Loading...
HomeMy WebLinkAboutR-2011-142 Grant Agreement for AIP 3-53-0089-33; Federal Aviation Administration CITY OF YAKIMA RESOLUTION YAKIMA COUNTY RESOLUTION Resolution # R- 2011 -142 Resolution # 360 -2011 A JOINT RESOLUTION OF THE CITY OF YAKIMA AND YAKIMA COUNTY ratifying an Application for Federal Assistance and Standard DOT Title VI Assurances, and authorizing the execution and acceptance of a Grant Agreement for Federal Assistance and Certificate of Sponsor's Attorney between the Federal Aviation Administration and the City of Yakima, Washington, and the County of Yakima, Washington. WHEREAS, the City of Yakima ( "City") and Yakima County ( "County") are co- owners of the Yakima Air Terminal; and WHEREAS, the Yakima Air Terminal Board has submitted to the Federal Aviation Administration ( "FAA ") an Application for Federal Assistance dated November 19, 2010 for a grant of federal funds for projects at the Yakima Air Terminal, which Application and Standard DOT Title VI Assurances, as approved by the FAA under project number 3 -53- 0089 -33 (the "Project "), is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved the following projects: Approval of FAA Grant for Snow Removal Equipment Purchase- Design, Rehabilitation of Terminal Apron - Design, Rehabilitation of Taxiway Alpha and Connectors- Design WHEREAS, the United States of America, acting through the FAA has offered to City and County a grant to pay, as the United States share of the allowable costs incurred in accomplishing the Project, up to ninety five (95 %) percentum of all allowable project costs for the project, and WHEREAS, The FAA has requested as a condition precedent to funding by the United States of the allowable costs incurred in the Project, that: 1) it is understood and agreed that the City of Yakima, Washington and the County of Yakima, Washington authorized the execution of the Application for Federal Assistance and the Standard DOT Title VI Assurances both dated November 19,2010 on their behalf by Carl Remmel, Airport Manager, and that they jointly and severally adopt and ratify the representations and assurances contained therein, and; is understood that the word ASponsor- as used in the project application and other assurances is deemed to include the City of Yakima, Washington and the County of Yakima, Washington. 2) the City and County authorize the City Manager and City Attorney for the City of Yakima and the Chair of the Board of County Commissioners and Prosecuting Attorney for Yakima County to accept and execute the Grant Offer and Certificate of Sponsor's Attorney upon receipt. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Application for Federal Assistance and Standard DOT Title VI Assurances dated November 19, 2010, executed by Carl Remmel, Airport Manager, are hereby ratified. A true copy of such Application and Standard DOT Title VI Assurances are attached hereto and incorporated herein; and, it is understood that the word ASponsor= as used in the project application and other assurances is deemed to include the City of Yakima, Washington, and the County of Yakima, Washington, and, The City Manager and City Attorney of the City of Yakima are hereby authorized to accept the Grant Offer and to execute other such documents as may be required upon receipt. 7� ADOPTED BY THE CITY COUNCIL this day of ("p f " , 2011. V _ , , K ; Micah Cawley, Ma or, City of Yakima L c 4 C.t v 3n .' -k a • ATTEST: ;eborah Kloster, City Clerk N e-1 The Chair and Prosecuting Attorney of the County of Yakima are hereby authorized to accept the Grant Offer and to execute other such documents as may be required upon receipt. DONE this 6 day of September 2011. \ ,Itlllltt, 1 i s' nG -„ Ke . :. e ey, Chairman L;V �✓ U: °s.'•''s age, nd Elliott, Commissioner l Attest: Tiera L. Girard Michael D. Leita, Commissioner Clerk of the Board Constituting the Board of County Commissioners for Yakima County, Washington L1 0 U.S. Department Seattle Airports District Office Of Transportation 1601 Lind Ave SW, Suite 250 Federal Aviation Administration Renton, WA 98057 Northwest Mountain Region August 16, 2011 Mr. Carl Remmel Airport Manager 2400 West Washington Ave Yakima, WA 98903 Dear Mr. Remmel: Grant offer for Yakima Air Terminal /McAllister Field Airport Yakima, Washington AIP Project Number: 3 -53- 0089 -033 Contract Number: DOT -FA11 NM -0047 DUNS Number. 17- 543 -4471 Enclosed is a copy of the subject grant offer in the amount of $418,950.00. Please note that the grant offer must be accepted by the sponsor and co- sponsor on or before: Tuesday, September 13, 2011. Please have the appropriate official authorized to execute the Grant Offer sign and date the "Acceptance" with the appropriate official attesting to the execution and affixing the sponsor's corporate seal. The attorney for the sponsor then must execute and date the "Certificate of Sponsor's Attomey" with the date being no earlier than the date of acceptance of the Grant Agreement. This action will certify that the acceptance complies with all applicable local and state laws and constitutes a legal and binding obligation of the sponsor. After execution is completed, please fax (425) 227 -1650 or scan and e-mail a copy of the signed Grant Agreement to your FAA project manager not later than: Tuesday, September 13, 2011, and, also, retum an executed copy to this office by mail. All applicable project- related requirements pertaining to environmental analysis and approval for this grant have been met in accordance with the guidelines contained in FAA Order 5050.4B, Airport Environmental Handbook. If you have any questions in regard to acceptance of the grant offer, please contact your project manager or this office. Sin- - rely, r 4 1 ' r Carolyn T. Read Acting Manager, Seattle Airports District Office e -116 U.S. Department of Transportation Federal Aviation Administration Grant Agreement Part 1 — Offer Yakima Air Terminal /McAllister Field Airport Yakima, Washington Date of Offer: Tuesday, August 16, 2011 Project Number: 3 -53- 0089 -033 Contract Number. DOT -FA11 NM -0047 To: County and City of Yakima, Washington (herein called the "Sponsor ") From: The United States of America (acting through the Federal Aviation Administration, herein called the "FAA ") WHEREAS, the Sponsor has submitted to the FAA a Project Application dated August 12, 2011, for a grant of Federal funds for a project at or associated with the Yakima Air Terminal /McAllister Field Airport which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport (herein called the "Project ") consisting of the following: Acquire Snow Removal Equipment (Phase 1- design); Rehabilitate apron (Phase 1- design); Rehabilitate Taxiway A, including connector taxiways (Phase 1- design). all as more particularly described in the Project Application. FAA Form 5100 -37 PG 1 (10 -89) Page 1 of 10 NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49, United States Code, and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in said Project Application and its acceptance of this Offer as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the assurances and conditions as herein provided, THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States share of the allowable costs incurred in accomplishing the Project, ninety -five (95) percentum of all allowable Project costs. This Offer is made on and subject to the following terms and conditions: Part 1 - Conditions 1) The maximum obligation of the United States payable under this Offer shall be $418,950.00. For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 47108(b) of the Act, the following amounts are being specified for this purpose: $0.00 For planning $418,950.00 For airport development or noise program implementation 2) The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consideration as to allowability under the provisions of the Act. 3) Payment of the United States' share of the allowable project costs will be made pursuant to and in accordance with the provisions of such regulations and procedures as the Secretary shall prescribe. Final determination of the United States' share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4) The Sponsor shall carry out and complete the Project without undue delays and in accordance with the terms hereof, and such regulations and procedures as the Secretary shall prescribe, and agrees to comply with the assurances which were made part of the project application. 5) The FAA reserves the right to amend or withdraw this Offer at any time prior to its acceptance by the Sponsor. FM Form 5100 -37 PG 2 (10 -89) Page 2 of 10 6) This Offer shall expire and the United States shall not be obligated to pay any part of the costs of the project unless this Offer has been accepted by the Sponsor on or before Tuesday, September 13, 2011, or such subsequent date as may be prescribed in writing by the FAA. 7) The Sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been expended. For the purposes of this grant agreement the term "Federal funds" means funds however used or disbursed by the Sponsor that were originally paid pursuant to this or any other Federal grant agreement. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order, or judgment to the Secretary. It shall fumish upon request, all documents and records pertaining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the Sponsor, in court or otherwise, involving the recovery of such Federal share shall be approved in advance by the Secretary. 8) The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 9) Trafficking in persons: a) Provisions applicable to a recipient that is a private entity. i) You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not— (1) Engage in severe forms of trafficking in persons during the period of time that the award is in effect; (2) Procure a commercial sex act during the period of time that the award is in effect; or (3) Use forced labor in the performance of the award or subawards under the award. ii) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subreceipient that is a private entity — (1) Is determined to have violated a prohibition in paragraph a.1 of this award term; or (2) Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either — FAA Form 5100 -37 PG 3 (10 -89) Page 3 of 10 (a) Associated with performance under this award; or (b) Imputed to your or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. b) Provision applicable to a recipient other than a private entity. i) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity— (1) Is determined to have violated an applicable prohibition in paragraph a.1 of this award term; or (2) Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either — (a) Associated with performance under this award; or (b) Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Govemmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. c) Provisions applicable to any recipient. i) You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. ii) Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: (1) Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104 (g)), and (2) Is in addition to all other remedies for noncompliance that are available to us under this award. iii) You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. FAA Form 5100 -37 PG 4 (10 -89) Page 4 of 10 d) Definitions. For purposes of this award term: i) "Employee" means either: (1) An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or (2) Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in -kind contribution toward cost sharing or matching requirements. ii) "Forced labor" means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. iii) "Private entity ": (1) Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. (2) Includes: (a) A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). (b) A for - profit organization. iv) "Severe forms of trafficking in persons," "commercial sex act," and "coercion "have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102). FAA Form 5100 -37 PG 5 (10 -89) Page 5 of 10 Special Conditions 10) It is understood and agreed that the Yakima County, WA and the City of Yakima, WA authorized the execution of the Application for Federal Assistance dated August 12, 2011 and Standard DOT Title VI Assurances dated August 12, 2011, on their behalf by Carl Remmel, Airport Manager, and that they jointly and severally adopted and ratified the representations and assurances contained therein; and that the word "Sponsor" as used in the project application and other assurances is deemed to include the Yakima County, WA and the City of Yakima, WA. 11) It is understood and agreed by and between the parties hereto that this Grant Offer is made and accepted based on estimates for the design to Acquire Snow Removal Equipment; Rehabilitate apron; and Rehabilitate Taxiway A, including connector taxiways; and the parties hereby covenant and . agree that within 30 days from the date of acceptance of this Grant Offer the final scope of work and fee shall be submitted. 12) It is understood and agreed by and between the parties hereto that the plans and specification for the development described on Page 1 hereof, shall be approved in writing by the FAA prior to advertising for bids. 13) This first phase grant is being issued in order to allow the design to be completed to Acquire Snow Removal Equipment; Rehabilitate apron; and Rehabilitate Taxiway A, including connector taxiways. 14) It is understood and agreed by the parties hereto that within two (2) years from the execution of this agreement that the sponsor will accept, subject to the availability of federal funding as identified in the Airport Capital Improvement Plan (ACIP), a grant to complete the final construction of the project in order to provide a useful and useable facility. 15) It is mutually understood and agreed that if, during the life of the project, the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by $25,000.00 or five percent (5 %), whichever is greater, the maximum obligation of the United States can be unilaterally reduced by letter from the FAA advising of the budget change. Conversely, if there is an overrun in the total actual eligible and allowable development and land project costs, FAA may increase the maximum grant obligation of the United States to cover the amount of the overrun not to exceed the statutory percent limitation and will advise the Sponsor by letter of the increase. If the increase in project costs is attributable to planning items, the maximum United States obligation may not be increased. It is further understood and agreed that if, during the life of the project, the FAA determines that a change in the grant description is advantageous and in the best interests of the United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance of the aforementioned letter, either the grant obligation of the United States is FM Form 5100 -37 PG 6 (10 -89) Page 6 of 10 adjusted to the amount specified or the grant description is amended to the description specified. 16) In accordance with Section 47108(b) of the Act, as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer: a) may not be increased for a planning project; b) may be increased by not more than 15 percent for development projects; c) may be increased by not more than 15 percent for land projects. 17) The Sponsor agrees to request cash drawdowns on the letter of credit only when actually needed for its disbursements and to timely reporting of such disbursements as required. It is understood that failure to adhere to this provision may cause the letter of credit to be revoked. The Sponsor further agrees to submit a Federal Financial Report (FAA Form SF -425) to the FAA Airports District Office within 15 working days following the end of each fiscal year quarter and to submit an informational copy of an Outlay Report and Request for Reimbursement (FAA Form SF -271) to the FAA Airports District Office for each letter of credit drawdown. 18) The Sponsor shall provide for an annual audit in accordance with Office of Management and Budget Circular A -133. The Sponsor shall provide one copy of the completed A -133 Audit to the FAA Airports District Office and three copies of the audit to: Federal Audit Clearinghouse, Bureau of the Census, 1201 10th Street, Jeffersonville, IN 47132. 19) It is understood and agreed the Sponsor will not claim reimbursement for costs under this grant until FAA has approved the DBE goals. FAA Form 5100 -37 PG 7 (10 -89) Page 7 of 10 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDE' /L AVI TIO • p I STRATION Carolyn T. Read, Acting Manager, Sea le A District Office Part II - Acceptance The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project AppJic atip,k f Executed this . .....,`�: Nl NC;�' G'day of S'A' ` • , 2011 ��: •s� 0 'L ' `(J) : County of Yakima, Washington o'• •(s 4 * ; .• p • r • - ignated Official Representative a .Q/ \ i Attest: Title:. . o . e.- . . CERTIFICATE OF SPONSOR'S ATTORNEY I, Dc r' \ ci arK , acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Washington. Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at 1 . this 5 � yo\k;VtAday of .. k 2011. 5 : 4 7Thi,.... 4) (1 Signature of Sponsor's Attorney iiismze. s9p‘ FAA Form 5100 -37 PG 8 (10 -89) Page 8 of 10 The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. Executed this day of fe-yb+` , 2011 it of aki a, Washington (S'EAL), 13y. Design .,� Sponsor's ated Official epresentative A LL 54 Title:. z „ 6� u ,f; ed 6.- 14\114- Attest �... 0TVi ' . i . _• ..• • 6 1 CITY coNrRac r NO RESOLUTION NO:, (27( ( "1 CERTIFICATE OF SPONSOR'S ATTORNEY 1 N-2 J er? .. , , acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Washington. Further, 1 have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at �; �L °\ j t�dl� thi day of.2011. Signature of Sponsor's Attorney • FAA Form 5100 -37 PG 9 (10 -89) Page 9 of 10 f � A -133 Single Audit Certification Form The Single Audit Act of 1984, implemented by OMB Circular A -133 (Audits of States, Local Governments, and Non - Profit Organizations) establishes audit requirements for State and local governments that receive Federal aid. State or local governments (City, County, Airport Board) that expend $500,000 or more a year (calendar or fiscal) in total Federal financial assistance must conduct an audit and submit it to the Federal Audit Clearinghouse. For more information on the Single Audit Act requirements please reference the following web site: http: //harvester.census.gov /sac/ This notice is our request for a copy of your most recent audit, whether or not there are any significant findings. In accordance with your Airport Improvement Program (AIP) grant agreement, you must also provide the following certification to your local Airports District Office (ADO). Please fill out the information below by checking the appropriate line(s), sign, date, and return this form to the FAA local ADO identified at the bottom of the form. Airport Sponsor Information: Sponsor Name Fiscal/Calendar Year Ending Airport Name Sponsor's Representative Name Representative's Title Telephone Email Please check the appropriate line(s): ❑ We are subject to the A -133 Single Audit requirements (expended $500,000 or more in total Federal funds for the fiscal/calendar year noted above) and are taking the following action: ❑ The A -133 single audit for this fiscal/calendar year has been submitted to the FAA. ❑ The A -133 single audit for this fiscal/calendar year is attached. ❑ The A -133 single audit report will be submitted to the FAA as soon as this audit is available. ❑ We are exempt from the Single Audit A -133 requirements for the fiscal /calendar noted above. Sponsor Certification: Signature Date Return to: FAA, Seattle Airports District Office 1601 Lind Avenue SW, Suite 250 Seattle, WA 98057 -3356 FAA Form 5100 -37 PG 10 (10 -89) Page 10 of 10 REQUIRED STATEMENTS AIRPORT IMPROVEMENT PROGRAM PROJECTS AIRPORT: Yakima Air Terminal LOCATION: Yakima, Washington AIP PROJECT NO.: 3 -53- 0089 -33 STATEMENTS APPLICABLE TO THIS PROJECT A -D ® a. INTEREST OF NEIGHBORING COMMUNITIES: In formulating this project, consideration has been given to the interest of communities that are near (Exact name of airport)Yakima Air Terminal. ® b. THE DEVELOPMENT PROPOSED IN THIS PROJECT will not require the use of publicly owned land from a public park, recreation area, wildlife and fowl refuge, or a historical site under Federal, State, or Local jurisdiction. ® c. FBO COORDINATION: The airport development proposed in this project has been coordinated with the Fixed Base Operator(s) utilizing (Exact name of airport) Yakima Air Terminal, and they have been informed regarding the scope and nature of this project. d. THE PROPOSED PROJECT IS CONSISTENT with existing approved plans for the area surrounding the airport. The above statements have been duly considered and are applicable to this project. (Provide comment for any statement not checked). BY: Carl L. Remmel DATE: August 12, 2011 TITLE: Airport Manager - SPONSORING AGENCY: Yakima Air Terminal NOTE: Where opposition is stated to an airport development project, whether expressly or by proposed revision, the following specific information concerning the opposition to the project must be furnished. a. Identification of the Federal, state, or local governmental agency, or the person or persons opposing the project; b. The nature and basis of opposition; c. Sponsor's plan to accommodate or otherwise satisfy the opposition; d. Whether an opportunity for a hearing was afforded, and if a hearing was held, an analysis of the facts developed at the hearing as they relate to the social, economic, and environmental aspects of the proposed project and its consistency with the goals and objectives of such urban planning as has been carried out by the community. e. If the opponents proposed any alternatives, what these alternatives were and the reason for nonacceptance; f. Sponsor's plans, if any, to minimize any adverse effects of the project; g. Benefits to be gained by the proposed development; and h. Any other pertinent information which would be of assistance in determining whether to proceed with the project. CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall. complete and submit Standard Form LLL "Disclosure of Lobby Activities ", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipents shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered 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. 011 Signed Date kLia— ( 5 Sponsor's uthon ed Representa Title Airport Manager CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACHMENT 1 During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor ") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT ") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. the contractor shall not participate either directly of indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or lease of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contract is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and /or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. CLAUSES FOR DEEDS, LICENSES, LEASES, PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the Sponsor pursuant to the provisions of Assurances 5(a) and 5(b). 1. The (grantee, licensee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land ") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a DOT program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. 2. The (grantee, licensee, lessee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land ") that: (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, permittee, etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. STANDARD DOT TITLE VI ASSURANCES Yakima Air Terminal Board (hereinafter referred to as the Sponsor) hereby agrees that as a condition to receiving Federal financial assistance from the Department of Transportation (DOT), it will comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.) and all requirements imposed by 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation -- Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the "Regulations") to the end that no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement. Without limiting the above general assurance, the Sponsor agrees concerning this grant that: 1. Each "program" and "facility" (as defined in Section 21.23(a) and 21.23(b)) will be . conducted or operated in compliance with all requirements of the Regulations. 2. It will insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 3. Where Federal financial assistance is received to construct a, facility, or part of a facility, the assurance shall extend to the entire facility and facilities operated in connection therewith. 4. Where Federal financial assistance is in the form or for the acquisition of real property or an interest in real property, the assurance shall extend to rights to space on, over, or under such property. 5. It will include the appropriate clauses set forth in Attachment 2 of this assurance, as a covenant running with the land, in any future deeds, leases, permits, licenses, and similar agreements entered into by the Sponsor with other parties: (a) for the subsequent transfer of real property acquired or improved with Federal financial assistance under this project; and (b) for the construction or use of or access to space on, over, or under real property acquired or improved with Federal financial assistance under this Project. 6. This assurance obligates the Sponsor for the period during which, Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide; or is in the form of personal property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the Sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the Sponsor retains ownership or possession of the property. 7. It will provide for such methods of administration for the program as are found by the Secretary of transportation of the official to whom he delegates specific authority to give reasonable guarantees that it, other sponsors, subgrantees, contractors, subcontractors, transferees, successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the act, the Regulations, and this assurance. Page 1 of 2 STANDARD DOT TITLE VI ASSURANCES (Continued) 8. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the Act, the Regulations, and this assurance. THIS ASSURANCE is given in consideration of and for the purpose of obtaining Federal financial assistance for this Project and is binding on its contractors, the Sponsor, subcontractors, transferees, successors in interest and other participants in the Project. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Sponsor. DATED August 12, 2011 Yakima Air Terminal Board (Sponsor) NeA 0 l L k 1 (Signature of • v thorized Official) Page 2 of 2 CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACHMENT 1 During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor ") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT ") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. the contractor shall not participate either directly of indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or lease of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contract is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and /or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved ' in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. CLAUSES FOR DEEDS, LICENSES, LEASES, PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the Sponsor pursuant to the provisions of Assurances 5(a) and 5(b). 1. The (grantee, licensee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land ") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a DOT program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. 2. The (grantee, licensee, lessee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land ") that: (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, permittee, etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT � Item No. ,CI For Meeting Of September 6, 2011 ITEM TITLE: Resolution authorizing application for federal assistance and standard, DOT Title VI Assurances, and authorizing execution and acceptance of a Grant Agreement for AIP 3 -53- 0089 -33 for Federal Assistance and Certificate of Sponsor's Attorney between the • .. Federal Aviation Administration, the City of Yakima and Yakima County. SUBMITTED BY: Kris Yalovich, Administrator - Security, Leases, Projects CONTACT PERSON/TELEPHONE: Kris Yalovich, 575 -6149 SUMMARY EXPLANATION: This grant being awarded to the City of Yakima and Yakima County for project at the Yakima Air Terminal — McAllister Field as follows: YAT Resolution – YAT -R- 2011 -007 AIP 3 -53- 0089 -033 – Snow Removal Equipment Purchase - Design, Rehabilitation of Terminal Apron- Design, Rehabilitation of Taxiway Alpha and Connectors - Design. Resolution X Ordinance Other (Specify) ® Contract X Mail to (name and address): Will pick up ASAP Phone: 509 - 575 -6149 Funding Source FAA APPROVED FOR SUBMITTAL: ,o _ ** ` ' . City Council /Legal STAFF RECOMMENDATION: Adopt attached city /county resolution BOARD /COMMISSION /COMMITTEE RECOMMENDATION:. COUNCIL ACTION: 1111W% /" 1 / t d z i ^ k Y' k } i k 1 t'.d, ( `r/ h"/ r i nr :') 575 c'. � 12�: `.iL� it i�i ('. CIiJ:'� � ",�.. ! � 'ui ?I�: _. ,.. _... .. .. ... ... _. .. , v -. RESOLUTION NO. YAT -R- 2011 -007 A RESOLUTION to accept AIP 33 Grant from FAA for Design Snow Removal Equipment, Rehabilitate Apron and Taxiway "A ". WHEREAS, the Yakima Air Terminal Board of Directors ( "Board ") operates the Yakima Air Terminal ( "YAT ") under the authority granted by the Joint Operations Agreement signed by the City and County of Yakima, Washington on July 1, 1982; and, BE IT RESOLVED BY THE BOARD FOR THE YAKIMA AIR TERMINAL: A RESOLUTION to accept AIP 3 -53- 0089 -033 Grant from FAA in the amount of $418, 950.00 for Design Snow Removal Equipment, Rehabilitate Apron and Taxiway "A ". • ADOPTED BY THE BOARD this 21 day of , 2011. Willi. m Wh . er, Chairman 410