses were received on the due date of December 18, 2017 for the above project from the following firms: o Century West Engineering, Federal Way, WA o JUB Engineers, Inc., Kennewick, WA The proposals were checked for responsiveness by Rob Peterson, Airport Director, and both were short-listed for telephone interviews. The analysis committee was formed and given materials and instructions on how to conduct the analysis and score the proposals. Analysis Committee Members: Rich Mueller, Port of Moses Lake, Director of Operations and Facilities Tim Mensonides, Bremerton Airport Manager Kris Yalovich, Yakima Airport Sue Ownby, City of Yakima Purchasing — Non -voting The Analysis Committee individually scored the three firms utilizing the following scoring matrix, as provided in the RFP: 1. Qualifications of the Project Manager and Project Team. 20 Points 2. Recent experience in airport projects, including special project areas (e.g., airport master planning, airport layout plans, airport obstruction surveys). 20 Points 3. Capability and availability of personnel and the team including specialized services. 10 Points 4. Degree of interest and responsiveness shown in undertaking the projects. 10 Points 5. Demonstrated understanding of the project's potential problems and the airport owner's special concerns. 10 Points 6 Demonstrated all necessary professional engineering. architectural. surveying. planning and project management services related to performing and meeting the requirements as specified in AC 150/5300-16, AC 150/5300-17, and AC 150/5300- 18. 15 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. 5 Points Total 100 Points Out of 300 total possible points (100 points for each evaluator), Scores were as follows: 1) Century West Engineering, Federal Way, WA 2) JUB Engineers, Inc., Kennewick, WA 274 262 Century West Engineering, Inc. scored the highest points, therefore the committee recommends that we proceed to contract negotiations with Century West. Purchasing has gone PAPERLESS, so if you want to see anything from the SOQ file, just let me know. Sincerely, Sue Ownby Purchasing Manager APPROVED: 1 l-7 Cliff City gee Date Manager (IVlt1)Jv&Mo 11731Q CONSULTANT FOR AIRPORT LAYOUT PLAN & NARRATIVE UPDATE - PROPOSAL EVALUATION Proposer: Century West JUB PROPOSAL EVALUATION: The criteria that will be used to determine the successful vendor. Total Score = Total Score = 1. Qualifications of the Project Manager and Project Team. 20 pts 55 94 2. Recent experience in airport projects, including special project areas (e.g., airport master planning, airport layout plans, airport obstruction surveys). 20 pts S 5 53 3. Capability and availability of personnel and the team including specialized services. 10 pts ZCI Z 4. Degree of interest and responsiveness shown in undertaking the projects. 10 pts 2-1L7 Z to 5. Demonstrated understanding of the project's potential problems and the airport owner's special concerns. 10 pts 2.7 2 S 6. Demonstrated all necessary professional engineering, architectural, surveying, planning and project management services related to performing and meeting the requirements as specified in AC 150/5300-16, AC 150/5300-17, and AC 150/5300-18. 15 pts y 6 H I 11731Q CONSULTANT FOR AIRPORT LAYOUT PLAN & NARRATIVE UPDATE - PROPOSAL EVALUATION 7 Ability to demonstrate an understanding of the projects' needs and special challenges, and the YKM's special concerns. 10 pts 3 D 1-% 8 Current workload and demonstrated ability to meet schedules or deadlines. 5 pts V Z `1 Totals 100 total points possible 21 ENONticin y DJA,,,J„,6_ SIGNATURE DATE DRAFT SCOPE OF WORK (Exhibit A) CITY OF YAKIMA YAKIMA AIR TERMINAL / McALLISTER FIELD ALP UPDATE & NARRATIVE REPORT FAA AIP Grant Number: 3-53-0089-412018 Date: 2.8.2018r9 PROJECT DESCRIPTION & FOCUS AREAS The City of Yakima intends to update the 2015 Airport Master Plan and Airport Layout Plan (ALP) for the Yakima Air Terminal — McAllister Field This project will provide the City of Yakima with a 2018-2038 Airport Master Plan and revised Airport Layout Plan (ALP) drawings. It is important to note that the 2018- 2038 Airport Master Plan is not a complete update of the 2015 Airport Master Plan and that only sections identified in this scope will be updated. Content from the 2015 Master Plan, not identified in this scope to be updated, will be carried forward and consolidated into the 2018-2038 Master Plan Update document. The update will provide the Yakima Air Terminal — McAllister Field with a plan to address the development needs at the airport for a 20-year planning horizon (2018-2038) and will develop a realistic program for implementation within known funding constraints. City/Airport items of particular emphasis to be analyzed and addressed in the Master Plan includes: • Collect AGIS survey data to inform the ALP update and planning analysis; • Update aviation demand forecast of activity for FAA approval; • Determine runway design codes for Runway 4/22, Taxiway B; and the appropriate applicable design standards; • Determine airfield wide design codes, standards, geometry, operational flow, movement/non-movement, and parking needs; • Address non-standard conditions and confusing geometry; • Update wind data analysis and runway FAA funding eligibility; • Review South Airpark and/or other development alternatives; • Evaluate land acquisition opportunities; and • Identify other facility upgrades or improvements to support capacity and operations. Century West Engineering (Consultant) has been retained by the City of Yakima (City) to accomplish the ALP Update & Narrative Report. The Consultant will work in close liaison with the City of Yakima staff, local business and stakeholder groups, the Federal Aviation Administration (FAA), and the Washington State Department of Transportation — Aviation Division (WSDOT) to ensure that the plan truly reflects the airport's development needs. �' ENSTTURY 1 i P a g e � WE PROJECT APPROACH & WORK ELEMENTS The following work program describes the effort required to successfully complete the 2018-2038 Airport Master Plan and revised Airport Layout Plan (ALP) drawings. An updated Airport Capital Improvement Program (ACIP) will provide the City of Yakima with a method and proposed schedule for addressing future facility needs through use of FAA Airport Improvement Program (AIP) grants and other available funding sources. The project will address and/or update the basic tasks and work elements as outlined in FAA Advisory Circulars 150/5070-6B, Airport Master Plans and 150/5300-13A Airport Design (Change 1) The most current FAA SOP 2.00 and SOP 3 00 will be prepared and submitted with the draft airport layout plan drawing set. The master plan update includes the following major work elements: • Element 1 - Study Initiation and Management (CWEC) • Element 2 - AGIS Survey (MH) • Element 3 - Airport Data Collection and Facilities Inventories (CWEC, HLA) • Element 4 - Aeronautical Activity Forecasts and Demand Capacity Analyses (MH) • Element 5 - Facility Requirements (CWEC, MH) • Element 6 - Alternatives Analysis (CWEC, MH) • Element 7 - Airport Layout Plans, including Exhibit A Property Map (CWEC) • Element 8 - Compatible Land Use Planning in the Vicinity of Airports (CWEC) • Element 9 - Prioritized Capital Improvement Program and Cost Estimates (CWEC) • Element 10 - Airport Financial Plan (CWEC) • Element 11- Agency Coordination (CWEC, MH) • Element 12 - Public Participation and Information Process (CWEC, MH) • Element 13 - Reports and Documentation (CWEC, MH) MASTER PLAN AND AIRPORT LAYOUT PLAN TARGETED UPDATES The intent of the Airport Layout Plan Update and Narrative Report project is to update outdated elements of the 2015 Master Plan and Airport Layout Plan, further develop strategic aspects of the plan, while carrying forward aspects of the plan that are still valid. The final deliverable will consist of a single updated complete document, consisting of a combination of updated content, new content, and existing but still valid content. As necessary existing content to be carried forward will be validated for consistency with updated and new content. The existing 2015 Master Plan Chapters and the targeted update approach are as follows: ��WESTTURY t N c Im t f. 1 .. c 2JPage ''Existing12015 ,Ct a' ters"; < ::rNs ... .,... p._....,. :�.'?�.v __ � -a sum.ae lions Exclusions , - ',,,CharqeRUOdatoi'Approac ..yf'"a w'i,+,. ....N�"�°:��5^w.'!: ,. ,�'s J:r 1,. t ,;. -. ,�., r:. .'Ss a��*."�'E'�"f �:ay.:„:ii>54`6�. Executive Summary Summary • Update entire chapter to reflect updated planning analysis content Existing Conditions • Update majority of chapter; utilize some existing content • Verify existing conditions • Collect and upload AGIS data • Update crosswind data • Environmental data carried forward from 2015 plan • No further environmental analysis or updates included Forecast of Aviation • Update forecast components for FAA review and approval Facility • Update entire facility requirements chapter; utilize some existing content Requirements • Verify Runway length for any fleet mix changes • Update wind coverage & runway requirements analysis • No further analysis on Terminal requirements, use content as is • No further analysis on auto parking and access, use content as is • No further analysis on utilities and drainage, use content as is • Update analysis for ARFF and SRE building support facility needs • Evaluate and include new sections on development areas & land acquisition needs Evaluation of • Update entire alternatives chapter; utilize some existing content Alternatives • • No further analysis on terminal alternatives, use content as is, No further analysis on fuel, use content as is • Evaluate and include new sections on development areas & land acquisition needs • Environmental review of alternatives is excluded Airport Layout Plans • Update entire Airport Layout Plan and Exhibit "A", utilize some existing & Exhibit "A" content • • Maintain Terminal layouts, use content as is, Utilize and carry forward validated layout content from 2015 plans. • No further Noise analysis is included, carry forward current noise contours • AGIS data to inform sheet updates • Add sheet for South side development area & adjacent to Cub Crafters/McAllister Museum Financial • Update financial plan and CIP Implementation to reflect updated plan Implementation content Plan Appendices • Utilize existing appendices and update as appropriate `�iflWE t ilCENSTTURY 3IPage A solid waste management and recycling plan and FAA compliance chapter are not included in the scope of the update. No environmental analysis will be undertaken as part of this planning update. Completion of the work elements described in the project will result in: 1 A schedule of airport improvements correlated with an identified specific volume of activity or other defined measures of facility requirements, which would mandate action to accomplish the needed improvements; 2. A realistic and workable CIP that identifies items necessary to maintain/improve airport facilities; 3. Current ALP drawings that graphically depict existing conditions at the airport as well as proposed capital improvements; and 4 Update the 2015 Airport Master Plan narrative. PROJECT APPROACH & WORK ASSIGNMENTS The prime consultant for this work is Century West Engineering. Century West Engineering (CWEC) will lead the planning efforts, provide project management, undertake an inventory update, prepare the ALP updates and narrative report, analyze and prepare development and land acquisition concepts, address facility requirements and alternatives, prepare a capital improvement program and financial plan Mead & Hunt (MH), as a sub- consultant to CWEC, will provide AGIS technical mapping and survey services for the project, wind analysis, aviation forecasting, and facility requirements/alternatives support services for the analysis of airfield design codes, standards, non-standard conditions and confusing geometry. HLA (HLA) will provide assistance with inventory and site specific analysis support for the alternatives development tasks. ROWA (ROWA) will provide land acquisition advising services for the development opportunities analysis and financial implementation plan All tasks are specific to CWEC unless noted otherwise. Tasks relevant to sub -consultants MH, HLA, and ROWA are identified for each work task. Related exhibits to this scope of work include the following: Exhibit A: Scope of work Exhibit B: Fee proposal Exhibit C & D: Sub -consultant Mead & Hunt detailed scope of work Exhibit E• AC 150/5300-18B, Table 2-1 markup for Mead & Hunt survey scope Exhibit F: AGIS Step by Step Matrix, Deeper Dive; markup for survey scope Exhibit G: AGIS Scoping Feature by Feature Matrix; markup for survey scope Exhibit H. Sub -consultant HLA detailed scope of work Exhibit 1: Sub -consultant ROWA detailed scope of work %4Y WESTTURY 4JPage A. ALP, MASTER PLAN NARRATIVE, AND AGIS SURVEY SERVICES ELEMENT 1 - STUDY INITIATION AND MANAGEMENT (CWEC, MH) Task 1.1— Project Formulation, Refine Scope of Work, Budget and Schedule (CWEC, MH) Century West will meet with the City (on -site at the Airport) to assess Master Plan priorities and formulate the emphasis and parameters of the planning project. Century West will develop a detailed scope of work, budget, and schedule, including approach and level of effort, to be made a part of the project contract fee negotiations. A detailed task -by -task itemization of the project budget and schedule will be provided. Century West will also develop sub -consultant teams for applicable work for the review and approval of the City of Yakima. Individual work items for this task include: 1.1.1 On -site project formulation meeting with the City to assess project needs. 1.1.2 Perform assessment of project needs and formulate planning and survey parameters. 1.1.3 Finalize work scope and negotiate contract. This effort includes coordination with the sub - consultants to establish their scope parameters. 1.1.4 Prepare a detailed scope of work for obtaining an independent fee estimate (IFE) from separate Engineering firm. Product: The final scope of work, which will also be used for an independent fee estimate for the project for use in contract negotiations. A breakdown of project costs for each work element will be provided. Task 1.2 - Coordination and Control/Project Administration (CWEC, MH) The City of Yakima will manage, through its consultant, the administrative grant and fiscal aspects of the project. Additional responsibilities include consultant/airport coordination, facilitation of meetings, timely product review and supply of existing plans, report and electronic files relating to the airport layout, land use, property ownership, approaches, pavement and facility conditions, and previous planning studies and current development desires. It is anticipated that the Consultant team leaders and the City's key staff will function as a work group that will facilitate all elements of the project. The Consultant will establish a schedule of bi-weekly project meetings (estimated 26 teleconferences each up to 1 hour in length) for the work group, with an open invitation to the FAA and WSDOT to participate on an as -needed basis The purpose of the meetings is to provide regular updates on study progress and to provide an opportunity to discuss and address issues that arise during the project. Individual work items for this task include: WESTTURY 5IPage 1.2.1 Carry out project administration including, but not limited to monitoring/managing project schedule and progress; coordination of project with the Airport and FAA; monitoring and reporting budget issues to the Airport and FAA; and preparation of monthly consultant (and sub - consultant) invoices for submittal to the Airport. It is assumed the master plan project will extend over an 18 month period. 1.2.2 Provide general technical project management to coordinate the consultant team; facilitate airfield access for survey; coordinate project logistics; and as necessary facilitate technical interface between the sub -consultants, the Airport (City), and the FAA. 1.2.3 Prepare a project schedule. 1.2.4 Perform QA/QC of all project deliverables. 1.2.5 Perform bi-weekly project coordination meetings with the Airport and City Staff. 1.2.6 Prepare AGIS weekly status reports and submit to the Airport, FAA, and upload to the AGIS web site. 1.2.7 Prepare one Airport Improvement (AIP) Grant application, and coordinate with the Airport and FAA for application submission. 1.2.8 Assist the Airport (City) with all grant administration items, including the preparation and submittal of FAA Sponsor Certifications; preparing and submitting FAA Quarterly Performance Reports throughout the project; preparing FAA quarterly performance reports (form 5370-1); annual financial reporting (forms 425, and 270/271); and preparing and coordinating invoicing spreadsheets to support City submission of Delphi reimbursement requests. This effort additionally includes supporting the City with administrative requirements of 2 CFR 200, documentation; assistance for A-133 audits; and administrative requirements of the FAA planning assurance requirements. 1.2.9 Assist City of Yakima staff in setting up and managing an AGIS account; and set up of the AGIS survey project on the AGIS website. 1.2.10 Prepare an AIP Grant Closeout report. Project closeout report shall include and address requirements of Engineering Guidance 2013-12, items 1 and 2. Product: A program of public participation with stakeholders that should be involved during the Airport Master Plan study. An internal meeting schedule. Wif#CENSTTURY Wage Page �`T WE ELEMENT 2 — AIRPORT GEOGRAPHIC INFORMATION SYSTEM (AGIS) SURVEY (MH) 2015 YKM Master Plan Element Assessment: AGIS is required to meet FAA airport master plan data requirements. The 2015 Master Plan did not involve an AGIS data collection effort, in which the 2015 Airport Layout Plan (ALP) mapping and obstruction data were derived from the 2003 YKM ALP. The Airport does not have an existing FAA AGIS project. Airport AGIS survey and mapping data will be collected and uploaded to the FAA AGIS database to provide mapping for the Airport Layout Plan (ALP), and to support future use by the Airport Sponsor and FAA. The AGIS data involves aerial imagery collection and analysis to provide surveyed mapping features, airspace obstruction analysis, and FAA and Airport data attribution. The ALP will be developed in the traditional CAD -based format. The AGIS survey, aerial acquisition mapping, and data attributions will be conducted in accordance with FAA Advisory Circular (AC) 150/5300-16A (AC-16), 150/5300-17C (AC-17), and 150/5300-18B (AC-18). The AGIS survey will be performed per AC-18 Table 2-1 requirements (Attachment # TO BE INSERTED). The AGIS data collection and attribution of 'safety -critical' and 'non - safety critical' feature class objectives will be collected and processed per FAA AC-18 (Attachment # TO BE INSERTED). The Consultant will coordinate directly with the Sponsor to arrange Airport site visits and field access, including actions to minimize Airport operational impacts. Task 2.1- FAA AGIS Website and Work Plans The AGIS Work Plan, containing the Consultant Proposal, AGIS Survey Objective Checklist, AGIS Attribution Checklist, Mapping Boundary is attached (Attachment # TO BE INSERTED). The Airport will set up one (1) survey project on the AGIS website in support of this task (Airport Sponsor does not have existing AGIS planning project). The Consultant will support the Airport by providing technical information and advice during project setup The Sponsor is to enroll the Consultant in the AGIS projects so that the Consultant can upload AGIS documents and deliverables. Survey and attribution files will be tested for errors prior to submission. The Consultant will prepare and upload the following AGIS deliverables and quality control documents, and advise the Airport when documents are submitted to AGIS, and when FAA and National Geodetic Survey (NGS) reviews and approvals are completed: o FAA AGIS Statement of Work -SOW (FAA Review: submitted prior to project start) o Survey and Quality Control Plan (NGS Review) o Imagery Acquisition Plan (NGS Review) o Geodetic Control Plan (NGS Review) — Not Anticipated o AGIS Compliant Data Submission (FAA Review) o Orthoimagery (FAA and NGS Review) o Quality and Progress Reports (NGS Review) Y WE5TTURY 7IPage The Consultant will acquire the items listed in AC-18, Table 2 1 "Survey Requirements Matrix" to meet the following AGIS objectives: e Airport Layout Plans (ALP) Task 2.2 - Aerial Imagery Collection The Consultant will collect aerial imagery to provide new base mapping and to identify airspace penetrations within the Obstruction Identification Surface (OIS) and Part 77 imaginary surfaces The aerial flight will be conducted to optimize ground feature collection during leaf -on conditions. The aerial survey will establish ground control targets, geodetic control, and quality control points as part of the flight layout. It is expected the existing airport primary (PAC) and secondary (SACS) control stations are in usable condition, and new PACS and SACS are not required (if the existing PAC or SACS are not suitable, the Consultant will use temporary survey marks and geodetic control pursuant to AC-16). The Consultant will collect, validate, and perform necessary survey objectives to assemble the aerial imagery as specified per AC-17. Task 2.3 - Mapping and Data Attribution The Consultant will collect and attribute mapping features required by AC-18, in addition to features identified by the Airport Sponsor. The Airport Sponsor will confirm the AGIS mapping boundary area, which contains the aerial, topography, linework, and inner obstruction features to support the Airport Layout Plan drawing. This data will be uploaded to the FAA AGIS website for future use. The Consultant will be responsible for the submission and subsequent acceptance of mapping and survey data to FAA and NGS. Task 2.4 - Obstruction Survey Services The Consultant will utilize a combination of photogrammetric and ground survey measurements to concisely compile the obstruction information. The Consultant will locate, identify, and classify vertical objects penetrating the Obstruction Identification Surface (01S) according to AC-18, based on the existing and future airspace classification for each runway end as follows: Runway End Approach Types: Runway 9-27: Runway 9 (Existing/Future): RNP I Part 77 Runway Type: B and Visibility Type: D Runway 27 (Existing/Future): ILS Precision Runway 4-22: Runway 4 (Existing/Future) Visual I Part 77 Runway Type: A Runway 22 (Existing/Future) Visual I Part 77 Runway Type: A ///CENTTURY 14' WES Wage YKM: AGIS Mapping Boundary (Preliminary — Confirm with Airport Sponsor) AGIS Airport Airspace Analysis Survey per AC-18: Runway 9-27: Vertically guided Runway 4-22: Non -Vertically guided The Consultant will provide a digital compilation of obstruction features to identify ALP airspace obstructions for the existing and future runway ends based on the following imaginary surfaces: C.F R. Part 77 Approach Surface(s): Runway 9-27 (Existing 7,604' x 150' I Planned Future Condition 8,847' x 150') Runway 4-22 (Existing 3,835' x 150' I Planned Future Condition 3,835' x 150') FAA 150/5300-13A Approach Surface(s) for Threshold Siting Surface (TSS) criteria FAA 150/5300-13A Glidepath Qualification Surface (GQS) FAA 150/5300-13A Departure Surface(s) for designated instrument departure runway ends Product: The Consultant will prepare and conduct verification for required survey control data, reports, plans (FAA Imagery Plan and FAA Survey Plan), and associated deliverables in the specified formats according to the respective FAA advisory circular. The Consultant will provide the Sponsor with a copy of the data mailed to the FAA and uploaded to the AGIS site on a hard drive, and two (2) 24" x 36" mounted color glossy prints of the updated imagery. The project data not submitted through the FAA website will be delivered to the Airport Sponsor on external hard drives or DVDs. This element will provide a database for future airport planning and design work. VCENSTTURY 9 I P a g e !1 WE ELEMENT 3 - AIRPORT DATA COLLECTION & FACILITIES INVENTORIES (CWEC, MH, HLA) The data collection and inventory will document existing airfield facilities and conditions that affect the operation and development of the airport. The inventory will utilize the 2015 Airport Master Plan and subsequent work product from the current airport engineering consultant, to support the data collection effort. Recent state, federal, and local documents will be reviewed. The Consultant will conduct interviews with airport tenants and users to help document recent trends. An assessment of existing City -owned structures on the airfield will be performed to estimate remaining useful life. Data from the recent airfield construction projects, the most recent airfield pavement maintenance plan, and other City of Yakima documents will also be reflected in the facility inventory The primary objective in the inventory is to provide a current "snap shot" of existing conditions to support subsequent analyses in the master plan update In addition to documenting current conditions, the updated inventory will provide a benchmark of change that has occurred since the last master plan was completed. Examples of key indicators of change include: A. Based Aircraft (changes in fleet mix and size) B Annual Operations C. Hangar Inventory (square footage or number of spaces) D Airport Tenants (number of active leases) E Significant Facility Improvements F. Roadway and utility improvements G Changes in Land Use and Land Use Planning (annexation, zoning, etc.) H. Aircraft Fueling Activity This work element will focus on updating the inventory of existing conditions chapter Some elements of the previous 2015 Master Plan are anticipated to be carried forward into the new plan. The items to be carried forward are anticipated to include: • History of facility • Environmental references These planning elements will be verified to be compatible with new updates, and noted appropriately within the new plan The wind data will be the only environmental item that will be updated within this chapter and overall plan. L1�WENTURY 10 I P a g e Task 3.1 - Evaluate Existing Documents (CWEC, HLA) The Consultant will evaluate all existing documents from previous planning studies and airport records, as provided by airport management, including data pertaining to based aircraft, historic aviation activity, construction programs, and FAA or WSDOT grants A summary of current hangar occupancy will be prepared based on data provided by airport management and a survey of private hangar owners (contact information to be provided by the City of Yakima from lease/rental agreements). The Consultant will collect, analyze and incorporate information from local, regional and state aeronautical or surface transportation studies, comprehensive planning documents, as related to the development of Yakima Air Terminal - McAllister Field Historic and forecast socioeconomic data will be collected from secondary sources The Consultant will also review existing and future land use within the airport environs and existing zoning patterns, including overlay zoning designations. In addition, noise sensitive uses/areas will be identified and any natural characteristics, which could impact development and planning on and off airport property, will be documented. Existing airport traffic patterns and noise abatement procedures will be summarized. Existing data and information, such as, but not necessarily limited to, documents, maps, studies and projects currently underway or in the planning stages (on and off airport property and in the vicinity), which may directly or indirectly influence this study will be identified, reviewed, and documented. Such information would, for example, include a review of any existing regional and state system plans, airport layout plans, pavement maintenance plans, environs plans (examples include floodplain plans, erosion plans, air or noise pollution plans, etc.), surface transportation plans, utility plans, and engineering reports, among others. Product: A summary of existing documents and previous planning efforts for input to future work elements of this study Summaries of based aircraft by type, Airport Reference Code (ARC) and weight, and of historical aviation activity since the previous master plan/needs assessment. Task 3.2 - Airport Facilities Inventory (CWEC, HLA) The Consultant will utilize inventory data contained in the previous Airport Layout Plan Report in addition to other airport specific, regional, or state aviation system planning studies. Other data sources including the FAA Airport Record Form 5010, pavement management plan, construction drawings and other relevant documents, as provided by airport management. An on -site inspection of major components of the airport will also be performed. The examination will include a determination of the facility's use, type, size, condition, and adequacy, and extent it meets or exceeds FAA standards. The consultant will solicit information (records, easements, other pertinent information) from the County, BNSF, or other applicable agencies as necessary. The anticipated 2018 WSDOT pavement condition assessment (by others) will be incorporated if the data is collected and made available during the master plan project timeline. The findings documented in the Inventory Chapter will be used to support �7l�CEN5TTURY 11 I P a g e WE analyses throughout the master plan. The facilities that will be inventoried and the data that will be provided include but are not limited to the following: Airfield/Airspace A. Airfield Pavements - pavement thickness, pavement markings and visual aids, strength and construction history of runway, taxiway and apron pavements. The most recent Pavement Management Plan for the airport will be utilized in addition to review of existing design drawings. B On -airport Airfield Lighting, visual aids, and signage. Facilities (GA and/or terminal) C. On -airport buildings by type, use and condition (ownership and use data to be provided by the City of Yakima) Terminal, SRE buildings, hangars, aprons, tie -downs, based aircraft, etc. Support Facilities D. Local emergency response facilities and capabilities. E. Airport Maintenance Equipment - airport maintenance including ARFF vehicles, mowers, vehicles, and snow removal equipment, etc., will be documented (data to be provided by the City of Yakima). Access, circulation, parking F. Airport Access Roads and Auto Parking — the location and configuration of existing auto parking, internal airport access roads, and access easements will be documented from the previous 2015 plan The location and configuration of controlled/uncontrolled vehicle access points (gates, etc.) to the airport will be documented Common vehicular access routes within the airport's landside areas (hangars, aprons, etc.) will be noted. G Perimeter Fencing and Gates - the adequacy of airport perimeter fencing and access to the airport operations area will be examined. The location and configuration of controlled/uncontrolled vehicle and pedestrian access gates will be documented H. Documents related to airport property ownership and airport access will be assembled and summarized in the inventory to provide a clear understanding of issues that may affect current planning or ongoing airport development and operations. The City of Yakima will provide the consultant copies of documents for review and incorporation into the master plan report and specific drawings in the Airport Layout Plan (ALP) set, based on historic property acquisition, access agreements, and other related items. I. Airport Leases — The City of Yakima will provide current leases, including lease diagrams, binding site plan, or other drawings that depict the physical locations and configurations `7h' WESTTURY 12IPage of all leased areas on the airport, as needed. J. Current zoning and land use designations for areas within airport property will be summarized and compared to updated designations developed in the previous plan update Product: Tabulated airport facilities inventory for input to later work elements. Task 3.3 - Inventory Existing Utilities and Site Conditions (CWEC, HLA) The Consultant will include an inventory of existing utilities within the airport boundaries as documented in the previous 2015 Master Plan. No additional utility information will be included in the documentation. Existing utility easements and any specified development setbacks located within airport property will be depicted and/or noted. Existing local utility provider drawings (electronic files when available) will be used to provide data for this task. Existing mapping of natural site conditions will be consolidated into a common base map for use in the project. Additional site conditions definition may include topography, wetlands, water bodies, and natural drainage features identified through existing mapping, aerial photography, etc. Product: A written inventory, summarization, and mapping of all utilities within airport property; a consolidated airport site conditions map. Task 3.4 — Airports Inventory/Define Airport Service Area (CWEC) The Consultant will verify the airport service area analysis Yakima Air Terminal - McAllister Field by identifying competing public use airports within typical 30- and 60-minute surface travel times. The analysis will evaluate the roles, facilities, and services for competing airports. Specific factors including proximity to Yakima Air Terminal - McAllister Field, regional surface transportation constraints/opportunities, and population centers will be addressed. This information will be utilized to assess the influence that surrounding airports have with respect to competing services, facilities and equipment, navigational aids, and accessibility. Product: A detailed facilities inventory recording of the airports located within an approximate 30-mile radius of Yakima Air Terminal - McAllister Field. An updated airport service area map will be prepared. Task 3.5 - Airspace and NAVAIDS Inventory (CWEC) The Consultant will identify and describe existing airspace utilization factors for the area surrounding Yakima Air Terminal - McAllister Field. This assessment will also provide an inventory of local instrument approach and departure procedures, as well as a verbal and graphic depiction of regional airspace II��// f'WECENSTTURY 13 j P a g e �� considerations Product: A complete inventory and assessment (both narrative and graphics) of all procedures and airspace utilization for Yakima Air Terminal - McAllister Field and the surrounding area. Task 3.6 — Airport Activity Summary (CWEC, MH) The Consultant will document historical airport activity and establish a current 12-month annual baseline level Activity components include aircraft operational levels, runway utilization, aircraft user mix, and based aircraft counts. Aircraft operational data will be collected from readily available public sources (expected to include FAA Enhanced Traffic Management System Counts, Air Traffic Control Tower records, FAA 5010, and FAA Terminal Area Forecasts) The Air Traffic Control Tower (ATCT) records will support the basis of total airport annual operations. The Consultant will obtain TFMSC data online from the FAA and may, if needed purchase one calendar year of FlightAware (www.flightaware.com) records to identify airport operational profiles. The Consultant is not tasked to survey airport tenants or users; however, user feedback can be included at the discretion of the Airport Director. Product: Develop a baseline of activity for subsequent forecast analysis and work elements. Task 3.7- Financial Inventory (CWEC) The City of Yakima will provide airport operating revenue and expense information from the past three (3) years for Yakima Air Terminal - McAllister Field A current airport rates and fees schedule, airport minimum standards document and standard airport lease terms will also be provided, if available. The City will also provide historical aviation fuel records for the last 5 years (if available). Interviews with City staff will be conducted as part of the data collection. The objective of this task is to gather documents which affect the financial management of airport maintenance, operations and capital development and to develop an understanding of the structure, constraints, requirements and opportunities for financing airport activities as related to the development of a Capital Improvement Program and the Airport Financial Plan. Product: Compilation and summarization of financial information to be used in subsequent tasks relating to alternative evaluations as well as final plan recommendations. Task 3.8 - Socioeconomic Data (CWEC, MH) The Consultant will utilize available data (secondary sources) related to local and regional population, employment, and other relevant socioeconomic conditions (historic data/trends and future projections). '///CENTTURY VA WES 14IPage This data may include state and regional economic data, tourism activity and trends, and area military or other state or federal government activity, as appropriate. U.S. Census data, and population projections contained in currently adopted County and City comprehensive plans will be used to support aviation forecasting activities (see Element 5), unless determined to be outdated. Historical data and long-term forecasts maintained by the FAA (active pilots, general aviation fleet, fuel consumption, hours flown, etc.) will provide broad industry indicators to use in developing the master plan forecasts Product: Socioeconomic information for subsequent analysis and work elements. Task 3.9 - Land Use Controls (CWEC) The Consultant will obtain land use documents, maps and regulations from County and City to include existing comprehensive planning, zoning ordinances, subdivision regulations, easements, rights -of -way, and other documents pertaining to land use management in the vicinity of the airport and on airport property. Yakima County, City of Yakima, and City of Union Gap regulations will be evaluated as applicable. The consultant as necessary will update any data from the 2015 Master Plan and carry forward validated content. The Consultant will verify and summarize the existing protections provided to Yakima Air Terminal - McAllister Field through existing Comprehensive Planning and zoning ordinances. The Consultant will review, where applicable, the consistency between current zoning and comprehensive plan land use designations to identify any areas in the vicinity of the airport that could experience future changes in zoning, consistent with comprehensive planning. The Airport Land Use Plan drawing (see Element 7) will be updated and prepared to illustrate revisions to the existing and ultimate airport features, airfield configuration, existing avigation easements, airport influence area delineated by the airport traffic pattern including all RPZs. Potential impacts to land uses in the airport environs will be noted Following the summary of the existing planning standards, the Consultant will summarize and review supporting comprehensive plan policies and land use regulations (County and City) The narrative will include descriptions of airport zoning, appropriate uses not currently defined in the existing code, or for zones that require modification or clarification of allowed uses. The Consultant will coordinate with local planning staff to identify needs and confirm the adequacy of the ultimate recommendations and zoning language. Product: File of land use information will be obtained from the County and City and maintained for use in later work elements. Assessment of existing land use protections for consistency with applicable zoning ordinances, with recommendations for any additional measures. v///WECENSTTURY 15 I P a g e �i1/ Task 3.10 — Summary of Environmental Status (CWEC) Environmental inventory within the 2015 Master Plan was limited in scope and content. The Consultant will review the inventory of environmental resources on and adjacent to the airport within the 2015 Master Plan document. This information will be reviewed for current validity and incorporated into inventory chapter and subsequent facility requirements, alternatives, and land use analyses. No further environmental review or documentation will be included within this scope of work. The noise analysis contained in the 2015 Master Plan, Airport Layout Plan Chapter, will be utilized (without update) in the 2018 update. Task 3.11— Wind Data, Runway Coverage Analysis (MH) Meteorological and wind observation data will be obtained from published FAA and NOAA sources in order to assess climatic information and to assess crosswind conditions and for developing an all- weather, visual, and instrument wind rose using 10.5, 13, 16 and 20-knot crosswind components. Wind observation data is to be collected for the past 10-year period, as available. Crosswind coverage will be calculated, using FAA guidance and computation programs, for the primary and crosswind runways. Product: VFR, IFR, and all-weather wind rose diagrams and tables Task 3.12 — Prepare Inventory Working Paper (CWEC) The Consultant will develop a detailed working paper summarizing the tasks outlined above. The draft working paper will provide information for subsequent decisions. This working paper will be submitted (electronically) to WSDOT and FAA for review Product: A narrative and graphical summary of the inventory; the working paper will be revised as necessary based on review comments and will subsequently become a chapter of the Airport Master Plan report. .4'WCENTURY EST 161 Page ELEMENT 4 - AERONAUTICAL ACTIVITY FORECASTS AND DEMAND CAPACITY ANALYSES (CWEC, MH) 2015 YKM Master Plan Element Assessment: The 2015 Master Plan 20-year forecasts deviate 15 to 50 percent from the FAA Terminal Area Forecasts (January 2018), which is beyond the standard FAA forecast approval range. The forecast update will incorporate up-to-date activity trends and demand considerations, and will attempt to use the 2015 Master Plan forecast methodologies as the preferred forecast scenario. The Master Plan Update forecasts will be compared with the 2015 Master Plan forecasts and FAA TAF The Master Plan Update forecasts will require formal FAA approval. This element develops aviation activity forecasts. The forecast of aeronautical demand supports the analysis for airport facility recommendations, alternatives, and development strategies. Forecasts will be prepared for a 20-year planning horizon in 5-, 10-, 15-, and 20-year increments. The following forecast components will be projected: �x..� ,; ��r^. ;..�. wyi.. s;Ki;,a. .}�".„+ y'-�i4:":k.'.'d J-� 'w.Y.rs:. _SA�".:'�':(:z•r�*!.i ".'y4 ✓'!";iS':F'�;j'..,$ �'v.:`p`;r, �Aj : '. y a:fi rr z = i: xu s Forecast'Gom ` ;orients., ..: �. ,, . y = . •, . F, : ' yr, --,•r •�,r5 .a.b .. .�- ;:,,;.err xy� Eommere�af'G erato'rs'n .'. i;',i.,; r„; ,<.,t:<.'& :r;: -. rn';;i,;5r;.a7,°«�t!,':rN , rcraft Operations ;k:s"':":%:ti; :sc ,Basel ,Aireraft Scheduled Commercial Air Carrier Commuter/Regional Air Taxi/Charter Non -Scheduled Commercial Peak -Hour Passengers Air Cargo/Freight (Pounds) Air Carrier Commuter/Regional Air Taxi/Charter General Aviation (Local & Itinerant) Military (Local & Itinerant) Instrument Operations Nighttime Operations Aircraft Fleet Mix (FAA Category) Local and Itinerant Instrument Approaches Evening/Night Operations Touch and Go Operations Special Operator Activity: Flight Training US Forest Service Agricultural Operators Runway Utilization Operational Peaking Activity Critical/Demand Aircraft Based. Single -engine Piston Multi -engine Piston Turboprop (Single/Multi) Jet Helicopter Other Aircraft by FAA Category Note Airport current activity levels as reported per Air Traffic Control Tower Note Airport historical activity levels to reflect FAA Terminal Area Forecasts (TAF). Note: 'Special Operator Activity' levels to be reported and documented directly from airport or operator Note. Military activity/forecasts obtained from Sponsor or the U.S. Department of Defense Note• Passenger enplanement projections exclude passengers using private and for -hire general aviation charter/fractional services, as these users are exempt from USDOT reporting requirements, and are not expected to be processed through the passenger terminal CENSTTURY �✓iif�1 WE 17IPage The forecasts will be substantiated by the following sources of data. A � Yr �{�.�- VI,. �:. .�y:,,r�a'�•' .. 1 !sS:Tyvft� -� t-V'L-Ali:3;.�, ; �r< � fi;,,: sAf::k: K „Y: Fo eca'stData Squresf�; �" ` �. '�,. 4-r . ' . � i�R'7Fw� ._ 'try=.a ..,i:.yA �,. 7`iT•: .:2lyatignal-/Stater,� U-�+i'S' .�" rc-.r ,. '-_ <,._.., V, Re Tonal* Coce�, #� �C:.��T: . mod.-�+s�y '<-t �.w r�.ay i.' - ,;� ` Indust .c. _: FAA TAF FAA Aerospace Forecast US DOT (BTS) US Census Bureau State Aviation System Plan 2015 YKM Airport Master Plan Air Traffic Control Tower (ATCT) Airport Airline Studies (if available) Community studies Socio-economic data Industry trade organizations (NBAA, AOPA, GAMA) Aircraft manufacturer data Military (DoD) publications TFMSC Data FlightAware (as needed) Note TFMSC data will be obtained and if needed one year of YKM FlightAware aircraft data to be purchased Note Additional sources will be consulted as needed, available, and appropriate. The forecasts will be developed consistent with FAA master plan forecasting guidance and published data, reflecting the current baseline of Airport activity levels, user trends, and industry -wide activity patterns. National, state, and regional FAA published aviation trends and forecast projections will be reviewed to correlate possible associations with the Airport's activity patterns. The FAA TAF will serve as the forecast baseline, indexed with the Airport's actual 2017/2018 baseline activity levels, as applicable. Three forecast scenarios will be developed (high, medium, low) for consideration, accounting for Airport influences and constrained factors, and documented with supporting rationale. A preferred forecast will be selected by the Sponsor, as compared with the FAA TAF levels and annual growth rate percentages, including a recommendation of reasonableness. Task 4.1- Service Area Characteristics and Forecast Trends The Consultant will review relevant socio-economic and aviation trend information pertaining to the Airport's service/catchment area using data sourced from the Sponsor, FAA, aviation industry publications, and third - party databases. The Consultant will rely on the inventory findings to identify the Airport's aviation trends; including factors which could reasonably influence the Airport's upward and downward forecast scenario projections. Forecast methods and techniques will be developed for each aviation activity component based on the service area and trend information Task 4-2 - Airline Forecast - Enplanement and Operations Outlook The Consultant will develop airline forecasts for scheduled passenger enplanement demand and airline operations. Forecast methods will use air service and market demand factors, as supported by socio-economic data and comparative airline industry trends. The Airport's air service scenario events will be summarized, the airline forecasts will be developed consistent with a reasonable expectation for the introduction and expansion of airline service. Recent YKM airline studies will reviewed for pertinent data to support the air service forecast factors. The preferred airline forecast will include the type of airline operator, aircraft type, seating capacity and load factor, potential origin/destination market(s), and distribution of market travelers. N,1110ENTURY 18 I P a g e wzz WEST Task 4-3 - Air Cargo Forecasts The Consultant will develop forecasts for air cargo to evaluate on -airport cargo facility and service needs. The air cargo forecasts will be developed using Airport air cargo activity records, local market factors, and industry trends. The forecasts will include an assessment of aircraft type, annual aircraft operations, types of cargo or freight, origin/destination market(s), route capacity, and distribution of inbound and outbound cargo volumes. Task 4-4 - Aircraft Operations Forecasts Airport operations will be forecast for civilian activity, using the historical baseline of operations provided by the Sponsor. Forecasts will be developed separately for each activity component (airline, cargo, commercial, general aviation, and military). The forecast scenarios will consider Airport service area factors, as substantiated by aviation industry trends and local Airport user input regarding aircraft utilization. Total operations will be forecast on year -by -year basis, and broken-down by operational category, user type, function, and aircraft classification. Task 4-5- Based Aircraft Forecasts The forecast of based aircraft will be projected using the Airport's reported FAA 5010 and FAA TAF baseline levels, as previously reconciled between the FAA and Airport Sponsor. Based aircraft will be forecast consistent with the FAA 5010 categories (single engine piston, multi -engine piston, jet, helicopter, and other) and tabulated according to FAA aircraft design classification (aircraft approach category and airplane design group) as defined in FAA Advisory Circular 150/5300-13A, Change #1, "Airport Design" The based aircraft forecasts will consider Airport service area influences, FAA Aerospace Forecast projections, industry trends relative to aircraft types, and aircraft manufacturer market outlooks. Task 4-6 - Critical Aircraft The existing and future critical aircraft forecast will be determined from the preferred operational forecast. The critical aircraft will be identified in accordance with the FAA Advisory Circular 150/5000-17, "Critical Aircraft and Regular Use Determination" and classified by airport planning design standards per FAA Advisory Circular 150/5300-13A, Change #1, "Airport Design". The critical aircraft forecast condition and rationale will be documented in terms of the FAA design standards for subsequent Airport Master Plan and Airport Layout Plan purposes. Task 4-7 - Runway Utilization and Airfield Capacity Analysis Runway utilization and airfield capacity analysis will be identified for the airfield configuration based on existing and forecast operational activity levels. The runway traffic utilization, per runway end, will be identified by FAA aircraft category. The Annual Service Volume (ASV) of the airfield/runway system will /f CENSTTURY 19 I P a g e �lIJ WE be calculated using FAA analog methods per FAA AC 150/5060-5, "Airport Capacity and Delay", to quantify Airport capacity and delay, and identify airfield capacity constraints. The capacity analysis will be used to identify the need for future capacity enhancements. Task 4-8 - FAA Terminal Area Forecast Comparison The Consultant will provide a forecast comparison between the Plan forecasts and FAA TAF, as summarized in FAA table format. The Consultant shall request written FAA forecast approval prior to finalizing the narrative chapter and proceeding with subsequent Plan tasks. In the event the forecasts deviate beyond FAA TAF thresholds (10 to 15 percent), a conference call or meeting will be requested with the FAA Seattle ADO to discuss acceptability considerations, review expectations, review process and timeline. The Sponsor will communicate directly with the FAA regarding matters of forecast approval, as supported and assisted by the Consultant. Product: The result is a preferred 20-year aviation activity forecast used to support existing and future Airport facilities and alternatives. ELEMENT 5 - FACILITY REQUIREMENTS (CWEC, MH) The facility requirements analysis will address the airport's ability to accommodate airside and landside facility needs based on the updated aviation activity forecasts and the selection of the current and future design aircraft (Element 4). The updated facility requirements analysis will quantify demand and provide a comparison with the 2015 Airport Layout Plan Report projections. Existing and future airside and landside facilities will be analyzed to determine the type and magnitude of aviation improvements ultimately planned and programmed for the airport. The facilities requirements analysis focuses on the physical facilities and associated improvements needed to safely and efficiently accommodate projected aviation demand on those aviation facilities for the twenty-year planning period (2018-2038). This work element will focus on updating the entire facility requirements chapter. Some elements of the previous 2015 Master Plan are anticipated to be carried forward into the new plan. The items to be carried forward are anticipated to include: • Terminal requirements • Auto parking and access • Utilities and drainage • Fuel service • Perimeter Fencing These planning elements will be verified to be compatible with new updates, and noted appropriately within the new plan. +111 #fWECENSTTURY 20 P ag e In addition to the full update of facility requirements, several new elements or focus areas, not previously covered in the 2015 plan, will be more thoroughly analyzed and added in to the overall update of content. These items include: • Analyze ARFF and SRE building support facility needs • Determine runway design codes for Runway 4/22, Taxiway B; and the appropriate applicable design standards • Determine airfield wide design codes, standards, geometry, operational flow, movement/non- movement, and parking needs • Address non-standard conditions and confusing geometry • Update wind data analysis and runway FAA funding eligibility • Evaluate airfield development areas & land acquisition needs • Identify other facility upgrades or improvements to support capacity and operations Task 5.1- Determine Aircraft Operational Requirements (CWEC, MH) Based on preferred aviation activity forecasts, the Consultant will assess the facility needs for types of aircraft expected to operate at Yakima Air Terminal - McAllister Field, with particular attention being given to the critical aircraft (or family of aircraft) as prescribed by Advisory Circular 150/5300-13A. The Consultant will analyze the operational requirements of these aircraft to assist in the determination of facility standards, including the airport design category. In the event that the existing and future ARC are different, the facility requirements analysis will address the needs of both design categories. Product: Evaluate/verify requirements of critical aircraft and ARC for input to later tasks. Task 5.2 — Airport Service Area Facility Analysis (CWEC) The existing 2015 Airport Layout Plan Report, state, and regional aviation planning documents will be reviewed to identify any existing or anticipated facility constraints and planned facility expansion for the public use airports located within the airport service area. The purpose of this task is to identify conditions within the airport service area that have the potential of impacting activity at Yakima Air Terminal - McAllister Field for both general aviation and commercial aviation. Product: Evaluate the airport service area and conditions that may affect the airport for input to later tasks. I4AgNSTTURY 211 Page �Tw WE Task 5.3 - Design Standards Compliance & FAR Part 77 Airspace Standards Review/Evaluation (CWEC, MH) An evaluation of FAA airport design standards and FAR Part 77 airspace standards will be accomplished based on the criteria established by the current/future ARC and the approach type/category for each runway end. Any non -conforming existing items will be documented, with potential dispositions noted Items requiring further analysis will be addressed in other facility requirements tasks and incorporated into the airport development alternatives evaluation 2015 YKM Master Plan Element Assessment: The 2015 Master Plan involves non-standard FAA design and geometric layouts. The purpose of this effort is to provide a planning solution to resolve existing non- standard design as documented by the 2015 YKM ALP, as recorded by FAA airport certification inspection reports, and to advert potential non-standard design matters under master plan consideration. The Consultant will identify and evaluate non-standard planning dispositions specifically pertaining to FAA airport design standards The intent is to assess non-standard conditions as part of the airport master plan facility evaluation process, and to obtain FAA acceptance or determination prior to FAA review of the Airport Layout Plan (ALP). It is not the intent to identify compliance issues beyond airport planning design standards, or for enforcement or punitive actions Airport design dispositions will be evaluated per the airport master plan critical aircraft design classification (Airport Reference Code -ARC and Runway Design Code-RDC), as assessed per FAA Advisory Circular 150/5300-13A, Change #1, "Airport Design", and CFR Part 77, "Objects Affecting Navigable Airspace, Section 25, Civil Airport Imaginary Surfaces". The Consultant will defer to the FAA for final evaluation and determination of FAA Terminal Instrument Procedures (TERPS) surfaces affecting non-standard conditions, including existing, amended, or planned instrument procedure development. Existing focus areas, deviations, and/or non-standard conditions: • ALP MOS: Taxiway standards associated with the Q400 aircraft • FAA Hot Spot 1: Runway 22 End, Taxiway 'B' and Taxiway 'C" Intersection Geometry • Runway 4-22 Width • Runway 4-22 Taxiway -Runway Separation • Taxiway 'B' Width • Taxiway 'B' Design north of Taxiway 'A' (Apron Section) • Taxiway 'C' Configuration and Flow • Taxiway 'A' and Hangar Connector Radius (FAA Fillet standards) • Irregular Operations: Transport Jet Diversions and Parking Areas • Irregular Operations: Military Transport Parking Areas /fJWESTENTCURY 22 I P a g e ry FNGINE E v M p The following airport planning design dispositions are included in the evaluation: • FAA Modification to Standards (MOS) • FAA Deviation to Design Standards • FAA Design Waivers • FAA Airfield Inspection Report • FAA Airspace and Obstruction Non -Compliance The Airport shall provide the Consultant with relevant FAA documentation pertaining to Airport certification and compliance matters. The Consultant will advise the Airport regarding solutions to design compliance matters, including documentation for coordination with FAA. Non-standard conditions which necessitate a FAA Modification to Standards (MOS) will be documented on the ALP according to procedural requirements in FAA Order 5300.1G, "Modifications to Agency Airport Design, Construction, and Equipment Standards". FAA non -conforming standards which would necessitate a deviation or modification will be described in the narrative report and documented on the Airport Layout Plan, Data Sheet. The Airport Sponsor will be responsible for communicating directly with local authorities and the Seattle ADO in addressing non -conformity determinations. Scope Assumptions: o YKM noise analysis or modeling not included; o YKM change in FAA Airport classification not anticipated; o Excludes instrument procedure and TERPS analysis; o Excludes assisting Airport Sponsor with creating, amending, updating or adopting Airport compliances, regulations, ordinances, land use, or other community planning and land use initiatives; and o RPZ changes are not anticipated and as such, FAA Incompatible Land Uses — RPZ Memo analysis is not included within this scope of work. Product: Identification of any non -conforming facility configuration, and necessary future configurations to support operational and facility needs/demand. A table listing all deviations from current FAA design standards pertaining to the recommended ARC will be provided in the report as well as on the ALP drawing, including proposed disposition of the deviations. Disposition would entail recommended development and/or recommended FAA approval of modifications to standards. Task 5.4 - Define Airside Facilities Requirements (CWEC, MH) Based on preferred updated forecasts of demand, established facility planning and capacity standards, WESCENTTURY .NG,..tttl. 23IPage and the standards compliance items analyzed in Task 5.3, the Consultant will convert the aeronautical demand forecast into gross airside facility needs including runway, taxiways, lighting, and approximate land area requirements. As noted, the facility requirements associated with the existing and future ARC will be documented If the aircraft forecast and critical aircraft are different from the 2015 Plan, specific evaluations of runway length requirements will be conducted based on the appropriate critical aircraft or family of aircraft. In the event that there is a change in the future ARC for the airport, the conformance of existing airside facilities with future standards will be evaluated. The Consultant will work with the City to determine the most appropriate facilities and the location of the facilities. Projected facility requirements will be prioritized based on the updated master plan forecasts, and other strategic planning as envisioned by the City. Improvements will be correlated with a specific volume of activity or change in the level of service that will require the recommended improvement. Airside facility needs and requirements will include the following: A. Runway length, width, orientation, threshold configurations, confusing geometry, grade, safety areas, runway protection zones, stopways, wind coverage and other applicable runway parameters consistent with current/future Runway Design Code (RDC); B. Property Acquisition — any property acquisition anticipated (based on preliminary assessment of facility needs, such as an increase in runway length) will be identified for subsequent alternatives evaluations, if required; C. Taxiway — dimensions, runway separation, airfield access requirements, runway exit taxiways (number, locations, and configuration), confusing geometry, hot spot mitigation, protected areas, and aircraft holding areas, compass rose, and taxiway classification (design group) options consistent with the appropriate Taxiway Design Group (TDG); D Airfield Pavement needs — pavement condition as documented in current airport pavement management plan and through on -site observation, evaluate published pavement strength in relation to current and future critical aircraft; E. Evaluation of FAR Part 77 imaginary surface clearance/penetrations (primary, transitional, approach, horizontal, conical), using AGIS data; F Helicopter landing area requirements; CENTURY �►`� WEST F ni C� i fi I f 4 P. 0 24IPage G. Airfield Lighting (runway, taxiway, rotating beacon); and H. Instrument Approach minimums and Weather Observation requirements. The methodology contained in FAA Advisory Circular 150/5325-4B, Runway Length Requirements for Airport Design will be used to determine runway length and dimensional criteria, with the results being incorporated into the master plan. Product: Documentation and evaluation of airside facility requirements for input to later tasks. Task 5.5 - Define Landside Facilities Requirements (CWEC, MH) Based on preferred updated forecasts of demand, established facility planning and capacity standards, and the standards compliance items analyzed in Task 5 3, the Consultant will identify specific landside facility requirements. Both existing and future landside facilities will be analyzed to determine the type and gross quantities of aviation improvements to be planned and programmed for the Airport. This analysis will provide the basis for the evaluation of airport development alternatives in Element 6. The facilities requirements analysis focuses on the actual physical facilities and associated improvements needed to safely and efficiently accommodate the projected aviation demand on these aviation facilities for 20 years. Projected facility requirements will be prioritized based on the preferred updated master plan forecasts. Gross facility needs will be correlated with a specific volume of activity or change in the level of service that will require the recommended improvement. Landside facility evaluations will include existing items documented in the inventory chapter and any additional items that are identified through the master planning evaluation: A. Aircraft parking needs — commercial aircraft parking, commercial diversion aircraft parking, military aircraft parking, light aircraft tiedowns, business class aircraft parking, helicopter parking areas for itinerant and locally based aircraft; B. Aircraft hangar needs —T-hangars, conventional hangars, executive hangars; C. Corporate and aviation -related industrial hangars; D. FBO facilities (hangar, terminal, corporate aviation services, fuel storage, fuel truck parking, etc.); E. Storm drainage requirements; F. Bulk fuel storage facilities (location, capacity, security); G. Aircraft deice facilities; H. Internal airport access roads and emergency access routes; /' CENTURY %/ WEST FHCi,,.,FQ vC. 25IPage I. Perimeter fencing and access controls (fencing type and configuration; location of access points, emergency access, etc.); J. Airport security overview (facilities and procedures); K. Airport maintenance and snow removal equipment (SRE) and materials storage; L. ARFF building facility and vehicle storage facilities; M. Utility needs to service existing/new landside facilities, fire protection; N. Non -Aeronautical and Aeronautical development needs, land inventory and forecasted land needs; and O. Aeronautical land use requirements Terminal building requirements, terminal area vehicle parking, storm drainage requirements, automobile parking for tenants and visitors, local/regional roadway network connection points and access will not be assessed within the facility needs assessment. These facility needs requirements are current per Airport Management assessments, and will be carried forward from the 2015 Master Plan document. Product: Documentation and evaluation of landside facility requirements for input to later tasks. Task 5.6 - Develop Facility Requirements Working Paper (CWEC, MH) The Consultant will develop a detailed working paper describing the tasks outlined above. The draft working paper will provide information for subsequent decisions. This working paper will be submitted to the City, WSDOT, and the FAA for review and comment Product: A narrative and graphical summary of the facility requirements analysis; the working paper will be revised as necessary based on review comments and will become a chapter of the Airport Master Plan report. The Plan will guide the Airport in meeting FAA compliance and grant assurances, and align local operating conditions with Airport policy, rules, regulations, and ordinances. The Plan will guide Airport management in meeting grant assurances and planning future improvements that meet FAA design standards and policies on safety and efficiency. Results of will be included on the ALP Airport and Runway Data Tables. ELEMENT 6 - ALTERNATIVES ANALYSIS (CWEC, MH) This element of the study will consist of four components: A. Goals Definition; B. Identification of Alternatives; C. Evaluation of Alternatives; and D. Recommendations � f WESTTURY 26IPage Based on established goals and desires of the City and Airport, and an evaluation of potential alternatives for airport development, a specific plan and program for airport development will be prepared. The airport development recommendations will provide for safely maximizing utilization of airport property; providing the greatest operational capacity for the preferred forecasted demand; and providing for the necessary landside development to support the forecasted operational needs. This work element will focus on updating the entire development alternatives chapter. Some elements of the previous 2015 Master Plan are anticipated to be carried forward into the new plan The items to be carried forward are anticipated to include: • Terminal alternatives • Fuel facility alternatives These planning elements will be verified to be compatible with new updates, and noted appropriately within the new plan. In addition to the full update of development alternatives, several new elements or focus areas, not previously covered in the 2015 plan, will be more thoroughly analyzed and added in to the overall update of content. These items include: • Analyze ARFF and SRE building alternatives • Runway 4/22, Taxiway B, hot spot, confusing geometry configuration alternatives • Movement / Non -movement area alternatives • Commercial diversion aircraft and military aircraft parking/storage • Airfield development areas & land acquisition alternatives The purpose of this element is to evaluate the effects of the alternatives and, thus provide the technical basis necessary for selecting a "preferred" development plan for the airport. The alternatives will be subjected to a detailed evaluation that will permit a comparison of the merits and deficiencies of all options under consideration. An evaluation matrix will be prepared to compare the composite rankings of each alternative. Factors to be considered in the evaluation include: Ability to Serve Forecast Demand: Each alternative will be evaluated to determine its ability to meet the preferred forecast demand levels within accepted performance standards such as aircraft delay and airport user convenience These evaluations will be performed for each type of facility and will be aggregated to permit comparison. The results of this evaluation process will be quantified to the extent possible for use in the evaluation matrix. Airport Design Standards: Each alternative will be evaluated toward FAA airport design standards. Potential approach lowered approach minimums, obstructions and required mitigation, if any, will be identified. Potential impacts on existing airport or tenant facilities will be addressed. ill'CENURY 27jPage Airspace Compatibility: Using the airspace requirements developed earlier and the preferred forecasts of aviation activity, a determination will be made of the future airspace use pattern for the airport. The results of this evaluation will be quantified and arranged in the matrix format by alternative as they relate to state requirements for the provision of general aviation airport protection Land Use and Compatibility: The proposed development in each alternative will be evaluated against the existing land use for compatibility with the proposed development. Compatibility with any known environmental site constraints will be considered in alternatives analysis; however, consistent with the analysis in the 2015 Master Plan, no evaluation of alternatives will be conducted in accordance with impact categories outlined in FAA Order 1050 1E, including Change 1, Policies and Procedures for Considering Environmental Impacts, and FAA Order 5050.4B, FAA Environmental Handbook and pertinent Washington State guidance. Full environmental review (including noise if necessary) of the preferred alternative is anticipated in a future (separate contract) environmental assessment of the completed Master Plan / ALP proposed projects Development Costs: Preliminary (planning level) estimates of any proposed development and operational costs for each alternative will be prepared. These capital and operational cost estimates will provide an indication of the cost of developing the airport and also will provide a basis for comparing cost-effectiveness among the various airport alternatives The cost of maintaining the airport and developing or relocating any required off -site roadways under various alternative scenarios will also be estimated. Task 6.1 - Goals Development (CWEC) Based on inventory findings, demand considerations, preferred forecasts of aviation activity and input from the City, the Consultant will assemble a series of goals that describe the intent, direction and functional role of the airport. These goals will, after thorough review and approval by the City of Yakima, will serve as the basis for the preparation of the development plan for the airport and will help to ensure a commonalty in terms of communication, direction and cohesiveness of future airport improvements. Product: Formulation of goals to serve as a guide for the preparation of the development plan and program. Task 6.2 - Prepare Preliminary Development Alternatives (CWEC, MH) The Consultant will be responsible for identifying and evaluating feasible alternatives for the development of airport facilities, utilizing the findings and determinations from previous tasks. '.WESTTURY FNOIMEIR 1 0 0 28IPage Anticipated areas of emphasis include: • Runway 4/22, Taxiway B, hot spot, confusing geometry configuration alternatives • ARFF and SRE building alternatives • Landside Development Areas and Land Acquisition (Southside Area Emphasis) • Movement / Non -movement area alternatives • Commercial diversion aircraft, military aircraft, general aviation parking/storage • Deice Pad Siting • Compass Rose Siting A maximum of three (3) airside development options and three (3) landside development options, in addition to a no -action option will be evaluated. The airport development alternatives will be prepared using an aerial photo base and AGIS data combined with the electronic file for the Airport Layout Plan that depicts existing conditions. With exception of the no -action option, each of the preliminary alternatives will be capable of accommodating the gross facility requirements quantified in the Element 6. Options for acquiring property may be integrated into the alternatives, if required The no action option (no -development alternative) offers a baseline to which other alternatives may be compared. The no -action option typically maintains existing capabilities but does not involve new development required to respond to demand. The limitations of a no -development alternative will be described. A modified no -action alternative would be to maintain current design capabilities and forego upgrading the airfield to another design category (if necessary). The preliminary alternatives will be presented graphically and in narrative (working paper) form, including large-scale drawings (and online) for presentation to the City, WSDOT, FAA, and the general public for review and consideration. The development alternatives phase of the master plan will involve a multi -step public review process that will begin with preliminary alternative concepts capable of accommodating the facility requirements identified in Element S. The preliminary alternatives concepts will be presented for review and comment as noted above. The input provided will be used to refine the concepts that will be presented during a second round of review and comment. Based on technical evaluations, input and coordination with local officials, the process will lead to the selection of a preferred alternative by the City that will be presented for additional review and comment. All alternatives considered in this process must be consistent with applicable FAA technical standards and regulations. Product: Preliminary airside and landside development alternatives for the future development of the airport. wirvs5NTTURY 291 Page '►►llllll WES Task 6.3 — Engineering/Constructability Feasibility Review of Alternatives (CWEC & HLA) The Consultant will review and identify engineering and constructability feasibility of the various airport development alternatives, with the goal of developing concepts that can realistically be constructed, given the site conditions and engineering constraints. Product: Documentation of the engineering viability for the various preliminary airport development alternatives to assist the City with the selection of a preferred development alternative. Task 6.4 - Prepare Development Alternatives Working Paper (CWEC) The Consultant will develop a detailed working paper describing the tasks outlined above. This working paper will be submitted to the City, FAA, and WSDOT for review and comment.. Product: A narrative and graphical summary of the alternatives analysis; the working paper will be revised/amended as necessary based on review comments and will become a chapter of the Airport Master Plan report. Task 6.5 - Select Preferred Development Alternative (CWEC) Based on review and comment of the preliminary development alternatives, the City of Yakima will select a preferred development alternative for the Consultant to proceed with preparation of an airport capital improvement program and airport layout plan drawing set. The preferred alternative may include elements from one or more of the preliminary development alternatives, or may include refinement that were created during the evaluation of the preliminary alternatives. Comments provided by the FAA, City, WSDOT, airport users and tenants, and the general public will be documented and summarized in memo form by the consultant. A preferred alternative will be recommended with a description of the basis for the preference of the alternative over the others The recommendations will be presented to the City for final review and approval of the preferred alternative. As noted earlier, the preferred alternative must be consistent with applicable FAA technical standards and regulations Product: The City's selected preferred development alternative to be reflected in graphic depiction and narrative description. A preferred alternative figure and an addendum to the alternatives working paper. ELEMENT 7 - AIRPORT LAYOUT AND TERMINAL AREAS PLANS (CWEC) The previous Airport Layout Plan drawing set will be replaced (redrawn), to reflect current conditions, updated master plan development recommendations, and applicable FAA requirements. The major �QJWECENSTTURY �i// ..+utne..I.o 30IPage projects proposed in the Capital Improvement Program (CIP) will be shown on the ALP in schematic form All drawings will be exported from the AGIS data collected and refined in AutoCAD Version 2014 and formatted with color imaging and use of color aerial photography derived from AGIS data, and developed according to FAA SOP 2.00 and 3.00 The City will provide electronic (CAD) documents (as available) for use in preparing updates to the Airport Layout Plans This chapter is anticipated to be fully updated with the exception of the noise/land use narrative and contours, which is considered still valid and will be carried forward into the new plan. Terminal layout plans, and/or other plans from the 2015 ALP set that are unchanged will be utilized as appropriate for content, reformatted for consistency, and incorporated within the new plan set. ALP Drawing Set Submittals 1 Preliminary Draft ALP Drawing Set (1 copy each to the City, WSDOT, and FAA Seattle ADO for informal coordination) 2. Draft ALP Drawing Set (3 printed copies to City; 1 printed copy to FAA with ALP Checklist, 6 printed copies and 1 electronic copy to FAA Seattle ADO). 3. Final ALP Drawing Set (4 copies to City for signature; to be forwarded to FAA Seattle ADO for approval and signature; 1 electronic copy to FAA; 2 signed printed set and 1 electronic copy returned to the City of Yakima) See Element 13 for document distribution summary The Consultant will be responsible for submitting a signed copy of the FAA ALP checklist with six (6) copies of the draft ALP submittal to the FAA. Following completion of FAA and local review, the Consultant will make necessary revisions; comments provided by City of Yakima staff, and others will be addressed during the same revision period. Following revision, the Consultant will submit four (4) final drawing sets for City signature and final submittal to FAA for signature. The FAA typically returns two signed ALP set to the Sponsor and keeps two sets on file at the ADO. t�/CENTTURY 31 I P a g e WES Task 7.1 - Airport Layout Plan (CWEC) An Airport Layout Plan (ALP) drawing shall be prepared in accordance with the findings, recommendations and approvals resulting from the study. The ALP shall be developed utilizing the data collected and exported into AutoCAD, Version 2014. Additionally, the ALP will be compatible with the file format currently used by the City. The Airport Layout Plan will contain the information as required in FAA Advisory Circular 150/5300-13A, and the most current FAA SOP 2.00 and SOP 3.00. The Airport Layout Plan will contain sufficient data to obtain approvals from the FAA. The Airport Layout Plan will be depicted as a black and white line drawing with color, as needed, to help differentiate the line work and hatching. Product: Preparation of an Airport Layout Plan in AutoCAD format, compatible with the file format currently used by the City of Yakima. Task 7.2 — On -Airport Individual Area Plans (CWEC) Individual Area Plans will be prepared to depict the existing and proposed facilities for various areas within airport property. The plans will generally be comprised of, but not limited to existing general aviation facilities located on the north and south sides of the runway and any other new development areas (locations to be determined through master plan evaluation). It is anticipated additional plan sheets may be added to provide greater detail of development on the south side of the airfield and adjacent to Cub Crafters / McAllister Museum. Facilities that will be shown on the drawings include: A. Apron Configuration and Aircraft Parking Positions (based and itinerant aircraft, including helicopter parking positions); B. Aircraft Taxiways and Taxilanes; C. Hangar or other building facilities D. FBO and Aircraft Fueling Facilities; E. Access Roadways and public vehicle parking; and F. Security Fencing and Gates. The information on this drawing shall be depicted at a scale consistent with FAA SOP 2 0. Product: Individual Area Plans projecting development consistent with the ALP drawing, but in greater detail. CENSTTURY WE E u G I N P E P i N 6 32IPage Task 7.3 - Airport Airspace Drawing (FAR Part 77) (CWEC) The FAR Part 77 drawing depicts the plan view of the ultimate FAR Part 77 imaginary surfaces for the airport. The existing and future full-length approach plan and profile views to each runway end. Any obstructions will be listed, the amount of penetration determined (using AGIS data) and their proposed disposition will be identified. Fifty -foot contour intervals will be shown for FAR Part 77 imaginary surfaces for full length of approach surfaces. NGS Obstruction Chart and AGIS obstruction data will be incorporated into the drawing, as appropriate. USGS quadrangle maps or AGIS data will be utilized for the base layer on the Part 77 plan view. In conjunction with the airport airspace drawings, an electronic (pdf and CAD) aerial image (3'x3') will be generated of the Airport and surrounding area with Part 77 surface overlays and building restrictions lines to scale. CAD files will allow for turning certain layers (sections of Part 77) on and off. Product: A FAR Part 77 airspace plan drawings for the airport. Task 7.4 - Runway Protection Zone (RPZ)/Inner Approach Plan and Profile Drawings (CWEC) Drawings will be prepared that show the plan view of the Runway Protection Zones (RPZ) and plan and profile views of the inner portion of the runway approach surface for each runway end. In addition, obstacle clearance surfaces (OCS) or TERPS instrument runway approach/departure surfaces will be depicted, as applicable. Any obstructions within the RPZ or the other noted surfaces will be identified and a recommended disposition will be provided Aerial photography and AGIS data may be used to develop these drawings. These drawing may be combined with other drawings. Product: Runway Protection Zone/Approach Plan and Profile drawings that shows the RPZs for each runway end at the airport. Task 7.5 - Approach Plan and Profile for Each Runway End (CWEC) Drawings will be prepared that show the existing and future full approach plan and profile for the approaches to each runway. In addition, obstacle clearance surfaces (OCS) or TERPS instrument runway departure surfaces will be depicted, as applicable Any obstructions within the approaches will be identified and a recommended disposition will be provided. This drawing may be combined with other drawings. USGS maps and AGIS data will be utilized. Product: An Approach Plan and Profile drawing that shows the Part 77 approaches for each runway end. The ultimate Part 77 approach plan and profile will be prepared for the most critical airfield configuration (existing or ultimate). TERPS instrument runway approach/departure surfaces will also be depicted if applicable. I WESTTURY 33 'Page Task 7.6 —Threshold Siting Surface (CWEC) A Threshold Siting Surface will be prepared based on the findings and recommendations reflected in the preferred alternative. A plan showing the existing and ultimate threshold siting surface will be developed for each runway end. Plan and profile views of each area will be developed identifying physical obstructions. Obstruction heights and locations will be noted based on AGIS data Any obstruction requiring removal or relocation to meet FAA standards will be noted and an action plan identified. This drawing may be combined with other drawings, if appropriate. Product: A Threshold Siting Surface depicting the surfaces for each runway end. Task 7.7 — On -Airport Land Use Plan (CWEC) The Land Use Plan drawing will depict existing and recommended uses of land within the ultimate airport property and 20-year noise contours (documented in 2015 Master Plan). Current zoning designations for the Airport will also be depicted. The Land Use Plan will be illustrated on a drawing (same sheet size and scale as the ALP) and described within the body of the Master Plan document. Findings resulting from this study effort will be incorporated into environs land use recommendations that will be provided to affected governmental jurisdictions in the vicinity of the Airport. The Consultant will work with the City during the development of the On -Airport Land Use Plan to ensure accurate depiction of local land use. The airport layout plan and on -airport land use plan drawings are intended to provide a clear path for effective and efficient facility development based on anticipated demand, while providing airport management adequate flexibility to refine facility configurations as needed to respond to changing market conditions. Product: An On -Airport Land Use Plan with noise contours for land within the ultimate airport property. Task 7.8 — Off -Airport Land Use Plan (CWEC) The Off -Airport Land Use Plan drawing will depict existing and recommended uses of all land in the vicinity of the airport, generally identified as that area surrounding the airport, generally within %2-mile of the facility. Land uses will be depicted by comprehensive plan land use categories, including such as agriculture, residential, industrial, commercial, open space, aviation -related, public, etc. Current zoning designations will also be depicted. Off -airport land use will be illustrated on a drawing (same sheet size as the ALP) and described within kW/WEST URY INGINEF 34IPage the body of the Master Plan document. Any findings found in this study effort will be incorporated into the environs land use recommendations, which will be provided to any affected governmental jurisdictions near the Airport. The Consultant will work with the County and City planning departments during the development of the Off -Airport Land Use Plan drawing to ensure that recommendations needed to implement any changes in land use designations or zoning have been shared with local planning agencies It is noted that master plan addresses a 20-year planning horizon that does not typically require immediate implementation for action items. Product: An Off -Airport Land Use Plan for lands in the vicinity of the airport. Task 7.9 — Exhibit "A" Map (CWEC) An Exhibit "A" drawing will be updated and prepared depicting property ownership, avigation and surface easements. The predominance of information will be carried forward from the previous 2015 Exhibit 'A', and missing data will be updated with additional City or County records available. The existing 2015 Exhibit 'A' reflects outdated data that needs to be updated to actual conditions The current airport boundary along with detailed parcel information (grantor, grantee, type of interest, acreage, book & page, date of recording, and appropriate FAA project application numbers if applicable) is to be provided to the Consultant by the City or secondary sources. The existing Exhibit "A" will be reviewed and replaced with an updated drawing prepared in accordance with FAA SOP 3.0. Product: Exhibit "A" Map Task 7.10 — Noise Impacts & Contour Map (CWEC) Existing noise impacts, land -use compatibility, and noise contour data is considered current and accurate for the Airport. No analysis or update is included within this scope of work. The effort in this task will include incorporating the existing documentation and contour maps into the update Airport Layout Plan chapter Product: Noise impacts narrative and contour map. ELEMENT 8 - COMPATIBLE LAND USE PLANNING IN THE VICINITY OF AIRPORTS The Consultant will evaluate both on -airport and off -airport land uses in the vicinity of the airport to address the potential development of a broad range of land uses that are compatible with airport operations and support the region's economic development strategy. The goal of this effort is to identify what types, acreages, and locations of economic development land are appropriate and legally allowed to be identified for future development compatible with the aeronautical operations at the airport. `14" WESTTURY • CNGINFtt 35IPage The Consultant will review zoning of developable land in the vicinity of the airport to assess the potential for zoning modifications to protect the future aeronautical uses at the airport, encourage land uses compatible with airport operations, and encourage future economic development near the airport. A review of existing airport overlay zoning within the City of Yakima, the City of Union Gap, and Yakima County will be undertaken. The updated airport land use plan drawing will reflect existing land use and zoning on, and in the vicinity of the airport, per the requirements of FAA. The land use plan drawing will also depict the physical boundaries of any locally -adopted airport overlay zones The Consultant will obtain existing zoning and land use mapping from the County and City for use in updating the drawing(s). Product: The outcomes of the Airport Vicinity Land Use evaluation will be compiled into a draft chapter that includes an executive summary with recommendations for potential land use and zoning changes. It will also include a summary of items to be included in the Airport Master Plan report, as necessary. ELEMENT 9 - PRIORITIZED CAPITAL IMPROVEMENT PROGRAM, COST ESTIMATES, AND IMPLEMENTATION PLAN (CWEC) The master plan's 20-year CIP will summarize development and major maintenance projects anticipated during the current planning period. The Consultant will work closely with the City of Yakima to identify key development priorities to be reflected in the updated CIP. The cost of each project will be listed with the amount of FAA and WSDOT funding defined based on current funding eligibility. The CIP will provide an annual breakdown of projects for the short-term period (years 1-5); then overall groupings of projects provided for the intermediate (years 6-10) and long-term (years 11-20) periods. This chapter will be fully updated to reflect the current capital improvement program derived from the updated planning elements. Task 9.1 - Capital Improvement Program (CWEC) The Consultant will prepare a 20-year airport Capital Improvement Program (CIP), which will include recommended phases of development, environmental reviews, estimates of cost for each improvement, possible funding sources, including an evaluation of the airports predicted available FAA grant funding based on current funding legislation. The CIP will also estimate local expenses associated with project implementation that are not typically eligible for FAA funding. The short-term period of the CIP (years 1-5) will be organized with prioritized and realistic annual project listings; projects included in the intermediate- and long-term periods will be prioritized within the overall timeframe. A phasing diagram will identify each development and major pavement /f/CENTURY w g I M f e! i M o 36IPage maintenance project programmed in the 20-year planning period The short-term (1-5 years) CIP will be integrated into the State CIP (SCIP). Product: A 20-year CIP (in spreadsheet form and project phasing diagram, with associated text.) Task 9.2 - Capital Improvement Program Working Paper (CWEC) The Consultant will develop a detailed working paper describing the tasks outlined above. This working paper will be submitted to the City, FAA, and WSDOT for review and comment (See Element 13 for document distribution details). Product: A narrative and tabular summary of the financial analysis. The working paper will be revised/amended as necessary based on review comments and will become a chapter of the 2018-2038 Airport Master Plan report. ELEMENT 10 - AIRPORT FINANCIAL PLAN (CWEC) In concert with the 20-year CIP, an airport financial plan will be prepared that analyzes airport revenues and maintenance & operation expenditures for use in updating short- and Tong -term operating strategies. The Consultant will also review the current airport rates and fees schedule for comparison with other similar airports located in the defined airport service area. Evaluating the market potential for airport land and the remaining useful life for airport -owned structures and any other structures of interest, pavement and other facilities are generally key elements in defining strategies. The financial impact of deferred maintenance will be examined in detail with the goal of creating a realistic schedule for addressing these needs in terms of financial feasibility. Task 10.1— Financial/Implementation Plan (CWEC) Projections of the airport operating revenue and expenses will be prepared to coincide with the 20-year CIP The financial plan will be developed from data acquired during the inventory (Task 3.8) and through interviews with City staff. Specific assumptions regarding potential changes in expenses or revenues will be coordinated between the City of Yakima and Consultant and will reflect the general timeframe for major revenue -generating projects or increased maintenance or operational costs. The projection is to identify the levels of airport -generated funding that may be available to support the capital improvement program during the current planning period. The financial planning will support the implementation planning for the master plan CIP, developed in Element 9. The implementation plan will identify key steps moving forward, agency coordination, etc. VW WESTTURY 37IPage Product: A 20-year airport revenue and expense projection. Task 10.2 - Financial Plan Working Paper (CWEC) The Consultant will develop a detailed working paper describing the tasks outlined above. This working paper will be submitted to the City, FAA, and WSDOT for review and comment (See Element 13 for document distribution details). Product: A narrative and tabular summary of the financial analysis. The working paper will be revised/amended as necessary based on review comments and will become a chapter of the Airport Master Plan report. ELEMENT 11 - AGENCY COORDINATION (CWEC) Effective coordination with local and regional jurisdictions and state and federal agencies is a critical element in the success of any long-term planning process Agency coordination will be initiated at the earliest stages of the project and maintained throughout to provide effective lines of communication. Task 11.1— Prepare List of Agency Stakeholders (CWEC) The Consultant will work closely with City staff at the outset of the project to create a comprehensive list of agency stakeholders with their respective areas of interest/responsibility identified. A list of non - agency stakeholders will also be created. Product: Agency stakeholder list to be utilized for project coordination and document distribution. Task 11.2 — Agency Coordination FAA (CWEC) The Consultant will meet with FAA staff at their ADO Offices at the Forecasts, Alternatives, and ALP review stages of the project to ensure full coordination and timely review and comment on draft work products. ELEMENT 12 - PUBLIC PARTICIPATION AND INFORMATION PROCESS (CWEC, MH) Task 12.1— Identify Project Stakeholders (CWEC) Century West will assist the City of Yakima in identifying project stakeholders for the purpose of creating a project contact list. The contact list will be used to provide periodic updates on the study process, provide information about the availability of draft work products, and to announce upcoming project meetings or other related events. Project stakeholders may include individuals, businesses, organizations, or government entities that have an interest in the planning, development or operation of ` CENTURY WEST E N O I M E E E. .. O 38IPage Yakima Air Terminal - McAllister Field. 12.1.1 - Public Informational and City Council Meetings Input provided from sources, including neighbors, the general public, airport tenants, City staff, WSDOT, and FAA will be considered in the formulation of the preliminary preferred alternative Coordination with the City will occur simultaneously during the alternatives evaluation stage of the project to ensure that issues are fully considered. Additional refinement and public comment will also be encouraged after the preliminary preferred alternative is selected The preliminary alternatives and draft chapters will be published on the project website available for the public to review with contact information available for public comment or questions. This input is designed to refine the proposed development that will be reflected in the preferred alternative. Public notice of upcoming meetings shall be made prescribed by the City of Yakima's public meeting notice requirements, and are subject to newspaper printing deadlines Newspaper advertisements are the responsibility of the City. The public informational meeting will be organized as a public workshop to provide a forum for neighbors and stakeholder groups to discuss the project and provide input. One (1) public information meeting and one (1) tenant coordination meeting will be scheduled during the project. One (1) City Council study session meeting and one (1) City Council meeting will be attended to present the final Master Plan / ALP documents for approval with the City Council For the public meeting, we propose to hold a workshop that provides an informal setting to provide information to the public, collect input and answer questions. The meeting would be staffed by several members of the Consulting team and the City's staff, with other stakeholders invited to attend/participate and for the public to provide written comments. A project mailing list will be created and maintained throughout the project for use in actively encouraging public participation. Invitations to the public meeting will be mailed or sent via email from the mailing list, in addition to public advertisement. Public Participation Meetings Summary: A. One (1) Public information meeting to be held during the course of the project; B. One (1) Tenant coordination meeting to inform and solicit input from tenants will be scheduled; C. One (1) City Council study session meeting; and D. One (1) City Council meeting will be attended to present the final Master Plan / ALP documents for approval with the City Council FYI/ ESTTURY 39 Page Assumptions: The Consultant will be responsible for coordinating with the City for scheduling of the meetings, providing facilities for such meetings (utilizing City or Airport meeting space), and providing required notification (by email or mail) to the meetings. The Consultant will provide the content for the announcements and notifications. The City will advertise the date and time of the meeting to allow public attendance as desired. Meetings will follow the City's policy for public meeting announcements. It is anticipated that meetings will be advertised locally and notice will be provided via the project mailing list and on the project website. Task 12.2 — Public Information Program (CWEC) In addition to the opportunities for public participation available through public meetings and committees, the Consultant will prepare and implement a public information program to disseminate project information and collect input from the public that may not be able to participate in established meetings. 12.2.1 - Project Stakeholder List The Consultant will prepare and update regularly a project stakeholders list that includes all participants in the project including the City's staff, Consultant, FAA, WSDOT, airport users, neighbors and neighborhood association representatives, and members of the general public that choose to participate in the process. A mailing list will be developed so that surveys, project updates, newsletters, meeting summaries and meeting invitations can be mailed or emailed to stakeholders during the project. The Consultant will prepare content for any mailings and the City will be responsible for making copies and mailing out materials including postage costs. 12.2.2 - Public Meeting Notices/Press Releases The Consultant will prepare content for up to one (1) public meeting notice and press release of scheduled meetings to assist in the advertisement of meeting purpose and other pertinent details by the City's staff. The Consultant will coordinate with the City's staff to develop a schedule for advertisements once the overall project schedule is developed to ensure that adequate advance notice is provided to the public for project meetings. The City will assume costs of advertising and press release announcements in the local media and will coordinate with the City's staff to post notices and press releases to the City of Yakima's website. 12.2.3 - Website Content for the City of Yakima or Century West Hosted Project Website The Consultant will provide project deliverables including draft chapters, meeting agendas, meeting notices, press releases, surveys, and meeting notes to the City in PDF format to be uploaded on the City's web page or a project -specific website hosted by Century West if desired. The City of Yakima will �/hWESTTURY e 01.4 e e ING 40IPage determine what content is suitable for public consumption The project web page will provide an opportunity for the public to review project deliverables and progress throughout the project. It can also be used to solicit public comment through posted surveys for those unable to attend the public meeting. 12.2.4 - Public Meeting Notes and Comment List The Consultant will prepare notes for meetings for the City to review Once the meeting notes have been reviewed, edited, and approved, the Consultant will provide a PDF copy to post to the project web page. The consultant will also prepare a summary of comments received and the City's responses that can be posted on the website. ELEMENT 13 - REPORTS AND DOCUMENTATION (CWEC, MH) Task 13.1— "Preliminary" Draft ALP Set (CWEC) In order to address any concerns from the City, WSDOT, or the FAA prior to the public meeting for the ALP presentation, a draft ALP set will be prepared for the City, WSDOT, and FAA preliminary review and comment. Formal reviews will be conducted following the preliminary coordination. Product: Preparation of an Airport Layout Plan Set will be provided to the City. Deliverables are defined in Work Element 13. Task 13.2 - Draft Airport Master Plan Report and Draft ALP Drawing Set (CWEC, MH) To insure proper coordination of the planning effort and assure agreement between the Consultant, City, WSDOT, and FAA, a Draft Airport Master Plan Report and Draft ALP drawing set will be submitted for formal review. Electronic (PDF) copies of the draft deliverables will be provided to PAC members. The draft report will contain preliminary working papers (revised based on comments provided on original drafts), ALP drawings and the financial evaluation. Comments provided in the previous task will be reflected in the updated ALP drawing set submitted for formal review. The draft documents and plans will submittal to the FAA for review and coordination with the appropriate FAA divisions (Air Traffic, etc.). Product: "Draft" Airport Layout Plan Set and "Draft" Airport Master Plan Report will be provided to the City, WSDOT, FAA, and PAC members. Deliverables are defined in Work Element 13. Task 13.3 - Final Report and ALP Drawing Set (CWEC, MH) The Final Airport Master Plan Report and ALP drawings set will be prepared and distributed based on WESTTURY 411 Page comments received from the FAA final coordination/review process and any subsequent comments received from City, WSDOT, PAC, or general public. This will be the final publication of the report and plans set. Product: "Final" Airport Layout Plan Set and "Final" Airport Master Plan Report will be provided to the City. Deliverables are defined in Work Element 13. Task 13.4 - Appendices (CWEC, MH) Appendices in the 2015 Master Plan document in part will be included as is, or updated as appropriate for inclusion in the new Master Plan document. 2015 Appendices and the intended update action for each within this update includes the following: • Appendix A — Glossary of Terms: Include as is, while adding any new terminology relevant to updated content. • Appendix B —Terminal Facility Assessment: Include as is. No update of content included. • Appendix C — Pavement Management Plan: Include as is for historical reference, while also including pavement condition data to be collected by WSDOT in 2018, as available • Appendix D —Approach/Departure Plates: Replace with current approach/departure plates. • Appendix E — City and County Ordinances: Review and update content with current ordinances. • Appendix F — Airport Layout Plan Checklist: Include new checklist for current ALP update • Appendix G — SEPA Checklist: New SEPA checklist will be prepared for City action as lead agency. New checklist and determination will be included as an appendix. • Appendix H — WSDOT Land Use: Include as is. No update of content included Any additional content, support data, public comment, or other pertinent items developed through this plan update will included as new appendices Product: "Final" appendices will be included within final report document. Task 13.5 — Summary of Products to FAA (CWEC, MH) Product: Quantity Draft Working Papers (8 Chapters) for review with Track Changes 1- Electronic Copy (Word) Draft Working Paper (8 Chapters) 1— Hard Copy; 2 - Electronic Copies (Word/PDF) Draft Final Report (Revised Chapters) with Track Changes WESTTURY 1— Hard Copy; 2- Electronic Copies (Word/PDF) 421 Page Preliminary Draft ALP Print Sets Draft Final Master Plan Report Final Draft ALP Prints & FAA Checklist Final ALP Prints Final ALP Drawing Set Final Master Plan Report 1— Hard Copy; Electronic Copy (PDF) 1 Electronic Copy (PDF) 6 - (FAA internal airspace & other coordination) full size (bond) plots and pdf of sheets 4 - (City/FAA approval set) 2 — Electronic Files (CADD Files and PDF) 1-Hard Copy; 1 Electronic Copy (PDF) Task 13.6 — Summary of Products to the City of Yakima (CWEC, MH) Product: Quantity Draft Working Papers (8 Chapters) Electronic Copies (PDF) to PAC with Track Changes 2 - Electronic Copy (Word/PDF) Draft Final Report (8 Revised Chapters) 4 (each) - Hard Copy; Project Notebook (includes PAC) with Track Changes 2 - Electronic Copy (Word/PDF) Preliminary Draft ALP Print Sets 1— Hard Copy; 1- Electronic Copy (PDF) Draft Final Master Plan Report 3 — Hard Copy for Sponsor Review Draft Final Master Plan Report 1 - Electronic Copies (PDF on USB Drive) Final Draft ALP Prints (bond) & FAA Checklist 1 - (FAA internal airspace & other coordination) Final ALP Prints (bond) 4 - (City/FAA approval set) Final ALP Drawing Set 2 — Electronic Files (CADD Files and PDF) Final Master Plan Report 5 - Hard Copy; 10 Electronic Copies (PDF on USB Drive) WES TTURY �Y/1 WES Fwc,.rtH. 43IPage Task 14.7 — Summary of Products to WSDOT (CWEC, MH) Draft Working Papers (8 Chapters) for review with Track Changes Draft Working Paper (8 Chapters) Draft Final Report (Revised Chapters) with Track Changes Preliminary Draft ALP Print Sets Draft Final Master Plan Report Final Draft ALP Prints & FAA Checklist Final ALP Prints Final ALP Drawing Set Final Master Plan Report B. DELIVERABLES 1- Electronic Copy (Word) 1— Hard Copy; 1 - Electronic Copies (Word/PDF) 1— Hard Copy; 2 - Electronic Copies (Word/PDF) 1— Hard Copy; 1 - Electronic Copy (PDF) 1- Electronic Copy (PDF) 1— Hard Copy 1— Hard Copy 2 — Electronic Files (CADD Files and PDF) 1-Hard Copy; 1 - Electronic Copy (PDF) Required deliverable products are outlined in the individual elements. Additionally deliverables are outlined above in individual tasks 13.4, 13 5, 13.6. All deliverables will be submitted in the formats specified, and per the appropriate advisory circulars C. ASSUMPTIONS/EXCLUSIONS 1. The Consultant will coordinate with the City and schedule all meetings with WSDOT, and FAA for this planning effort. 2. The City of Yakima's staff, WSDOT, and FAA will provide the Consultant with a maximum of two rounds of comments for each project item. The Consultant shall receive review comments from all groups within three (3) weeks of the submittal or presentation. The consultant shall then address and resolve their comments prior to proceeding with the next scope of work element. 3 As necessary, additional ground or aerial survey elements and feature classes, not specifically identified within this scope or referenced in the attached exhibits, if elected to be collected at a later time would be undertaken as a future separate contract task order k. CENTURY 44 I P a g e WEST 4. Layers, feature classes, attributes, and all requirements of the AGIS survey shall be in compliance with Advisory Circulars AC 150/5300-16A, AC 150/5300-17C, and AC 150/5300-18B (including change 1). Additional or separate GIS data deliverables specifically tailored for differing City or other GIS requirements, are not included within this scope of work. 5. This scope does not include environmental investigations or other scientific evaluation of resources beyond what is identified in the scope. D. SCHEDULE A detailed schedule will be established for the project as a work element of this scope of work. Elements 1, 2, 11, 12, and 13 are occurring throughout the ongoing master planning process. The general schedule anticipates the following timeline: AGIS Element 2 Schedule + June - July 2018: AGIS SOW preparation, review, and approval ' June —July 2018: Survey control, imagery, and quality control plans preparation + July -Sept. 2018: Field survey, imagery control, and imagery acquisition + Sept. -Oct. 2018: Survey file development + Nov. 2018: Final survey report ALP/Master Plan Narrative Elements Schedule + June — Sept. 2018: Elements 3 - 4 + Oct. 2018 - Feb. 2019. Elements 5 — 6 + March - May 2019: Elements 7 - 8 ' June —Aug. 2019: Elements 9, 10, & 13 + Sept. — Oct. 2019: AIP grant Closeout /YWESTTURY 45IPage 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) HLA, 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: (D/(c9 1(7 Cliff Moore, ,r ty 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 :3A 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 3 s 8. Current workload and demonstrated ability to meet schedules or deadlines. 25ptx4=100 90 87 9 .:' Totals 580 total points possible 520 504 522 Signature of Evaluator: Total All Scores Combined AGREEMENT FOR PROFESSIONAL SERVICES (FAA FORMAT) Runway 9/27 Pavement Maintenance and HIRL Project, A.I.P. 3-53-0089-43-2019 Yakima Air Terminal, McAllister Field, Washington THIS AGREEMENT is effective as of the day of April, 2019 by and between City of Yakima, 129 No 2nd Street, Yakima, WA 98901 hereinafter referred to as the CLIENT, and J-U-B ENGINEERS, Inc., W 422 Riverside, Suite 304, Spokane, Washington, 99201, an Idaho Corporation, hereinafter referred to as J-U-B WHEREAS, the CLIENT intends to develop design documents for Runway 9/27 Pavement Maintenance and HIRL hereinafter referred to as the "Project" The services to be performed by J-U-B are hereinafter referred to as the "Services" WITNESSETH Now, therefore, the CLIENT and J-U-B, in consideration of their mutual covenants herein, agree as set for below - ARTICLE 1 J-U-B'S SERVICES 1.01 BASIC SERVICES J-U-B will perform the Services described in Attachment 1 - Scope of Services, Basis of Fee, and Schedule in a manner consistent with the standard of care appropriate and applicable to professional engineering principles J-U-B's services shall be limited to those expressly set forth therein, and J-U-B shall have no other obligations, duties, or responsibilities for the Project except as provided in this Agreement. 1.02 SCHEDULE OF SERVICES TO BE PERFORMED J-U-B will perform said Services in accordance with the schedule described in Attachment 1 Scope of Services, Basis of Fee, and Schedule in a manner consistent with the standard of care applicable to professional engineering principles This schedule may be equitably adjusted as the Project progresses, allowing for changes in scope, character or size of the Project as requested by the CLIENT or for delays or_ other causes beyond J-U-B's control. 1.03 ADDITIONAL SERVICES When authorized in writing by the CLIENT, J-U-B agrees to furnish, or obtain from others, additional professional services in connection with the PROJECT, as set forth below and as otherwise contained within this Agreement: A. Provide other services not otherwise provided for in this Agreement, including services normally furnished by the CLIENT as described in Article 2, CLIENT'S RESPONSIBILITIES B Provide services as an expert witness for the CLIENT in connection with litigation or other proceedings involving the PROJECT C Assist or extend services as a result of strikes, walkouts, or other labor disputes, including acts relating to settlement of minority group problems. D Mitigation work identified in the environmental review E. Assist the CLIENT in resolving disputes over claims, bankruptcy, legal complaints or default ofthe Contractor Airports FAA Standard Contract (Rev 40219) Page 1 FAA Agreement_2019 ARTICLE 2 CLIENTS RESPONSIBILITIES 2.01 CLIENT'S RESPONSIBILITIES The CLIENT shall furnish the following services at the CLIENT'S expense and in such a manner that J-U-B may rely upon them in the performance of its services under this AGREEMENT A. Designate, in writing, a person authorized to act as the CLIENTS contact. The CLIENT or his designated contact shall receive and examine documents submitted by J-U-B to determine acceptability of said documents, interpret and define the CLIENT'S policies, and render decisions and authorizations in writing promptly to prevent unreasonable delay in the progress of J-U-B's services. B Make available to J-U-B all technical data that is in the CLIENT'S possession, including maps, surveys, property descriptions, borings, and other information required by J-U-B and relating to its work. C Hold promptly all required special meetings, serve all required public and private notices, receive and act upon all protests and fulfill all requirements necessary in the development of the PROJECT and pay all costs incidental thereto D Provide legal, accounting and insurance counseling services necessary for the PROJECT Legal review of the construction Contract Documents, and such writing services as the CLIENT may require to account for the expenditure of construction funds. E Furnish permits and approvals from all governmental authorities having jurisdiction over the PROJECT and from others as may be necessary for completion of the PROJECT F The CLIENT agrees to cooperate with J-U-B in the approval of all plans, reports and studies, and shall make a timely decision in order that no undue expense will be caused J-U-B because of lack of decisions. If J-U-B is caused extra drafting or other expense due to changes ordered by the CLIENT after the completion and approval of the plans, reports, and studies, J-U-B shall be equitably paid for such extra expenses and services involved. G Guarantee full and free access, with reasonable advance notice, for J-U-B to enter upon all property required for the performance of J-U-B's services under this AGREEMENT H Give prompt written notice to J-U-B whenever the CLIENT observes or otherwise becomes aware of any defect in the PROJECT or other event that may substantially affect J-U-B's performance of services under this AGREEMENT I Promptly prepare and submit reimbursement requests to funding agencies J Compensate J-U-B for services promptly rendered under this AGREEMENT K. Obtain bids or proposals from contractors for work relating to the PROJECT and bear all costs relating to advertising ARTICLE 3 J-U-B'S COMPENSATION 3.01 BASIC SERVICES COMPENSATION J-U-B shall provide services in connection with the terms and conditions of this Agreement, and the CLIENT shall compensate J-U-B therefore as detailed in Attachment 1 — Scope of Services, Basis of Fee and Schedule. Partial payment shall be made for the services performed as the work under this AGREEMENT progresses Such payment is to be made monthly based on the itemized statements, invoices, or other evidences of performance furnished to and approved by the CLIENT All claims for payment will be submitted in an invoice compatible with current practices and acceptable to the CLIENT Partial payments will include payroll costs, adjusted for payroll burdens, and general and administrative overhead, as well as out-of-pocket expenses, plus that portion of the fixed fee which its percentage of completion bears to the total cost of the Airports FAA Standard Contract (Rev 40219) Page 2 FAA Agreement_2019 fully completed work under this AGREEMENT The CLIENT shall make full payment of the value of such documented monthly service as verified on the monthly invoice statement. 3.02 ADDITIONAL COMPENSATION In addition to any and all compensation hereinabove, the CLIENT shall compensate J-U-B for Additional Services, Section 1 03, under a written Authorization for Additional Services executed by both Parties that specifically describes the additional work and the cost associated therewith These additional services are to be performed or furnished by J-U-B only upon receiving said written authorization from the CLIENT 3.03 COMPENSATION ADJUSTMENT CLIENT agrees to provide J-U-B a notice to proceed with Services within 120 days of the effective date of this Agreement identified in Attachment 1 If the notice to proceed with Services is delayed beyond 120 days from the effective date of this Agreement, or service described will not be completed during the term of this Agreement through no fault of J-U-B, the Agreement shall be amended through mutual negotiation to address both schedule and pricing impacts of the delay CLIENT understands that any pricing increase may not be grant fundable by FAA. 3.04 ADDITIONAL CONDITIONS OF COMPENSATION The CLIENT and J-U-B further agree that: A. J-U-B shall submit monthly invoice statements for Services rendered and for expenses incurred, which statements are due on presentation. CLIENT shall make prompt monthly payments If CLIENT fails to make any payment in full within thirty (30) days after receipt of J-U-B's statement, the amounts due J-U-B will accrue interest at the rate of 1 % per month from said thirtieth day or at the maximum interest rate allowed by law, whichever is less B If the CLIENT fails to make monthly payments due J-U-B, J-U-B may, after giving ten (10) days written notice to the CLIENT, suspend services under this Agreement. ARTICLE 4 GENERAL PROVISIONS 4.01 OWNERSHIP OF DOCUMENTS Upon the request of the CLIENT, J-U-B shall furnish the CLIENT copies of all maps, plots, drawings, estimate sheets, and other contract documents required for the PROJECT provided J-U-B has been paid in full for the work Upon the request of the CLIENT and the completion of the work specified herein, all material documents acquired or produced by J-U-B in conjunction with the preparation of the plans shall be delivered to and become the property of the CLIENT providing no future use of said documents or portions thereof shall be made by the CLIENT with J-U-B's name or that of J-U-B ENGINEERS, Inc., attached thereto Final submittal of J-U-B's work product shall be in hard -copy format and no electronic design files will be submitted as part of the PROJECT, unless expressly requested. Any reuse without written consent by J-U-B, or without verification or adoption by J-U-B for the specific purpose intended by the reuse, will be at CLIENT's sole risk and without liability or legal exposure to J-U-B The CLIENT shall release, defend, indemnify, and hold J-U-B harmless from any claims, damages, actions or causes of action, losses, and expenses, including reasonable attorneys' and expert fees, arising out of or resulting from such reuse J-U-B shall retain an ownership interest in PROJECT documents that allows their reuse of non-proprietary information on subsequent projects at J-U-B's sole risk. Airports FAA Standard Contract (Rev 40219) Page 3 FAA Agreement_2019 4.02 DELEGATION OF DUTIES Neither the CLIENT nor J-U-B shall delegate, assign, sublet or transfer their respective duties under this Agreement without the prior written consent of the other 4.03 GENERAL A. Should litigation occur between the two parties relating to the provisions of this Agreement, court costs and reasonable attorney fees incurred shall be borne by their own party B Neither party shall hold the other responsible for damage or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the reasonable control of the other or the other's employees and agents. C In the event any provisions of this AGREEMENT shall be held to be invalid and unenforceable, the remaining provisions shall be valid and binding upon the parties One (1) or more waivers by either party or any provision, term, condition, or covenant shall not be construed by the other party as a waiver of subsequent breach of the same by the other party D J-U-B shall render its services under this AGREEMENT in accordance with generally accepted professional practices and Standard of Care J-U-B makes no other warranty for the work provided under this AGREEMENT E Any opinion of the estimated construction cost prepared by J-U-B represents its judgment as a design professional and is supplied for the general guidance of the CLIENT Since J-U-B has no control over the cost of labor and material, or over competitive bidding or market conditions, J-U-B does not guarantee the accuracy of such opinions as compared to Contractor bids or actual costs to the CLIENT F Any notice or other communications required or permitted by this contract or by law to be served on, given to, or delivered to either party hereto by the other party shall be in writing and shall be deemed duly served, given, or delivered when personally delivered to the party to whom it is addressed or, in lieu of such personal service, when deposited in the United States mail, certified mail, return receipt requested, addressed to the CLIENT at 129 No 2nd Street, Yakima, WA 98901 and to J-U-B at W 422 Riverside, Suite 304, Spokane, Washington, 99201 Either party, the CLIENT or J-U-B, may change his address for the purpose of this paragraph by giving written notice of such change to the other party in the manner provided in this paragraph G In soils investigation work and determining subsurface conditions for the PROJECT, the characteristics may vary greatly between successive test points and sample intervals J-U-B will coordinate this work in accordance with generally accepted engineering practices and makes no other warranties, expressed or implied, as to the professional advice furnished by others under the terms of this AGREEMENT 4.04 MEDIATION BEFORE LITIGATION Any and all disputes arising out of or related to the Agreement, except for the payment of J-U-B's fees, shall be submitted to nonbinding mediation before a mutually acceptable mediator as a condition precedent to litigation or other binding adjudicative procedure unless the parties mutually agree otherwise The CLIENT further agrees to include a similar mediation provision in all agreements with independent contractors, consultants, subcontractors, subconsultants, suppliers and fabricators on the Project, thereby providing for mediation as the primary method for dispute resolution among all the parties involved in the Project. In the event the parties are unable to agree on a mediator, said mediator shall be appointed by a court of competent jurisdiction or, if not possible, the American Arbitration Association. If a dispute relates to, or is the subject of a lien arising out of J-U-B's Services, J-U-B or its subconsultants may proceed in accordance with applicable law to comply with the lien notice and filing deadlines prior to submission of the matter by mediation This Contract shall be governed by and interpreted under the laws of the State of Washington The parties agree that in the event it becomes necessary to enforce any of the terms and conditions of this Contract that the forum, venue and jurisdiction in that particular action shall be in Yakima County, Washington Airports FAA Standard Contract (Rev 40219) Page 4 FAA Agreement_2019 4.05 INSURANCE AND INDEMNITY (See Attachment 2 — Special Provisions) A. J-U-B's Insurance J-U-B agrees to procure and maintain, at its expense, Commercial General Liability insurance of $1,000,000 combined single limit for personal injury and property damages, and Professional Liability Insurance of $1,000,000 per claim for protection against claims arising out of the performance of services under this Contract caused by negligent acts, errors, or omissions for which J-U-B is legally liable, subject to and limited by the provisions in Subsection 5.01 D, "Allocation of Risks", if any J-U-B shall deliver to the CLIENT, prior to execution of the AGREEMENT by the CLIENT and prior to commencing work, Certificates of Insurance, identified on their face as the Agreement Number to which applicable, as evidence that policies providing such coverage and limits of insurance are in full force and effect. J-U-B shall acquire and maintain statutory workmen's compensation coverage. Thirty (30) days advance notice will be given in writing to the CLIENT prior to the cancellation, termination, or alteration of said policies of Insurance B Indemnification by J-U-B To the fullest extent permitted by law, J-U-B shall indemnify and hold harmless CLIENT, and CLIENT's officers, directors, partners, agents, consultants, and employees from and against any and all claims, costs, losses, and damages (including but not limited to all fees and charges of CLIENT, architects, attorneys, and other professionals, and all court, arbitration, or other dispute resolution costs) arising out of or relating to the PROJECT, provided that any such claim cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting there from, but only to the extent caused by any negligent act, error, or omission of J-U-B or J-U-B's officers, directors, partners, employees, or Consultants The indemnification provision of the preceding sentence is subject to and limited by the provisions agreed to by CLIENT and J-U-B in Subsection 5 01 D, "Allocation of Risks," if any C Indemnification by CLIENT To the fullest extent permitted by law, CLIENT shall indemnify and hold harmless J-U-B, J-U-B's officers, directors, partners, agents, employees, and Consultants from and against any and all claims costs, losses, and damages (including but not limited to all fees and charges of J-U-B, architects, attorneys, and other professionals, and all court, arbitration, or other dispute resolution costs) arising out of or relating to the PROJECT, provided that any such claim cost, loss, or damage is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting there from, but only to the extent caused by any negligent act, error, or omission of CLIENT or CLIENT's officers, directors, or employees, retained by or under contract to the CLIENT with respect to this AGREEMENT or to the PROJECT D Allocation of Risks The CLIENT and J-U-B have discussed the risks, rewards and benefits of the project and the design professional's total fee for services The risks have been allocated such that the CLIENT agrees that, to the fullest extent permitted by law, J-U-B's total liability to the CLIENT for any and all injuries, claims, losses, expenses, damages or claims expenses arising out of this agreement from any cause or causes, shall not exceed the total amount of fees paid to J-U-B under this Agreement. Such causes include, but are not limited to J-U-B's negligence, errors, omission and strict liability Neither CLIENT nor J-U-B shall be responsible for incidental, indirect or consequential damages E J-U-B reserves the right to obtain the services of other consulting engineers and consultants experienced in airport work to prepare and execute a portion of the work that relates to the PROJECT F Nothing contained in this agreement shall create a contractual relationship with or a cause of action in favor of a third party against J-U-B 4.06 EXTENT OF AGREEMENT This Agreement represents the entire and integrated agreement between the CLIENT and J-U-B and supersedes all prior negotiations, representations, or agreements, either written or oral This Agreement may be amended only by written instrument signed by both the CLIENT and J-U-B Airports FAA Standard Contract (Rev 40219) Page 5 FAA Agreement_2019 ARTICLE 5 FAA FEDERAL CLAUSES 5.01 SUCCESSORS AND ASSIGNMENTS A. The CLIENT and J-U-B each binds itself and its partners, successors, executors, administrators and assigns to the other parties to this Agreement, and to the successors, executors, administrators and assigns of such other party in respect to all covenants of this Agreement. B It is understood by the CLIENT and J-U-B that the FAA is not a party to this Agreement and will not be responsible for engineering costs except as should be agreed upon by the CLIENT and the FAA under a Grant Agreement for the PROJECT C This Agreement may not be assigned except upon specific prior written consent of the CLIENT 5.02 TERMINATION A. TERMINATION FOR CONVENIENCE The CLIENT may, by written notice to J-U-B, terminate this Agreement for its convenience and without cause or default on the part of J-U-B Upon receipt of the notice of termination, except as explicitly directed by the CLIENT, J-U-B must immediately discontinue all services affected Upon termination of the Agreement, J-U-B must deliver to the CLIENT all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by J-U-B under this contract, whether complete or partially complete CLIENT agrees to make just and equitable compensation to J-U-B for satisfactory work completed up through the date J-U-B receives the termination notice Compensation will not include anticipated profit on non -performed services. CLIENT further agrees to hold J-U-B harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause B TERMINATION FOR DEFAULT Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach The terminating party must provide the breaching party 7 days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by CLIENT The CLIENT may terminate this Agreement in whole or in part, for the failure of J-U-B to 1 Perform the services within the time specified in this contract or by CLIENT approved extension, 2 Make adequate progress so as to endanger satisfactory performance of the Project; or 3 Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, J-U-B must immediately discontinue all services affected unless the notice directs otherwise Upon termination of the Agreement, J-U-B must deliver to the CLIENT all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by J-U-B under this contract, whether complete or partially complete Airports FAA Standard Contract (Rev 40219) Page 6 FAA Agreement_2019 CLIENT agrees to make just and equitable compensation to J-U-B for satisfactory work completed up through the date J-U-B receives the termination notice Compensation will not include anticipated profit on non -performed services CLIENT further agrees to hold J-U-B harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause If, after finalization of the termination action, the CLIENT determines J-U-B was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the CLIENT issued the termination for the convenience of the CLIENT b) Termination by Consultant: J-U-B may terminate this Agreement in whole or in part, if the CLIENT 1 Defaults on its obligations under this Agreement; 2. Fails to make payment to J-U-B in accordance with the terms of this Agreement; 3 Suspends the Project for more than 120 days due to reasons beyond the control of J-U-B Upon receipt of a notice of termination from J-U-B, CLIENT agrees to cooperate with J-U-B for the purpose of terminating the agreement or portion thereof, by mutual consent. If CLIENT and J-U-B cannot reach mutual agreement on the termination settlement, J-U-B may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the CLIENT's breach of the contract. In the event of termination due to CLIENT breach, the Engineer is entitled to invoice CLIENT and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by J-U-B through the effective date of termination action CLIENT agrees to hold J-U-B harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause 5.03 CERTIFICATIONS OF J-U-B AND CLIENT A. The CLIENT and J-U-B hereby certify that J-U-B has not been required, directly or indirectly, as an expressed or implied condition in connection with obtaining or carrying out this contract, to 1 employ or retain, or agree to employ or retain, any firm or persons, or 2. pay, or agree to pay, to any firm, person or organization, any fee, contribution, donation or consideration of any kind B A signed "Certificate for Contracts, Grants, Loans, and Cooperative Agreements" is included with this agreement. 5.04 TAX DELINQUENCY AND FELONY CONVICTIONS J-U-B certifies, by submission of this proposal or acceptance of this contract, that it is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability J-U-B further represents that it is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. 5.05 CIVIL RIGHTS GENERAL J-U-B agrees that it will comply with pertinent statutes, Executive Orders, and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability, be excluded from participating in any activity conducted with or benefiting from Federal assistance Airports FAA Standard Contract (Rev 40219) Page 7 FAA Agreement_2019 This provision binds J-U-B and subtier consultants from the solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964 5.06 CIVIL RIGHTS TITLE VI - NONDISCRIMINATION REQUIREMENTS During the performance of this contract, J-U-B, for itself, subconsultants, its assignees and successors in interest, agrees as follows. A. Compliance with Regulations J-U-B will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. B Non-discrimination. J-U-B, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subconsultants, including procurements of materials and leases of equipment. J-U-B will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities , including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21 C Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by J-U-B for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subconsultant or supplier will be notified by J-U-B of J-U-B's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin D Information and Reports. J-U-B will provide all information and reports required by the Acts, the Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the CLIENT or the FAA to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities, and instructions. Where any information required of J-U-B is in the exclusive possession of another who fails or refuses to furnish this information, J-U-B will so certify to the CLIENT or the FAA, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance In the event of J-U-B's noncompliance with the non-discrimination provisions of this contract, the CLIENT will impose such contract sanctions as it or the FAA, may determine to be appropriate, including, but not limited to 1 withholding of payments to J-U-B under the contract until J-U-B complies, and/or 2. cancellation, termination, or suspension of the contract, in whole or in part. F Incorporation of Provisions J-U-B will include the provisions of paragraphs A through E in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, Regulations and directives issued pursuant thereto J-U-B will take such action with respect to any subcontract or procurement as the CLIENT or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance Provided, that if J-U-B becomes involved in, or is threatened with, litigation by a subconsultant or supplier as a result of such direction, J-U- B may request the CLIENT to enter into such litigation to protect the interests of the CLIENT In addition, J-U-B may request the United States to enter into such litigation to protect the interests of the United States 5.07 TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES During the performance of this contract, J-U-B, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities, including but not limited to • Title VI of the Civil Rights Act of 1964 (42 U S C § 2000d et seq , 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin), • 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of Transportation —Effectuation of Title VI of The Civil Rights Act of 1964), Airports FAA Standard Contract (Rev 40219) Page 8 FAA Agreement_2019 • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U S C § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects), • Section 504 of the Rehabilitation Act of 1973, (29 U S C § 794 et seq ), as amended, (prohibits discrimination on the basis of disability), and 49 CFR part 27, • The Age Discrimination Act of 1975, as amended, (42 U S C § 6101 et seq ), (prohibits discrimination on the basis of age), • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex), • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not), • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U S C §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38, • The Federal Aviation Administration's Nondiscrimination statute (49 U.S C § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex), • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations, Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP) To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed Reg at 74087 to 74100), • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U S C 1681 et seq) 5.08 DISADVANTAGED BUSINESS ENTERPRISE (49 CFR Part 26) A. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the CLIENT to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The CLIENT encourages participation by all firms qualifying under this solicitation regardless of business size or ownership B Contract Assurance (§26 13) J-U-B shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. J-U-B shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts Failure by J-U-B to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate C Prompt Payment (§26.29) J-U-B agrees to pay each consultant under this agreement for satisfactory performance of its contract no later than 30 days from the receipt of each payment J-U-B receives from the CLIENT J-U-B agrees further to return retainage payments to each subconsultant within 30 days after the subconsultant's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the CLIENT This clause applies to both DBE and non -DBE subconsultants Airports FAA Standard Contract (Rev 40219) Page 9 FAA Agreement_2019 5.09 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (49 CFR Part 20, Appendix A) A. No Federal appropriated funds shall be paid, by or on behalf of J-U-B, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment or modification of any Federal grant, contract, loan, or cooperative agreement. B If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal contract, loan, grant, or cooperative agreement, J-U-B shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions C J-U-B shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly 5.10 EQUAL OPPORTUNITY CLAUSE During the performance of this contract, J-U-B agrees as follows (1) J-U-B will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. J-U-B will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identify or national origin Such action shall include, but not be limited to the following employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship J-U-B agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause (2) J-U-B will, in all solicitations or advertisements for employees placed by or on behalf of J-U-B, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin J-U-B will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of J-U-B's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) J-U-B will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor J-U-B will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders (3) (7) (5) (6) In the event of J-U-B's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and J-U-B may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law J-U-B will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted Airports FAA Standard Contract (Rev 40219) Page 10 FAA Agreement_2019 by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor J-U-B will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance Provided, however, That in the event J-U-B becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency J-U-B may request the United States to enter into such litigation to protect the interests of the United States 5.11 ACCESS TO RECORDS AND REPORTS J-U-B must maintain an acceptable cost accounting system J-U-B agrees to provide the CLIENT, the FAA, and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of J-U-B which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions J-U-B agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. 5.12 TRADE RESTRICTION CERTIFICATION (49 CFR Part 30) By submission of an offer, J-U-B certifies that with respect to this solicitation and any resultant contract, the Offeror - A. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U S firms as published by the Office of the United States Trade Representative (U S T R.), B has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U S firms as published by the U S T R, and C has not entered into any subcontract for any product to be used on the Federal public works project that is produced in a foreign country included on the list of countries that discriminate against U S firms published by the U S T R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001 J-U-B must provide immediate written notice to the CLIENT if J-U-B learns that its certification or that of a subconsultant was erroneous when submitted or has become erroneous by reason of changed circumstances J-U-B shall require subconsultants provide immediate written notice to J-U-B if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30 17, no contract shall be awarded to a subconsultant: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U S firms published by the U S T R. or 2) whose subconsultants are owned or controlled by one or more citizens or nationals of a foreign country on such U S T R. list or 3) who incorporates in the public works project any product of a foreign country on such U S T R. list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a consultant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings J-U-B agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. J-U-B may rely on the certification of a Airports FAA Standard Contract (Rev 40219) Page 11 FAA Agreement_2019 prospective subconsultant that it is not a firm from a foreign country included on the list of countries that discriminate against U S firms as published by U S T R, unless J-U-B has knowledge that the certification is erroneous This certification is a material representation of fact upon which reliance was placed when making an award If it is later determined that J-U-B or subconsultant knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the CLIENT cancellation of the contract or subcontract for default at no cost to the CLIENT or the FAA. 5.13 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION J-U-B certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts For each lower tier subcontract that exceeds $25,000 as a "covered transaction", J-U-B shall verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. J-U-B will accomplish this by• 1) Checking the System for Award Management at website http.//www sam gov 2) Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above 3) Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. 5.14 OCCUPATIONAL HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. J-U-B shall provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee J-U-B retains full responsibility to monitor its compliance and their subconsultant's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910) J- U-B will address any claims or disputes that pertain to a referenced requirement directly with the U S Department of Labor — Occupational Safety and Health Administration 5.15 FEDERAL FAIR LABOR STANDARDS ACT All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers J-U-B has full responsibility to monitor compliance to the referenced statute or regulation J-U-B will address any claims or disputes that arise from this requirement directly with the U S Department of Labor — Wage and Hour Division 5.16 VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), J-U-B and all sub -tier consultants must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U S C 632) owned and controlled by disabled veterans This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates Airports FAA Standard Contract (Rev 40219) Page 12 FAA Agreement_2019 5.17 TEXTING WHILE DRIVING. In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" and DOT Order 3902.10 "Text Messaging While Driving" FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. J-U-B has in place a policy within J-U-B Accident Prevention plan that prohibits all employees from texting and driving J-U-B shall include these policies in each third party subcontract involved on this project. 5.18 HUMAN TRAFFICKING A. J-U-B, J-U-B's employees, and subcontractors may not engage in severe forms of trafficking in persons during the period of time that the FAA award is in effect, procure a commercial sex act during the period of time that the award is in effect, or use forced labor in the performance of the award or sub -awards under the award B For the purpose of this award term, "employee" includes. 3 An individual employed by you or a sub -recipient who is engaged in the performance of the project or program under this award 4 Another person engaged in the performance of the project or program under this award and not compensated by you, including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in -kind contribution toward cost sharing or matching requirements. C For the purposes of this award term only, "forced labor" means labor obtained by any of the following methods the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery D For the purposes of this award term only, "severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at Section 103 of the TVPA, as amended (22 U S C 7102) 5.19 ENERGY CONSERVATION J-U-B and any subconsultants agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U S C 6201et seq) 5.20 PROHIBITION OF SEGREGATED FACILITIES (1) J-U-B agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained J-U-B agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract. (2) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (3) J-U-B shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract. Airports FAA Standard Contract (Rev 40219) Page 13 FAA Agreement_2019 IN WITNESS WHEREOF, the CLIENT and J-U-B hereto have made and executed this AGREEMENT as of the day and year first above written. CLIENT CITY OF YAKIMA BY ATTEST Name Cliff Moore Name Sonya Claar-Tee Title City Manager Title City Clerk J-U-B: J-U-B ENGINEERS, Inc. ATTEST By. Name Chuck A. Larson, P E. Name Brooke Holm Title Chairman Title Office Administrator Applicable Attachments or Exhibit to this Agreement are indicated as marked ® Certification For Contracts Grants, Loans, and Cooperative Agreements • J-U-B Debarment Lookup • Attachment 1 — Scope of Services, Basis of Fee and Schedule ® Attachment 1 A — Detailed Scope of Work ® Attachment 1 B — Fee Breakdown ® Attachment 2 — Special Provisions ® Exhibit A — Construction Phase Services Airports FAA Standard Contract (Rev 40219) Page 14 FAA Agreement_2019 CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief, that: 1 No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2 If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL "Disclosure of Lobby Activities", in accordance with its instructions. 3 The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipents shall certify and disclose accordingly This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U S Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure Signed' Date Sponsor's Authorized Representative Title Airports FAA Standard Contract (Rev 40219) Page 15 FAA Agreement_2019 (JAM J•U•B ENGINEERS, INC. J-U-B ENGINEERS, Inc. AGREEMENT FOR PROFESSIONAL SERVICES Attachment 1 — Scope of Services, Basis of Fee, and Schedule PROJECT NAME: Runway 9-27 Pavement Maintenance and HIRL Project AIRPORT NAME: Yakima Air Terminal, McAllister Field CLIENT: City of Yakima A.I.P. NUMBER: 3-53-0089-043-2019 J-U-B PROJECT NUMBER. 70-19-010 CLIENT PROJECT NUMBER: ATTACHMENT TO: El AGREEMENT DATED: Click or tap to enter a date.; 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 Basis of Fee, and/or Schedule. PART 1 - PROJECT UNDERSTANDING FAA AIP 3-53-0089-043-2019 includes the Project Formulation, Design, Bidding, and Project Closeout Engineering Services for the following work: • Replacement, in kind, of Runway 9/27 high intensity incandescent runway edge/end lights (HIRL) • Replacement of Runway 9/27 series circuit cable, complete • Replace and relocate supplementary wind cone beyond the Runway Safety Area (RSA) • Crack seal, seal coat, and apply markings to Runway 9/27 pavement A detailed Scope of Services is provided in Attachment 1A — Detailed Scope of Work. PART 2 - BASIS OF FEE A. CLIENT shall pay J-U-B for the identified Services in PART 1 as follows: 1. Project Formulation, Preliminary Design, Final Design, Bidding and Project Closeout. The CLIENT shall compensate J-U-B on the basis of a lump sum fee not to exceed One Hundred Forty - Four Thousand, One Hundred Forty Dollars ($144,140 00) See Attachment 1B fora detailed cost breakdown. PART 3 - SCHEDULE OF SERVICES J-U-B will perform all services according to the following schedule Services described herein are anticipated to be completed by May 1, 2020. This Agreement shall be in effect from April 1, 2019 to May 1, 2020. In the event the services described shall not be completed during the term of this Agreement the Agreement shall be amended This schedule shall be equitably adjusted as the PROJECT progresses, allowing for changes in scope, character or size of the PROJECT requested by the CLIENT or for delays or other causes beyond J-U-B's control. J-U-B Agreement for Professional Services Attachment 1 — FAA Scope of Services, Schedule, and Basis of Fee 40219 Page 1-1 Exhibit(s) • Attachment 1A - Detailed Scope of Work • Attachment 1 B Fee Breakdown For internal J-U-B use only. PROJECT LOCATION (STATE) Washington TYPE OF WORK. Federal GROUP. Airport PROJECT DESCRIPTION(S): A. Airport (A05) B Choose an item J-U-B Agreement for Professional Services Attachment 1 — FAA Scope of Services, Schedule, and Basis of Fee 40219 Page 1-2 J•U•8 ENGINEERS, INC. J-U-B ENGINEERS, Inc. AGREEMENT FOR PROFESSIONAL SERVICES Attachment 1A — Detailed Scope of Work PROJECT NAME: Runway 9-27 Pavement Maintenance and HIRL Project AIRPORT NAME: Yakima Air Terminal, McAllister Field CLIENT: City of Yakima A.I.P. NUMBER: 3-53-0089-043-2019 J-U-B PROJECT NUMBER. 70-19-010 CLIENT PROJECT NUMBER: Click or tap here to enter text. ATTACHMENT TO El AGREEMENT DATED: Click or tap to enter a date.; or ❑ AUTHORIZATION FOR ADDITIONAL SERVICES #X; DATED: Click or tap to enter a date. 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 3-53-0089-043-2019 includes the Project Formulation, Design, Bidding, and Project Closeout Engineering Services for the following work: • Replacement, in kind, of Runway 9/27 high intensity incandescent runway edge/end lights (HIRL) • Replacement of Runway 9/27 series circuit cable, complete • Replace and relocate supplementary wind cone beyond the Runway Safety Area (RSA) • Crack seal, seal coat, and apply markings to Runway 9/27 pavement 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 000: Project Formulation Phase 1. Conduct a Pre -design meeting with CLIENT and FAA via teleconference The meeting will be held to determine the planning and study issues that will need to be addressed during the design of the project. The FAA Predesign Conference Checklist will be the guide for project discussions Minutes of the Predesign meeting will be compiled and forwarded to the FAA and CLIENT 2. 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 3. 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 for the project. 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. Sub -consultant scope of service and fees shall be broken out in order for the CLIENT to evaluate costs are reasonable J-U-B Agreement for Professional Services Attachment 1A — FAA Detailed Scope of Work Page 1 4 Assist Client with Record of Negotiations documentation 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 5. Prepare an Agreement for Professional Services for submittal and review by the CLIENT and FAA. The Agreement shall be comprehensive in description of services and responsibilities of all contract parties 6. Assist CLIENT with preparation and submittal of a FAA Grant Application for Federal Assistance for the project, including estimated project costs, drawings, and a schedule for FAA submittal prior to beginning of the project. 7. Assist CLIENT in the submittal of FAA Sponsor Certifications. These include the "Selection of Consultants", "Project Plans and Specifications", "Drug Free Workplace", "Equipment/Construction Contracts", "Disclosure Regarding Potential Conflicts" and "Construction Project Final Acceptance" 8. Provide the following services related to Federal Disadvantaged Business Enterprise requirements (DBE) a. Annual Reporting (2) 9. Prepare and submit four (4) FAA Quarterly Performance Reports throughout the project, this task will include 2 end of year reports as well 10. 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) 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 Standard Form 271 B. Task 001: Preliminary Design Phase 1. Investigate the proposed project site at the Airport. Allow civil design personnel to become familiar with the proposed job site Take photographs, perform a visual survey of the pavement areas, and otherwise document findings of visit. 2. Assemble and review mapping, plans, documents and other available information 3. Provide or obtain field surveys, which include detailed topographic information of improvement areas for design purposes Coordinate with surveyors to verify that design survey is performed as required This will include one (1) on -site meeting with surveyors to review project location and safety The general scope of the survey work will included the following Topographic survey data will be collected from the centerline of Runway 9-27 to the edge of the shoulder pavement on either side of the runway centerline at 100 ft stations, including the lights, nearby electrical vaults/structures and the runway markings. Contract with a private utility locate company to mark known utilities within the survey limits Collect topographic survey data and structure as -built information for existing drainage, lighting and signing features. Establish supplemental control for the topographic survey Survey will be tied to existing primary (PACs) and secondary (SACs) airport control stations It is expected that the existing geodetic control stations are recoverable and in good condition The survey will have to be coordinated with the Airport Manager for airport access and optimum time to minimize disruption to air traffic. The airfield pavements and runway will be open to aircraft, surveyors will have to monitor the local frequency and move out of safety areas for aircraft. The survey shall be conducted in accordance to FAA AC 150/5370-2G safety guidelines. Vertical datum should be in accordance to NAVD 88, and horizontal datum should be in accordance to NAD 83 Vertical tolerances shall be +0 02-feet for paved surfaces and +0 05-feet for unpaved surfaces Horizontal tolerances shall be +0 03-feet. 4. Coordinate with an electrical subcontractor for edge lighting design. This line item shall include the coordination and contracting with a Subconsultant. The Subconsultant fees shall be addressed in the Expenses-Subconsultant Section Electrical Subcontractor will verify the loading requirements J-U-B Agreement for Professional Services Attachment 1A — FAA Detailed Scope of Work Page 2 for the proposed edge lighting modifications. Any significant alterations of the electrical vault equipment or modification to the building itself based on these load changes will be considered an additional service See attached electrical subconsultant scope of services 5. Determine the operational and phasing effects of closing the runway during construction Closing the runway will impact the airport users, FBO's and transient aircraft during the construction period Study the effects of the various alternatives including night construction, temporary displaced thresholds, or phased construction Two (2) to five (5) meetings at the Airport will be needed to present preliminary alternatives and phasing plans to the CLIENT and stakeholders CONSULTANT will assist Airport with tenant presentation to ensure tenants are appraised of the impacts through each phase of construction 6. Consultant will assist in preparing the Airport for discussions with the Air Traffic Office to determine if an SRM panel will be needed for this project. Phasing exhibits and preliminary closure schedules will be developed to facilitate this discussion 7. Assemble base data and base maps for the project work area from the design survey 8_ Prepare preliminary Design Plans (75% complete) for review and discussion with the CLIENT and FAA. It is anticipated that the project design will consist of 42 plan sheets including a. Cover and general informational sheets — 3 b. Construction Safety Plan sheets — 2 c. Construction Phasing sheets — 4 d. Demolition Plan sheets — 3 e. Crack seal and seal coat plan sheets — 4 f. Marking Plan sheets — 6 g. Detail sheets — 4 h. Electrical Site Plan — 1 i. Electrical Demolition Plans — 3 j. Lighting and Signing Plan sheets — 6 k Electrical Detail sheets — 6 9. Prepare preliminary Construction Contract Documents and Technical Specifications based on latest version of FAA AC 150/5370-10H, "Standard Specifications for Construction of Airports" including the current Regional Notice published by the FAA Airports Districts Office 10 Prepare an Engineer's Opinion of Probable Construction Cost based on construction cost estimates, phasing into workable portions for constructability, budget, and construction schedule and advise the CLIENT as to budget status 11. Prepare a preliminary Construction Safety and Phasing Plan according to AC 150/5370-2G for evaluation by the CLIENT, Airport, FBO, airport users and agencies. An electronic copy will be submitted to the FAA Airport District Office for coordination, review, and approval with other FAA lines of business using the airspace process a. Coordinate with CLIENT, airport users, FBO, ARFF staff, ATCT, and air carriers to develop phasing alternatives potentially including. phased construction, temporary runway closures, and temporary displaced thresholds Design Plans and Specifications may include existing pavement marking removal (hydro - blasting), temporary relocated threshold markings and reduced runway lengths b Estimate construction duration of potential phasing alternatives to determine required closure time(s) to accommodate scheduled air carrier operations a. Attend one (1) meeting at the Airport to present phasing plans to the above referenced Airport users 12. Prepare the preliminary Engineer's Design Report in conformance with FAA guidelines The report shall include a Summary of the Project and its specific design issues, Project Schedule, reference to the Construction Safety and Phasing Plan, Modification of Standards, Design Analysis, and Construction Cost Estimate and Schedule J-U-B Agreement for Professional Services Attachment 1A — FAA Detailed Scope of Work Page 3 13. Conduct in-house quality control/quality assurance review of preliminary design documents 14. Participate in a preliminary design review meeting with the CLIENT Anticipate two (2) review meetings with the CLIENT at the Airport, attendance by the Project Manager and Engineer Review design philosophy, preliminary design drawings, design analysis and project schedules with the CLIENT 15. Prepare and submit one (1) FAA Form 7460 to airspace the project construction equipment. 16. Submit preliminary documents to FAA (1 copy) and CLIENT (2 copies) for approval C. Task 002: Final Design Phase 1 Finalize bidding contract documents and technical specifications based on Peer, CLIENT, and FAA Reviews. 2 Finalize design plans, details, and sections based on Peer, CLIENT, and FAA Reviews 3 Prepare Final Construction Safety and Phasing Plan (CSPP) to accommodate varying work components that need to meet prescribed schedules 4 Complete final quantity calculations and prepare Engineer's Opinion of Probable Construction Cost. 5 Prepare Final Design Report based on Peer, CLIENT, and FAA Reviews 6 Submit final documents to FAA (1 copy) and CLIENT (2 copies) for approval D. Task 003: Bidding Phase 1 Administer the public bid advertisement process including bid document reproduction and distribution of documents to plan rooms, contractors and suppliers Submit advertisements to appropriate newspaper(s) and trade magazines as required for publication Maintain a "bidders list" and distribute plans as requested. Fees for Plan & Specification Reproduction shall be reflected in the "Printing" line below 2 Provide Pre -Bid Conference coordination to familiarize bidders and interested parties with the construction project scope and requirements Prepare a detailed agenda and displays, prepare and issue conference minutes It is anticipated that J-U-B will conduct this meeting at the Airport. 3 Prepare Bid Addendums Addenda are normally required in response to Contractor questions and/or design changes initiated by the CLIENT and/or the FAA. Engineering estimate includes costs for the preparation of two Addendums. 4 Respond to questions that arise during the Contractor's or supplier's bid preparation process. 5 Assist the CLIENT in conducting the project Bid Opening as required, including preparation of a Project Bid Summary It is anticipated that J-U-B will coordinate and attend this meeting at City Hall 6 Prepare detailed Bid Tabulations documenting bid results and submit to CLIENT and the FAA. 7 Assist the CLIENT with review and analysis of bids received J-U-B will determine his opinion on "responsiveness" of bid submittal Provide letter of recommendation of award along with price/cost analysis in accordance with FAA Order 5100 38D-Appendix U17, Table U-12 to CLIENT Advise the CLIENT of possible action in cases where bids exceed budget for the work to be performed by the Contractor 8 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. 9 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. J-U-B Agreement for Professional Services Attachment 1 A — FAA Detailed Scope of Work Page 4 E. Task 004: Project Closeout 1 Prepare the final project report and close-out documents according to FAA requirements and submit to CLIENT and FAA. 2 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 Assumptions. • AGIS Survey/Update is not required • DBE program requirements, with the exception of annual reporting, will not be included in the scope. • No Environmental Assessment or Environmental Impact Statement is required The project has been determined to be Categorically Excluded under FAA Order 1050 1F Paragraphs 5-6 4e and 5-6 3b on 11/27/2018 • A Safety Risk Management panel will not be held as a part of this project unless it is initiated by ATO • Runway signs, ATCT control panel, and runway regulator (CCR) will not be included in the project scope. • Revised Signing, Marking, and Lighting Plans are not required For internal J-U-B use only. PROJECT LOCATION (STATE) Washington TYPE OF WORK. City GROUP. Airport PROJECT DESCRIPTION(S): A. Airport (A05) B. Other Engineering (204) J-U-B Agreement for Professional Services Attachment 1A — FAA Detailed Scope of Work Page 5 16300 Christensen Rd, Suite 330 Seattle, Washington 98188 EECON ASSOCIATES, INC. ENGINEERS - CONSULTANTS Phone 206 243 5022 Fax: 206.243 5205 January 23, 2019 Mr. Timothy D. Ike, P.E. J-U-B ENGINEERS, Inc. 422 W. Riverside, Suite 304 Spokane, WA 99201 Subject: Electrical Engineering Services Proposal for Yakima Runway 9/27 HIRL Replacement Reference: Various emails from 8/1/18 — 1/22/19 Dear Tim, Based on the information in our correspondence, I have developed the following scope of services and attached estimate for engineering services. Elcon Associates will be the single point of electrical consultant services. Project Description and Expected Electrical Design Elements: This project consists of the replacement of electrical systems for Runway 9-27 at Yakima Airport, including the following: 1. Replacement in kind of high intensity incandescent runway edge/end lights (HIRL). 2. Replacement of runway series circuit cable, complete. 3. Replacement of primary wind cone, concurrent with segmented circle work. 4. Replacement or relocation of supplementary wind cone. 5. Replacement or modification of other runway related electrical items found deficient during inspection, such as signs. 6. The following are not expected to be included in the project scope 6.1. PAPIs — replaced — 12 years ago 6.2. Tower control panel — replaced with PAPIs 6.3. Runway regulator (CCR) — replaced 2018 Scope of Work: Electrical engineering services are expected to consist of the following 1. Project Management 2. Project Development meeting 3. Site Investigation 3.1. Review historic documents for airfield construction. 3.2. Site inspection for condition and configuration of runway equipment. Page 1 of 3 3.3. Report on condition of airfield electrical equipment. Report to include available spare capacity of existing series circuits to power new edge lights and signs. 4. Prepare three submittals (30%, 90%, Final) consisting of the following: 4.1.Electrical design plans, details, diagrams, and schedules for the project using AutoCAD. 4.2.Electrical specifications for the project using FAA Standards for Specifying Construction template where applicable. 4.3.Engineer's estimate of probable construction cost. 4.4.Design Report input. 5. Review and Planning 5.1. Three conference call review meetings 5.2. One meeting at the airport 5.3. Respond to and incorporate review comments. 6. Bid Phase 6.1. Attend prebid meeting. 6.2. RFI responses Assumptions: 1. Light types, locations, and lensing to be determined by JUB personnel. 2. Sign locations, sizes, and legends to be determined by JUB personnel. 3. Replacement of existing constant current regulators if deficient in condition or capacity is included expected range of services. 4. Minor improvements of lighting vault for serviceability is expected. 5. Design will include phasing provisions and temporary displaced thresholds. 6. Information about underground route interferences will be provided by others. 7. Photographs may be used in lieu of drawn details 8. JUB personnel will determine airfield equipment location requirements based on survey results. 9. Drawing backgrounds/border/requirements provided by JUB 3 weeks minimum prior to submittal date. 10. Any modifications to this scope will be documented in writing prior to the work (email will suffice for a notice to proceed). 11. Future airport projects whose scope will not be included in the current project include: 11.1. SRA Building 11.2. Taxiway Extension 11.3. Taxiway B Refurbishment Deliverables: 1. Report on airfield runway electrical condition and capacity. 2. 30% submittal (Drawings, Specifications Index, Cost Estimate, Design report input) in electronic format. 3. 90% submittal (Drawings, Specifications, Cost Estimate, 30% Review Comment Responses, Design report input) in electronic format. 4. Final submittal (Drawings, Specifications, Cost Estimate, 90% Review Comment Responses, Design report input) in electronic format. Drawings will be signed and sealed 5. Responses to Bid Period RFIs Page 2 of 3 Schedule: I . Design will be completed per a mutually agreeable schedule, with all design and construction work expected to be completed in 2019. Thank you for the opportunity to propose on this work. Please contact me if you have any questions. We look forward to working with you on this project. Sincerely, 0, 4-4- Dean C. Ralphs, P. E. Project Manager — ELCON ASSOCIATES, INC Enclosures. Yakima Rwy Elec Fee Estimate 190123 Page 3 of 3 Estimate for Engineering Services Project: Yakima Runway 9/27 HIRL Replacement Client No Elcon No: 5519-001.01 Phase Design / Bid Revision January 23, 2019 Budgeted ELCON ASSOCIATES, INC. FNGINFRS - co\SULTANTS Labor By Category in Manhours ENGINEERING SERVICES Project Manager Senior Engineer Engineer Sr Designer CADD Clerical Total 1 Project Management 2 Project Development meeting 3 Site Investigation 4 8 4 8 8 3 1 Review historic documents 3.2 Site inspection 3 3 Report on condition 4 16 8 4 16 8 4 30%, 90%, Final Submittals 41 Drawings. 4.2 Specifications 8 2 60 12 60 128 14 4 3 Cost estimate 4 4 Design Report 5 Review and Planning 8 10 10 8 5 1 3 conference calls 5.2 One meeting at the airport 5 3 Review comments responses 6 8 6 6 8 6 6 Bid Phase 6 1 Attend prebid meeting 6.2 RFI responses 6 6 6 6 Total Labor Hours 50 122 60 4 236 Labor Rate Standard Rate $160 00 $155 00 $135 00 $120 00 $100 00 $85 00 Total Labor Cost: $8,000 $18,910 $6,000 $340 $33,250 EXPENSES Travel Parking 4 trips of 256 miles @ $0 580 Per diem x 5 $/Day $50 00 $594 $250 Hotel x 1 @ $90 00 $90 Postage, Courier Total Expenses $934 TOTAL ESTIMATED FEE $34,184 ATTACHMENT 1 B PROJECT TITLE: CLIENT: JOB NUMBER: DATE: Runway 9/27 HIRL and Pavement Maintenance City of Yakima 70-18-040 2/22/2019 TASK NO PROJECT TASK Principal $65.00 Proj. Mgr. $46.00 Sr. Engr $67.00 PE/ Desnr $40.00 Design Engr. $35.00 Survey PLS $58.00 Field Survey $35.00 Cadd Oper. $32.00 Cler. $30.00 Trips TOTAL HRS TASK DIRECT COSTS 1.01.A Project Formulation Phase I Conduct Pre -Design Meeting 0 4 0 8 0 0 0 0 2 14 $564.00 2 Assist with project scope development and formulation 1 8 0 12 0 0 0 0 4 25 $1,033.00 3 Finalize Work Scope, Schedule, Estimate and Contract. IFE review and approval 1 2 0 6 0 0 0 0 2 11 $457.00 4 Assist with Record of Negotiations 0 2 (1 0 0 0 0 0 0 2 $92.00 5 Prepare Agreement for Professional Services 4 6 0 6 0 0 0 0 4 20 $896.00 6 Assist with FAA Grant Application & Schedule 0 4 0 4 4 0 0 0 6 18 $664.00 7 Assist with FAA sponsor certs 0 1 0 2 2 0 0 0 2 7 $256.00 8 Assist with Federal Disadvantaged Business Enterprise requirements (DBE) Prepare annual reports (2) 0 0 0 0 5 0 0 0 0 5 $175.00 9 Prepare and submit four (4) quarterly reports 0 2 0 0 6 0 0 0 0 8 $302.00 io Prepare and submit RFRs 0 8 0 10 16 0 0 0 2 36 $1,388.00 1.01 B Preliminary Design Phase i Investigate proposed project site 0 8 0 20 20 0 0 4 2 1 54 $2,056.00 2 Assemble & review mapping. plans document & other available information 0 6 0 6 2 0 0 0 2 16 $646.00 3 Topographic survey Obtain Field Survey and Utility Locates 0 2 0 4 4 8 22 16 4 2 60 $2,258.00 Establish supplemental control 0 0 0 0 0 0 2 0 0 2 $70.00 4 Electrical Subconsultant Coordination 0 2 0 8 12 0 0 0 4 26 $952.00 5 Operational and phasing effects of closing runway 0 4 4 24 16 0 0 6 4 58 $2,284.00 6 Assist Client with SRM panel discussion 4 0 4 0 0 0 0 0 2 10 $588.00 7 CADD base mapping 0 2 0 2 6 2 0 20 2 34 $1,198.00 s Preliminary plans, details & sections 0 2 0 16 20 0 0 24 4 66 $2.320.00 9 Prepare preliminary bidding contract documents & specifications 0 2 1 8 20 0 0 6 4 41 $1,491.00 Attachment 1 B - Fee Breakdown Master YKM Pavement and HIRL 2 22 2019 Page A2-1 ATTACHMENT 1 B PROJECT TITLE: CLIENT: JOB NUMBER: DATE: Runway 9/27 HIRL and Pavement Maintenance City of Yakima 70-18-040 2/22/2019 *ti i:41' k': :4. TASK o PROJECT TASK Principal S65.00 Proj. Mgr. S46.00 Sr. Engr $67.00 PE/ Desnr $40.00 Design Engr. $35.00 Survey PLS $58.00 Field Survey $35.00 Cadd Oper. $32.00 Cler. $30.00 Trips TOTAL HRS TASK DIRECT COSTS 10 Prepare preliminary construction cost estimates 0 2 I 2 5 0 0 0 2 12 $474.00 11 Prepare Construction Safety & Phasing Plan (CSPP) 0 2 0 8 16 0 0 6 4 36 $1,284 00 12 Prepare Preliminary Design Report 0 2 0 8 20 0 0 0 2 32 $1,172.00 13 In-house QA/QC 2 1 2 0 0 0 0 0 2 7 $370.00 14 Preliminary design review meeting (2) 2 4 4 8 8 0 0 2 6 2 34 $1,426.00 15 Prepare and submit FAA Form 7460 0 0 0 0 4 0 0 2 2 8 $264 00 16 Submit Design Report, Plans and Contract Documents 0 0 0 8 4 0 0 2 4 18 $644.00 1.01C Final Design Phase 1 Revise plan sets and contract documents 0 0 0 4 8 0 0 4 0 16 S568.00 2 Finalize design plans, details & sections 0 0 0 2 2 0 0 4 0 8 S278.00 3 Prepare final Construction Safety & Phasing Plan (CSPP) 0 0 0 2 2 0 0 2 0 6 $214.00 4 Final quantity cafes & Engineer's Opinion of Probable Construction Cost 0 1 I 2 2 0 0 0 0 6 $263.00 s Prepare final design report 0 1 0 2 4 0 0 0 1 8 S296.00 6 Submit final documents to FAA & Client 0 0 0 1 1 0 0 0 2 4 $135.00 1.01D Bidding Phase . 1 Bid advertisement 0 4 0 0 0 0 0 0 10 14 $484.00 2 Pre -bid conference coordination 0 8 0 8 4 0 0 0 0 1 20 $828.00 3 Prepare addenda as necessary 0 1 0 2 6 0 0 2 1 12 $430.00 4 Respond to bidder questions 0 4 0 4 8 0 0 0 0 16 S624.00 s Assist with bid opening 0 8 0 8 0 0 0 0 0 1 16 $688.00 a Prepare detailed bid tabulation 0 2 0 2 0 0 0 0 2 6 $232.00 7 Assist Client with review and analysis of bids 0 2 I I 0 0 0 0 2 6 $259.00 B Assist with Notice of Award and contract execution 0 2 0 6 0 0 0 0 1 9 S362.00 9 Coordination with FAA and Client during award process 0 2 0 1 0 0 0 0 2 5 S192.00 1.01E Project Closeout Phase Attachment 1 B - Fee Breakdown Master YKM Pavement and HIRL 2 22 2019 Page A2-2 ATTACHMENT 1 B PROJECT TITLE: CLIENT: JOB NUMBER: DATE: Runway 9/27 HIRL and Pavement Maintenance City of Yakima 70-18-040 2/22/2019 Principal Proj. Sr. PE/ Design Survey Field Cadd TASK TASK Mgr. Engr Desnr Engr. PLS Survey Oper. Cler. Trips TOTAL DIRECT NO PROJECT TASK $65.00 $46.00 $67.00 $40.00 $35.00 $58.00 $35 00 $32.00 $30.00 HRS COSTS ' Prepare final project report and closeout documents 0 2 0 10 16 0 0 0 8 36 $1,292.00 2 Assist and coordinate with independent auditors (A-133 annual audit) 0 1 0 0 0 0 0 0 4 5 $166.00 Sub -Total Design 14 114 18 225 243 10 24 100 105 7 853 $32,635.00 LABOR: Labor Subtotal 14 114 18 225 243 10 24 100 105 7 853 $32,635.00 Direct Overhead 188.25% $61,435.39 Fixed Fee 15.0% $14,110.56 "Total Labor + Overhead + Fixed Fee $108,180 95 Cost Air Ground Trip EXPENSES: Per Unit Trips Trips Days Miles Markup Air Travel $600.00 0 1.0 $0.00 Mileage $0.580 7 410 1.0 $1,664.60 Per Diem $46.00 0 1.0 $0.00 Lodging $83.00 0 1.0 $0 00 GPS Survey Unit $18.31 6 1.0 $109.86 Printing SO 00 1 1 $0.00 SUBCONSULTAN7'S: 1 Elcon Associates, Inc. $34,184 1.0 $34,184.00 3 $0 1.0 $0.00 Subtotal - Labor + Overhead + Fixed Fee $108,180.95 Subtotal - Expenses $1,774.46 Subtotal-Subconsultants $34,184.00 Total - Project Formulation, Preliminary Design, Final Design, Bidding & Project Closeout $144,140.00 Attachment 1B - Fee Breakdown Master YKM Pavement and HIRL 2 22 2019 Page A2-3 (JUB J•U•B ENGINEERS, INC. Client Name J-U-B ENGINEERS, Inc. FAA AGREEMENT FOR PROFESSIONAL SERVICES Attachment 2 — Special Provisions City of Yakima, Yakima Air Terminal, McAllister Field Project: Runway 9/27 Pavement Maintenance A.I.P. # 3-53-0089-43-2019 The TERMS AND CONDITIONS of the FAA Agreement for Professional Services dated are amended to include the following Special Provisions. For the purposes of this attachment, 'Agreement for Professional Services' and The Agreement' shall refer to the document entitled 'FAA Agreement for Professional Services,' executed between J-U-B and CLIENT to which this exhibit and any other exhibits have been attached. FAA AGREEMENT 4.05 INSURANCE AND INDEMNITY Delete Section 4.05 in its entirety and replace with the following: 4.05 INSURANCE AND INDEMNITY A. Insurance 1 During performance of the Services, J-U-B shall secure and maintain in effect insurance to protect the CLIENT and J-U-B from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. J-U-B shall provide and maintain in force insurance in limits no less than that stated below, as applicable The CLIENT reserves the right to require higher limits should it deem it necessary in the best interest of the public. 2 Commercial General Liability Insurance. Before this Contract is fully executed by the parties, J-U-B shall provide the CLIENT with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per occurrence combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000 00) general aggregate (per project) The policy shall include employers liability (Washington Stop Gap) The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the CLIENT, its elected officials, officers, agents, employees, and volunteers as additional insureds The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington J-U-B FAA Agreement for Professional Services YAKI MA Attachment 2 — Special Provisions - FAA (REV 4/2/19) Page 2-1 (JUB) J•U•B ENGINEERS, INC. 3 Commercial Automobile Liability Insurance. a. If J-U-B owns any vehicles, before this Contract is fully executed by the parties, J-U-B shall provide the CLIENT with a certificate of insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per occurrence combined single limit bodily injury and property damage Automobile liability will apply to "Any Auto" and be shown on the certificate b If J-U-B does not own any vehicles, only "Non -owned and Hired Automobile Liability" will be required and may added to the commercial liability coverage at the same limits as required in that section of this Contract, which is Section 2 entitled "Commercial Liability Insurance" c. Under either situation described above in Section 3 a and Section 3 b, the required certificate of insurance shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the CLIENT, its elected officials, officers, agents, employees, and volunteers as additional insureds The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington 4 Professional Liability Coverage Before this Contract is fully executed by the parties, J-U-B shall provide the City with a certificate of insurance as proof of professional liability coverage with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per claim combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000 00) aggregate The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this contract. B Indemnification by J-U-B To the fullest extent permitted by law, J-U-B shall indemnify, defend, and hold harmless CLIENT, and CLIENT's officers, directors, partners, agents, consultants, and employees from and against any and all claims, costs, losses, and damages (including but not limited to all fees and charges of CLIENT, architects, attorneys, and other professionals, and all court, arbitration, or other dispute resolution costs) arising out of or relating to the PROJECT, provided that any such claim cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting there from, but only to the extent caused by any negligent act, error, omission of, or willful misconduct of J-U-B or J-U-B's officers, directors, partners, employees, or Consultants. The indemnification provision of the preceding sentence is subject to and limited by the provisions agreed to by CLIENT and J-U-B in Subsection 4 05D, "Allocation of Risks," if any J-U-B's costs associated with the defense requirement shall be proportional to J-U-B's negligence as determined by the trier of fact. C Indemnification by CLIENT To the fullest extent permitted by law, CLIENT shall indemnify, defend, and hold harmless, J-U-B, J-U-B's officers, directors, partners, agents, employees, and Consultants from and against any and all claims costs, losses, and damages (including but not limited to all fees and charges of J-U-B, architects, attorneys, and other professionals, and all court, arbitration, or other dispute resolution costs) arising out of or relating to the PROJECT, provided that any such claim cost, loss, or damage is J-U-B FAA Agreement for Professional Services YAKIMA Attachment 2 — Special Provisions - FAA (REV 4/2/1 9) Page 2-2 J•U.B ENGINEERS, INC. attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting there from, but only to the extent caused by any negligent act, error, omission of, or willful misconduct of CLIENT or CLIENT's officers, directors, or employees, retained by or under contract to the CLIENT with respect to this AGREEMENT or to the PROJECT CLIENT's costs associated with the defense requirement shall be proportional to CLIENT's negligence as determined by the trier of fact. D Allocation of Risks The CLIENT and J-U-B have discussed the risks, rewards and benefits of the project and the design professional's total fee for services The risks have been allocated such that the CLIENT agrees that, to the fullest extent permitted by law, J-U-B's total liability to the CLIENT for any and all injuries, claims, losses, expenses, damages or claims expenses arising out of this agreement from any cause or causes, shall not exceed the total amount of Two Million Dollars ($2,000,000) Such causes include, but are not limited to J-U-B's negligence, errors, omission, or willful misconduct and strict liability E. J-U-B reserves the right to obtain the services of other consulting engineers and consultants experienced in airport work to prepare and execute a portion of the work that relates to the PROJECT F Nothing contained in this agreement shall create a contractual relationship with or a cause of action in favor of a third party against J-U-B J-U-B FAA Agreement for Professional Services YAKIMA Attachment 2 — Special Provisions - FAA (REV 4/2/19) Page 2-3 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 6.H. For Meeting of: April 2, 2019 ITEM TITLE: Resolution authorizing application for 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: WS DOT Aviation supervises the Airport Aid Grant Program pursuant to RCW 47.68 in which the program provides crucial financial assistance to public -use airports in the preservation of Washington's system of airports. Under RCW 47.68.090, any city, county, airport authority, political subdivision, federally recognized Indian tribe, public corporation, or person(s) that owns and operates a public -use airport included in the Washington Aviation System Plan (WASP) is considered an eligible airport sponsor and may apply for WS DOT Airport Aid grant funds. Yakima Air Terminal -McAllister Field is applying to the WSDOT Aviation Division for capital improvements at the airport. In the event a grant is awarded, the funds will be utilized as a part of the airport's local match to update the Airport Layout Plan, design and engineering to replace the airport's High Intensity Runway Edge Lights on Runway 9/27; replacement of the airport rotating beacon, updates to the airport's security software, and rehabilitation of the aircraft apron at McAllister Museum. ITEM BUDGETED: STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL: Yes Public Safety City Manager STAFF RECOMMENDATION: Adopt Resolution 2 BOARD/COMMITTEE RECOMMENDATION: N/A ATTACHMENTS: Description Upload Date =nlulinn 371/7n19 Type Resnli Rion Grant ~�g.~.~"~`'_.-_ Washington Airport Aid Program Airport Name Yakima Air Terminal -McAllister Field �Maximum State Grant Obligation Public Entity and Address City ofYakima 2406VVcst Washington Avenue, Suite B Yakima, W/\984U3 THIS AGREEMENT, made and entered into this 29th day of July . 2019 . between the STATE OFVVASH|NGTON.acting byand dhmAviation above named Public Entity, (hereinafter the "PUBLIC ENTITY"). SubventionWHEREAS, the Public Entity has submitted to the State for the Washington Airport Aid Program for (acquisition and/or development) ofthe Yakima Air Terminal -McAllister FieWirport together with the plans and specifications for such project, which project application has been approved by the State and is hereby incorporated herein and made apart hereof; WHEREAS, the State has approved a project for development of the airport consisting of the following described airport development: Project Number Detailed Breakdown By Items YAK-81-19 $5,748.47 - Airport Layout Plan Update vv/Narrative Report - Phase 2,including eligible items uoofJuly 1,2019. NOW, THEREFORE, pursuant to and for the purpose of carrying out the provisions of the State Act, and in consideration of the (* Public Entity's adoption and ratification ofthe representations and assurances contained insaid project application, and its acceptance of this offer as hereinafter provided, and (b) the benefits to accrue to the State of Washington and the public from the accomplishment of the project and the operation and maintenance of the airport as herein provided, the State hereby agrees to pay as its allowable costs incurred in accomplishing the project. The terms and conditions ofthis grant agreement are aufollows: The maximum obligation ofthe State payable under this grant shall be �5,/4/,4/'� The Public Entity shall: 1. Deposit inunAviation Fund for said airport, atleast $. �tomatch the 8tate'sparticipation |n said project. ^ 2. Carry out and complete the project in accordance with the plans and specifications and property map, incorporated herein, authey may berevised ormodified with the approval ofthe state. 3. In connection with the acquisition of real property for the project, the Public Entity shall secure at least two written appraisals by competent, experienced appraisers who are members of a recognized professional appraisal organization and shall not pay inexcess ofthe highest appraisal without the written consent of the state except auotherwise directed by a court of competent jurisdiction after contested trial and judgment not resulting from an agreement between the parties. DOT sp �8�°«5e8Page of GCB 3240 4. No state funds will be paid to the Public Entity in any case until it certifies in writing that it has Aviation Funds for said airport in an amount equal to the state's participation, or the amount designated in paragraph (1) above, which deposited amount will be used solely for the purpose in question. 5, The Public Entity agrees to hold said airport open to the flying public during the useful life of the facilities developed under this project; that no exclusive operating or use agreements shall be granted to any person, company, or corporation; that failure to abide by such agreement shall automatically obligate the immediate and full return of all State of Washington money expended in behalf of the project to the State of Washington with reasonable interest. Further, the Public Entity agrees to keep the facility open during the useful life of the project or for a stated term of years, whichever is longer, as determined by the Aviation Division. 6. The Public Entity will make no charge to the State or its agencies for a limited, but reasonable, amount of state agency use or for state activity in search and rescue. And, further, RCW 47.68 is followed to best serve the public. The allowable cost of the project shall not include any cost determined by the State to be ineligible for consideration as to allowability. The State reserves the right to amend or withdraw this offer at any time prior to its acceptance by the Public Entity. This offer shall expire and the State shall not be obligated to pay any part of the costs of the project unless this agreement has been accepted by the Public Entity on such subsequent date as are prescribed in writing by the State, in the approval letter for each project. Except for those projects receiving both state and federal aid, the following inspection scheduled, and reporting system will be required: A. Inspection Schedule and Reporting system will vary for each project. Basically, the inspection schedule will be placed on a quarterly basis. On project taking less than three (3) months, the Public Entity will be required to make reports and be inspected on the following schedule: 1. Public Entity project commencement date. 2. Public Entity report project completion date and request final inspection. 3. State will make final inspection and sign -off project as completed. 4. State will arrange for audit of account in accordance with regularly scheduled audit program. B. Projects taking over three (3) months will be set up on a quarterly inspection and progress report system. The Public Entity will be required to make reports and be inspected on the following schedule: 1. Report project commencement date. 2. Public Entity will make a three (3) months progress report. This will be a letter report giving percentage of project completed, fund expenditures to date, and short narrative of the project progress, problems encountered and plans for project completion. 3. State will make quarterly project inspections and prepare the report of inspection. A copy of the report will be delivered to the Public Entity. 4. Public Entity will make report of completion of project and request final inspection. 5. State will make final inspection and sign -off as completed. 6. State will arrange for audit of account in accordance with regularly scheduled audit program. It should be made clear that a violation of any of the terms of the Grant Agreement will leave the State free to choose among one or more of the following remedies: A. The withholding of any future airport aid, and/or B. The return of grant funds awarded as an action for specific performance, and/or C. Enforcement of the commitment made by the applicant. Page 2 of 3 GC8324O The Public Entity's acceptance of this offer and ratification and adoption of the project application incorporated herein shall be evidenced by execution of this instrument by the Public Entity, as hereafter provided, and said offer and acceptance shall comprise allocation agreement, constituting the obligation and rights of the State and the Public Entity with respect to the accomplishment of the project and the operation and maintenance of the airport. Such allocation agreement shall become effective upon the Public Entity's acceptance of this offer and shall remain in full force and effect throughout the useful life of the facilities developed under the project but in any event not to exceed twenty (20) years from the date of acceptance. ' "I " Jul 29 20197:52 AM| Director, Amation Division The Ci�,�Y��a ��h����m�o�p�����. —� '�� the representations, . referred to in the foregoing offer and does hereby accept said offer and by such acceptance agrees to all of the terms and conditions thereof. Executed this July _ day of � Name of Public Entity: City of Yakima ./1�—, � Title City Manager CITY CONTRACT NO: RESOLUTION NO: DOT Form 900-078 EF Page 3of3 Aviation Division 7702 Terminal St SW Tumwater, WA 98501 360-709-8015 / FAX: 360-709-8009 Toll Free: 1-800-552-0666 TTY: 1-800-833-6388 www.wsdot.wa.gov July 29, 2019 Mr. Cliff Moore City Manager City of Yakima 2406 West Washington Avenue, Suite B Yakima, Washington 98903 Dear Mr. Moore: Enclosed please find a complete and executed copy of the grant agreement GCB 3240 between Washington State Department of Transportation (WSDOT) Aviation and the City of Yakima. This letter shall serve as authorization and notice for you to proceed with your project. The official start date for the grant agreement shall be July 1, 2019. • Per Section B - Item 2 of the grant agreement, the City is required to submit quarterly progress reports. These reports shall be in written form giving percentage of project completed, fund expenditures to date, and short narrative of the project progress, problems encountered and plans for project completion. • WSDOT Aviation allocates grant program funds based on the project budget and schedule provided by the City with your Airport Aid Application. As such, it is critical that monthly reimbursement requests be submitted. Should you have any questions regarding the terms of the agreement or how to seek reimbursement for funds expended under your grant, please do not hesitate to contact me at (360) 848-7115. SMcerely, Eric J pisort Const "etion and Grants Program Manager Encl.