Loading...
HomeMy WebLinkAbout09/18/2012 04E Airport Snow Removal Equipment Grant f 3 a' — ( 1‘, r `� w -4 a . c _ t$ /, BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of: September 18, 2012 ITEM TITLE: Resolution accepting AIP 34 Grant offer to purcahse snow removal equipment (SRE). SUBMITTED BY: Kris Yalovich, Administrator -- Security, Leases, Projects CONTACT Kris Yalovich 575 -6149 PERSON /TELEPHONE: SUMMARY EXPLANATION: Accept AIP 34 Grant offer when made by FAA for SRE Purchase and to recommend the acceptance of the grant by the City and County of Yakima. Yakima Airport Resolution YAT- R- 2012 -031. Resolution X Ordinance Other (specify) Contract: Mail to: Contract Term: Amount: Expiration Date: Insurance Required? No Funding Phone: Source: APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: BOARD /COMMISSION RECOMMENDATION: ATTACHMENTS: Click to download ❑ joint city county resolution ❑ airport resolution ❑ grant offer ❑ grant application CITY OF YAKIMA RESOLUTION YAKIMA COUNTY RESOLUTION Resolution # Resolution # 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 August 22, 2012, 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 -34 (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 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 (90%) percent 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 America the allowable costs incurred in the Project, that: 1) It is understood and agreed 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 August 22, 2012, 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 "Sponsor" 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. Joint Resolution — City and County NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA AND COMMISSIONERS OF YAKIMA COUNTY: The Application for Federal Assistance and Standard DOT Title VI Assurances dated August 22, 2012, 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 "Sponsor" 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. ADOPTED BY THE CITY COUNCIL this day of , 2012. Micah Cawley, Mayor, City of Yakima ATTEST: Sonya Claar Tee, City Clerk 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. Dated this day of , 2012 Mike Leita, Commissioner Kevin Bouchey, Commissioner Rand Elliot, Commissioner Constitutes the Board of County Commissioners for Yakima County, Washington ATTEST: Tiera Girard Clerk of the Board Joint Resolution — City and County IN ., : , ` . g tr ' } 4`: .0 "'. K sr r Gie @ ai * fit 7; ii t r n, tie, , a „ �, F, n d YVi c A L L":r+_ @ S y acs4. H H t L;'D • ...`4 -J ''}/!:r;:; \:Vein";; '. o s,r ' . ..iv .. t ,., , s 1 .....,L71 5 _._E 2s-3 , . RESOLUTION NO. YAT -R- 2012 -031 A RESOLUTION to Accept AIP 34 Grant App for Snow Removal Equipment (SRE) Purchase. 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 34 Grant Offer when made by FAA for SRE Purchase and to recommend the acceptance of the grant by the City and County of Yakima. ADOPTED BY THE BOARD this 27th day of August, 2012. f L :. Flue, Chairman �1 I Se :?t! .'c. "port' DISIrn I Ul•\e :'Ild Aw SW, 1w:P I 'll•. •1'r •' :.II.:.. .. ' I .I '_rI' September 12, 2012 Mr. Carl Remmel Airport Manager 2406 West Washington Ave, Suite 8 Yakima, WA 98903 Dear Mr. Remmel: Grant offer for Yakima Air Terminal /McAllister Field Airport Yakima, Washington AIP Project Number: 3-53- 0089 -034 Contract Number: DOT- FAl2NM -0079 DUNS Number. 01- 020 -3644 Enclosed is a copy of the subject grant offer in the amount of $437,072.00. Please note that the grant offer must be accepted by the sponsor on or before: September 19, 2012. Please have the appropriate official authorized to execute the Grant Offer sign and date the - "Acceptance" with the appropriate official attesting to the execution and affixing the sponsor's corporate seal. The attorney for the sponsor then must execute and date the "Certificate of Sponsor's Attorney" with the date being no earlier than the date of acceptance of the Grant Agreement. This action will certify that the acceptance complies with all applicable local and state laws and constitutes a legal and binding obligation of the sponsor. After execution is completed, please fax (425) 227 -1650 or scan and e-mail a copy of the signed Grant Agreement to your FAA project manager not later than: September 19, 2012, and, also, return an executed copy to this office by mail. All applicable project - related requirements pertaining to environmental analysis and approval for this grant have been met in accordance with the guidelines contained in FAA Order 5050.4B, Airport Environmental Handbook. If you have any questions in regard to acceptance of the grant offer, please contact your project manager or this office. Sincerely, Carol Suomi `--� Manager, Seattle Airports District Office U.S. Department of Transportation Federal Aviation Administration Grant Agreement Part 1 — Offer Yakima Air Terminal /McAllister Field Airport Yakima, Washington Date of Offer: Wednesday, September 12, 2012 Project Number: 3- 53- 0089 -034 Contract Number: DOT- FAl2NM -0079 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 "FM") WHEREAS, the Sponsor has submitted to the FAA a Project Application dated August 22, 2012, 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 FM, 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, (including high speed broom and multi- function snow removal equipment with attachments) (Phase 2); all as more particularly described in the Project Application. FAA Form 5100 -37 PG 1 (10 -89) Page 1 of 11 NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49, United States Code, and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in said Project Application and its acceptance of this Offer as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the assurances and conditions as herein provided, THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States share of the allowable costs incurred in accomplishing the Project, 90.00 percentum of all allowable Project costs. This Offer is made on and subject to the following terms and conditions: Part I - Conditions 1) The maximum obligation of the United States payable under this Offer shall be $437,072.00. 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 $ 437,072.00 For airport development or noise program implementation Please note that this grant offer may be funded all or in part, with funds from the Small Airport Fund. 2) The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consideration as to allowability under the provisions of the Act. 3) Payment of the United States' share of the allowable project costs will be made pursuant to and in accordance with the provisions of such regulations and procedures as the Secretary shall prescribe. Final determination of the United States' share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4) The Sponsor shall carry out and complete the Project without undue delays and in accordance with the terms hereof, and such regulations and procedures as the Secretary shall prescribe, and agrees to comply with the assurances which were made part of the project application. FAA Form 5100 -37 PG 2 (10 -89) Page 2 of 11 5) The FAA reserves the right to amend or withdraw this Offer at any time prior to its acceptance by the Sponsor. 6) This Offer shall expire and the United States shall not be obligated to pay any part of the costs of the project unless this Offer has been accepted by the Sponsor on or before September 19, 2012, or such subsequent date as may be prescribed in writing by the FAA. 7) The Sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been expended. For the purposes of this grant agreement the term "Federal funds" means funds however used or disbursed by the Sponsor that were originally paid pursuant to this or any other Federal grant agreement. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order, or judgment to the Secretary. It shall furnish upon request, all documents and records pertaining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the Sponsor, in court or otherwise, involving the recovery of such Federal share shall be approved in advance by the Secretary. 8) The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 9) Trafficking in persons: a) Provisions applicable to a recipient that is a private entity, i) You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not - (1) Engage in severe forms of trafficking in persons during the period of time that the award is in effect; (2) Procure a commercial sex act during the period of time that the award is in effect; or (3) Use forced labor in the performance of the award or subawards under the award. ii) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subreceipient that is a private entity — (1) Is determined to have violated a prohibition in paragraph a.1 of this award term; or (2) Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either - (a) Associated with performance under this award; or FAA Form 5100-37 PG 3 (10 -89) Page 3 of 11 (b) Imputed to your or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. b) Provision applicable to a recipient other than a private entity. i) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity — (1) Is determined to have violated an applicable prohibition in paragraph a.1 of this award term, or (2) Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either — (a) Associated with performance under this award; or (b) Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension ( Nonprocurement)," as implemented by our agency at 49 CFR Part 29. c) Provisions applicable to any recipient. i) You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a,1 of this award term. ii) Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: (1) Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104 (g)), and (2) Is in addition to all other remedies for noncompliance that are available to us under this award. iii) You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. d) Definitions. For purposes of this award term: i) "Employee" means either: ( 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. FM Form 5100 -37 PG 4 (10 -89) Page 4 of 11 iii) "Private entity ": (1) Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. (2) Includes: (a) A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). (b) A for - profit organization. iv) "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102). 10)Central Contractor Registration and Universal Identifier Requirements a) Requirement for Central Contractor Registration (CCR) i) Unless you are exempted from this requirement under 2 CFR 25.110, you as the recipient must maintain the currency of your information in the CCR until you submit the final financial report required under this award or receive the final payment, whichever is later. This requires that you review and update the information at least annually after the initial registration, and more frequently if required by changes in your information or another award term. b) Requirement for Data Universal Numbering System (DUNS) Numbers i) If you are authorized to make subawards under this award, you: (1) Must notify potential subrecipients that no entity (see definition in paragraph c of this award term) may receive a subaward from you unless the entity has provided its DUNS number to you. (2) May not make a subaward to an entity unless the entity has provided its DUNS number to you. c) Definitions i) For purposes of this award term: (1) Central Contractor Registration (CCR means the Federal repository into which an entity must provide information required for the conduct of business as a recipient. Additional information about registration procedures may be found at the CCR Internet site (currently at http. //www.ccr.gov) (2) Data Universal Numbering System (DUNS) number means the nine -digit number established and assigned by Dun and Bradstreet, Inc. (D &B) to uniquely identify business entities. A DUNS number may be obtained from D &B by telephone (currently 866- 705 -5711) or the Internet (currently at http ://fedgov.dnb.com /webform). (3) Entity, as it is used in this award term, means all of the following, as defined at 2 CFR part 25, subpart C: (a) A Governmental organization, which is a State, local government, or Indian Tribe; (b) A foreign public entity; (c) A domestic or foreign nonprofit organization; (d) A domestic or foreign for - profit organization; and FAA Form 5100 -37 PG 5 (10 -89) Page 5 of 11 (e) A Federal agency, but only as a subrecipient under an award or subaward to a non - Federal entity. (4) Subaward: (a) This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. (b) The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec. 210 of the attachment to OMB Circular A- 133, "Audits of States, Local Governments, and Non - Profit Organizations "). A subaward may be provided through any legal agreement, including an agreement that you consider a contract. (5) Subrecipient means an entity that: (a) Receives a subaward from you under this award; and (b) Is accountable to you for the use of the Federal funds provided by the subaward. (c) A subaward may be provided through any legal agreement, including an agreement that you consider a contract. FAA Form 5100 -37 PG 6 (10 -89) Page 6 of 11 Special Conditions 1) It is understood and agreed that the County of Yakima and the City of Yakima authorized the execution of the Application for Federal Assistance dated August 22, 2012 and Standard DOT Title VI Assurances dated August 22, 2012, on their behalf by Mr. 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 County of Yakima and the City of Yakima. 2) It is understood and agreed by and between the parties hereto that this Grant Offer is made and accepted based on estimates for acquiring snow removal equipment; and the parties hereby covenant and agree that within 60 days from the date of acceptance of this Grant Offer, the Sponsor shall advertise for bids for a high speed broom and multi- function snow removal equipment with attachments contained within the grant description. 3) 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, FM may increase the maximum grant obligation of the United States to cover the amount of the overrun not to exceed the statutory percent limitation and will advise the Sponsor by letter of the increase. If the increase in project costs is attributable to planning items, the maximum United States obligation may not be increased. It is further understood and agreed that if, during the life of the project, the FAA determines that a change in the grant description is advantageous and in the best interests of the United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance of the aforementioned letter, either the grant obligation of the United States is adjusted to the amount specified or the grant description is amended to the description specified. 4) 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. 5) Unless otherwise approved by the FAA, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for airport development or noise compatibility for which funds are provided under this FAA Form 5100 -37 PG 7 (10 -89) Page 7 of 11 grant. The Sponsor will include in every contract a provision implementing this special condition. 6) 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. 7) The Sponsor shall provide for an annual audit in accordance with Office of Management and Budget Circular A -133. The Sponsor shall provide one copy of the completed A -133 Audit to the FAA Airports District Office and three copies of the audit to: Federal Audit Clearinghouse, Bureau of the Census, 1201 10th Street, Jeffersonville, IN 47132. 8) Letter of Credit/DELPHI elnvoicing. 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 transition from the letter of credit payment system to the Delphi elnvoicing payment system when required by the FAA. 9) Financial Reporting Requirements. The Sponsor agrees to submit a Federal Financial Report (FAA Form SF -425) for all open grants. to the Airports District Office within 90 days following the end of each Federal fiscal year and with • each Final Project Closeout Report. The sponsor further agrees to submit an Outlay Report and Request for Reimbursement (FAA Form SF -271) or Request for Advance or Reimbursement (FAA Form SF -270 for non - construction projects) to the Airports District Office within 90 days following the end of each Federal fiscal year and with each Final Project Closeout Report. 10)Final Payment. The Sponsor understands and agrees that in accordance with 49 USC 47111 no reimbursement totaling more than 90% of the estimated Federal share for a project will be made until the Final Financial Closeout documentation has been received and reviewed by the FA. FAA Form 5100 -37 PG 8 (10 -89) Page 8 of 11 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION By � �_ • Caro - •mi, Manager, �a -�'' - Airports District Office Part II - Acceptance The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. I declare under penalty of perjury that the foregoing is true and correct. Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.0 Section 1001 (False Statements) and could subject you to fines, imprisonment or both. Executed this day of ,2012. County Yakima, Washington By Sponsor's Designated Official Representative Title: CERTIFICATE OF SPONSOR'S ATTORNEY , 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 this day of 2012. Signature of Sponsor's Attorney FAA Form 5100 -37 PG 9 (10 -89) Page 9 of 11 The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. I declare under penalty of perjury that the foregoing is true and correct. Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.0 Section 1001 (False Statements) and could subject you to fines, imprisonment or both. Executed this day of ,2012. City of Yakima, Washington By Sponsor's Designated Official Representative Title: CERTIFICATE OF SPONSOR'S ATTORNEY , 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 this day of 2012. Signature of Sponsor's Attorney FAA Form 5100 -37 PG 10 (10 -89) Page 10 of 11 A -133 Single g e 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:'. harvcstcr.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: Sponnn Namc Fecal Cal ndnr Year Ending q. l /� Aiqu>n — – Spun +t+r v Ncl ici, ni ivi. Nude .ttclir mi�r •�. el-- 50 Y 7 T= ; /.57 ._ /`all.g_et titer i i CO: y czkrnq. c tchpluv2 Ennrr 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 anached. 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: Srpsiaiun - _ burr Return to: FAA. Seattle Airports District Office 1601 Lind Avenue SW. Suite 250 Seattle. WA 98057 -3356 FAA Form 5100 -37 PG 11 (10 -89) Page 11 Of 11 OMB Number 4040.0004 Explietlon Date: 08/8112012 ApplicatIon for Federal Assistance SF-424 - 18. Congressional Districts Of: WA -004 • a. Applicant WA-004 * b. Program/Project: WA -004 Attach an additional fist of Program /Project Congressional Districts if needed. 17. Proposed Project: AIP 3- 53-0089 -34 * a. Start Date: 09/01/12 * b. End Date: 12/31/2013 18: Estimated Funding (8): *a. Federal $437,072.00 "b. Applicant $48,564.00 *c. State "d. Local "e. Other •f. Program Income g. TOTAL $485 636.00. _ _ _. IsApplication Subject to Review By State:Under ,Executive Order 12372 Procesa7 a. This application was made available to the State under the .Executive Order 12372 Process for review on b. Program is subject to E.O. 12372 but has not been selected by the State for review. (� c. Program is not covered by E.O. 12372. *20: is the Applicant,DeIinquentOn Any Federal.Debt7 (If - Yes ": provide explanation.) [� Yes Lo No 21. BY signing this application, I.certify (1) to the statementscontained_in the list: of certifications" and (2) that the .statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances" and agree to comply with any resulting terms If I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 218, Section 1001). © "I AGREE '• The list of certifications and assurances, or an Internet site where you may obtain this list, is contained in the announcement or agency specific instructions._ Authorized Representative: Prefix: M - -- .. - "First Name: c Middle Name: L. *Last Name: Remmel Suffix: *Title: Airport Manager *Telephone Number: 509 - 575 -6149 ax Number. 509 -575 -6185 *Prat carl.rerimmel yakimaairti l.com.4 : "Signature of Authorized Representet ° A �� ' , ',Otte Signed: OMB Number 4040.0004 Expiration Date: 03/3112012 Application for Federal Assistance SF-424 *Applicant Federal Debt Delinquency Explanation The following field should contain an explanation lithe Applicant organization is delinquent on any Federal Debt. Maximum number of characters that can be entered is 4,000. Try and avoid extra spaces and carriage returns to maximize the availability of space. • } OMB Number. 4040-0004 Emeeilon Date: 03/91/2012 Application for Federal Assistance SF-424 . * 1. Type of Submission *2. Type of Application " If Revision, select appropriate letter(s): ❑ Preapplication 2 New 0 Application ❑ Continuation * Other (Specify) ❑ Changed/Corrected Application ❑ Revision * 3. Date Received: 4. Application Identifier: 6a. Federal Entity Identifier: ' 5b. Federal Award Identifier; State Use Only: 6. Date Received by State: 17. State Application Identifier. 8. APPLICANT INFORMATION: • a. Legal Name: Yakima Air Terminal * b. Empbyer/Taxpayer Identification Number (EINRIN): 'c. Organizational DUNS: 91- 1183898 17- 543 -4471 d. Address: * Streetl: 2400 W. Washington Ave Street 2: City: Yakima County: Yakima * State; Washington Province; country: United States 'Zip/ Postal Code: 98903 e. Organizational Unit: Department Name: Division Name: Federal Aviation Administration Airports Division - Northwest Mountain Region f. Name and contact Information of person to be contacted on ma ers involving. this application: ( � ( Prefix Mr. First Name: Carl Middle Name: L. * Last Name: Remmel Suffix: Title: Airport Manager Organizational Affiliation: * Number: 509 -575 -8149 Fax Number. 509- 575 -6185' ''Email: car).remmeit yakimaairterminaLcom - . OMB Number. 40400004 Expiration Date: 08181/2012 Application for Federal Assistance SF-424 9. Type of Applicant 1: Select Applicant Type: X. Other (specify) Type of Applicant 2: Select Applicant Type: - Select One - Type of Applicant 3: Select Applicant Type: - Select One - * Other (specify): Part 139 Certificated Airport * 10. Name of Federal Agency: Federal Aviation Administration, Seattle ADO 11. Catalog of Federal Domestic Assistance Number: 20.106 CFDA Title: Airport Improvement Program 12. Funding Opportunity Number. Title: 13. Competition Identification Number: Title: 14. Areas Affected by Project (Cities, Counties, States, etc.): City of Yakima / Yakima County • 15. Descriptive Title of Applicant's Project: 1. Snow Removal Equipment Purchase (One High Speed Carrier with Broom and One Multi- Function Tractor) Attach supporting documents as specified in agency instructions. .INSTRUCTIONS FOR THE SF424 Public reporting burden for this Olfaction of information is estimated to average 60 minute per response, Including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of Information, Incuding suggestions for reducing this burden, to the Office of Management end Budget, Paperwork Reduction Project (03480043), Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND iTTO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. This is a standard form (including the continuation sheet) required for use as a cover sheet for submission of preapplications and applications and related information under discretionary programs. Some of the items are required and some are optional at the discretion of the applicant or the Federal agency (agency). Required items are identified with an asterisk on the form and are specified in the instructions below. In addition to the instructions provided below, applicants must consult agency instructions to determine specific requirements. Item Entry: • Item • Entry: 1. Type of Submission: (Required): Select one type of submission In 10. Name Of Federal Agency: (Required) Enter the name of the accordance with agency instructions. Federal agency from which assistance Is being requested with • Preappilcatlon this application. • Application • Changed/Corrected Application — If requested by the agency, check 11. Catalog Of Federal Domestic Assistance Number/Title: If this submission Is to change or correct a previously submitted Enter the Catalog of Federal Domestic Assistance number and application. Unless requested by the agency, applicants may not title of the program under which assistance is requested, as use this to submit changes after the dosing date. found In•the program announcement, if appficabie. 2. Type of Applicatlon: (Required) Select one type of application in 12. Funding Opportunity Numbermtle: Enter the accordance with agency instructions. Funding Opportunity Number and title of the opportunity under • New — An application that Is being submitted to an agency for the which assistance Is requested, as found In the program first lime. , announcement. • Continuation - An extension for an additional funding/budget period 13. Competition Iderification Number/Tide: Enter the fora project with a projected completion date. Thle can include Competition Identification Number and title of the competition renewals. under which assistance is requested, If applicable. • Revision - Any change in the Federal Government's financial obligation or contingent liability from an existing obligation. If a revision, enter the appropriate latter(s). More than one may be 14, Mss Affected By P selected. if "Other is selected, please specify in text box provided. Project: List the areas or entities using A. Increase Award B. Decrease Award the categories (e.g., cities, counties, states, etc.) specified in C. Increase Duration D. Decrease Duration agency Instructions. Use the continuation sheet to enter E. Other (specify) additional areas, If needed. 3. Date Received: Leave this field blank. This date will be assigned by the 15. Descriptivve Tittle of Applicant's Project: (Required) Enter a Federal agency, brief descriptive title of the project If appropriate, attach a map showing.projectlocation (e.g.,.construction or real 4. Applicant Identifier. Enter the entity identifier assigned by the Federal property projects). For preapplications, attach a summary agency, if any, or epplicarnt's control number, If appiical:4e. description of the project, Se Federal Entity Identifier. Enter the number assigned to your 16. Congressional Districts Of. (Required) 16a: Enter the organization by the Federal Agency, H any. eppitent s Congressional District, and 16b. Enter all District(s) Sb. Federal Award Identifier: For new applications leave blank Fora affected by the program or project Enter In the format: 2 continuation or revision to en existing award, enter the previously characters State Abbreviation —3 characters District Number, assigned Federal award Identifier number. If a changed/corrected e.g.,.CA-005 for Caffiomla district, CA-012 for California 12'" application, enter the Federal Identifier in accordance with agency disMc,.NC -103 for North Carolina's 103" district Instructions, • If all congressional districts in a state are affected, enter 8. Date Received by State: Leave this field blank. This date will be 'Br for the district number, e.g., MD -all for all assigned by the State, If applicable, congressional districts In Maryland. 7. State Application Identifier. Leave this field blank. This identifier will • If nationwide, i.e. all districts within all states are effected, be assigned by the State, if applicable. enter US -ell. 8. • If the program/project is outside the US, enter 00.000. Applicant Information: Enter the following In accordance with agency Instructions: a. Legal Name: (Required): Enter the legal name of applicant that will 17. Proposed Project Start and End Dates: (Required) Enter the undertake the assistance activity. Thiele' the name that the organization proposed start data and end date of the project has registered with the Central Contractor Registry. Information on registering with CCR may be obtained by visiting the Grents.gov webalte. b. Employer/Taxpayer Number (EINITIN): (Required): Enter the Employer or Taxpayer Identification Number (EIN or TIN) as assigned by 18. Estimated Funding:_ (Required) Enter the amount requested the Internal Revenue Se lice. If your organization is not In the US, enter orb be contributed during the firstfundtng/budget period by 44- 44444444. each contributor. Value of In- kind.contrlbutlone should be c. Organizational DUNS: (Required) Enter the organization's DUNS or • Included on appropriate lines, as applicable. If the action will DUNS +4 number received from Dun and Bradstreet Information on result In a dollar change to an existing award, indicate only the obtaining a DUNS number may be obtained by visiting the Grents.gov amount of the change. For decreases, enclose the amounts In webaite, parentheses. d. Address: Enter the complete address as follows: Street address (Line 1 requlred),•City'(Required), County, State (Required, If country Is US), 19. Is Application tubJect to Review by State Under Executive Province, Country (Required) „Zip /Postal Code (Required, if country Is Order 12372 Process? US). Applicants should contact the State anizational Unit: Enter the name of the primary organizational Single Point of Contact (SPOC) for Federal Executive Order a. Organizational P ry 12372 b determine whether the application is subject to the unit (and department ordivislon, Ifapplicable) that will undertake the assistance activity, N applicable. State Intergovernmental review process. Select the 1. Name and contact information of person to be contacted on appropriate box. if a' is selected, enter the dale the matte's involving this application: Enter the name (Fast and last name application was submitted to the State required), organizational affiliation (if affiliated with an organization other than the applicant organization), telephone number (Required), fax 20. Is the Applicant Delinquent on any Federal Debt? number, and email address (Required) of the person to contact on (Required) Select the appropriate box. This question applies to metiers related to this application. the applicant organization, not the person who signs as the authorized representative. Categories of debt Include delinquent audit disallowances, loans end taxes. — If yes, inckWe an explanation on the continuation sheet. 9. Type of Applicant (Required) 21. Authorized Representative: (Required) To be signed and Select up to three applicant type(s) in accordance with agency dated by the authorized representative of the applicant Instructions. organization. Enter the name (First and last name required) A. State Government M. Nonprofit with 501C3 IRS title (Required), telephone number (Required), fax number, B. County Government Status (Other thah Institution and email address (Required) of the person authorized to sign C. City or Township Government of Higher Education) for the applicant D. Special District Government N. Nonprofit without 501C3 IRS A copy of the governing body's authorization for you to sign E. Regional Organization Status (Other than Institution tns application as the official representative must be on file in F. U.S. Territory or Possession of Higher Education) the applicant's office. (Certain Federal agencles may require G. Independent School District O. Private Institution of Higher that this authorization be submitted as part of the application.) H. Publio(State Controlled Education Institution of Higher Education P. Individual I. Indian/Native American Tribal 0. For -Profit Organization Government (Federally (Other than Small Business) Recognized) R. Small Business J. Indian/Native American Tribal S. Hispanic-serving Institution Government (Other than T. Historically Bieck Cohages Federally Recognized) and Universities (HBCUs) K Indian/Native American U. Tribally Controlled Colleges Tribally Designated and Universities (TCCUs) Organization V. Alaska Native and Native L Public/Indian Housing Hawaiian Serving Institutions Authority W. Non - domestic (non -US) Entity X. Other (specify) j I DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO, 212O-0589 1'1 1904007 PART II PROJECT APPROVAL INFORMATION SECTION A Item 1. Name of Gdveming Body Does this assistance request require State, Priority local, regional, or other priority rating? ❑ Yes ® No Item 2. Name of Agency or Board Does this assistance request require State, local (Attach Documentation) advisory, educational or health clearances? Dyes © No Item 3. (Attach Comments) Does this assistance request require clearinghouse review in accordance with OMB Circular A-95? Dyes ® No Item 4. Name of Approving Agency Does this assistance request require State, local, regional, or other planning approval? Date f ❑Yes II No Item 5. Check One: mote ❑ l Is the proposed project covered by an approved Local comprehensive plan? )Yes ❑ No Location of planate Master Plan Item 8. Name of Federal Installation WIII the assistance requested serve a Federal Population benefiting from Project Federal installation? Dyes ® No Item 7. Name of Federal Installation Will the assistance requested be on Federal land Location of Federal Land or installation? Percent of Project [Yes © No Item 8. See Instructions for additional information to be Will the assistance requested have an impact provided. or effect on the environment? ❑Yes © No Item 9. Number of Will the assistance requested cause the displacement Individuals of individuals, families, businesses, or farms? Families Businesses Dyes © No Farms Item 10. See Instructions for additional information to be provided. Is there other related Federal assistance on this project previous, pending, or anticipated? DYes © No FM Form 6100-100 ( 673) SUPERSEDES FAA FORM 6100.100 (903) Papa 2 • INSTRUCTIONS PART II SECTION A Negative answers will not require an explanation unless the Federal agency requests more Information at a later date. Provide supplementary data for all "Yes' answers in the space provided in accordance with the following instructions. Item 1. — Provide the name of the governing body item 6. — Show the Federal population residing or working establishing the priority system and the priority rating on the federal installation who will benefit from this project, assigned to this project Item 7. — Show the percentage of the project work that will Item 2. — Provide the name of the agency or board which be conducted on federally owned or leased land. Give the issued the clearance and attach the documentation of name of the Federal installation and Its location, status or approval. Item 8. — Briefly describe the possible beneficial andfor Item 3. — Attach the clearinghouse comments for the harmful impact on the environment because of the application in accordance with the instructions contained proposed project. If an adverse environmental Impact is In Office of Management and Budget Circular No. A -95. If anticipated, explain what action will be taken to minimize comments were submitted previously with a the impact. Federal agencies will provide separate preapplication, do not submit them again but any instructions If additional data Is needed. additional comments received from the clearinghouse item 9. — State the number of individuals, families, should be submitted with this application. businesses, or farms this project will displace. Federal Item 4. — Furnish the name of the approving agency and agencies will provide separate instructions if additional the approval date. data Is needed. Item 5. — Show whether the approved comprehensive plan Item 10. — Show the Federal Domestic Assistance Catalog Is State, local or regional, or if none of these, explain the number, the program name, the type of assistance, the scope of the plan. Give the location where the approved status and amount of each project where there Is related plan is available for examination and state whether this previous, pending, or anticipated assistance. Use project is in conformance with the plan. additional sheets, if needed. Paperwork Reduction Act Statement The Ir rrpgtlon coll d on th] form allows sponsors of public use airports or public agencies to apply or one or more projects in a form prey ec oy the Se of Transportation. Title 4g United Stal Cod (1) 8.C. ), Socti4 47105, Iden11 the info lion ulred tote pi for lhls p apply The toll; odb d to meet thi re uirem nt are d toprov ae , cam ? i reh developed n ve ro it al al s o ors to provide tni te.needed o eve Novo or:f nd . �i he burden a ea se Ise m be ro d pl cau ns bane sponsor pro t No sl ur na to,proto t n Federe mer n s a encv, n u Sty o 1 No on &a on system sur nce i co dens* can sin tits a publ moor s , u A am�} oo manta ca j l! the accuracy o e. ro � l e su s s for te 1 ei e e rt ucing th�s burden cY ; s nti10 e or a ra vlagton m{ilistre P - �: nde to, torn a led o o f n am u V a iln ot o n,:�IC 91. lea ;Mi ,,, ntlucl o n of r os on unless it dlsprays.a cure y valor vw y aonr �a 1 14 ; • t•ri cooif on. •m concemit�g the accuracy o1hts• burden and seagas ns'1or reducing burtett our, berrecte� o AA at: AR 0 I ape • ance Ave SW, Washington, DC 28591, Attn: Informs Co Ciaarartbs Meer, AsA-20 DEPARTMENT OF TRANSPORTATION • FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0688 PART I I — SECTION C The Sponsor hereby represents and certifies as follows: 1, Compatible Land Use. — The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport Airport Safety Overlay Zone included In: Yakima Urban Comprehensive Zoning Ordinance, Yakima County Zoning Ordinance, and City of Union Gap Zoning Ordinance 2. Defaults. — The Sponsor is not in default on any obligation to the United States or any agency of the United Slates Government relative to the development, operation, or maintenance of any airport, except as stated herewith: Not in Default 3. Possible Disabilities. — There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal Instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: None 4. Consistency with Local Plans. — The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport Airport Layout Plan 5. Consideration of Local Interest, — It has given fair consideration to the interest of communities in or near where the project may be located. y 6. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, It has undertaken reasonable consultations with affected parties using the airport at which project is proposed. Yes 7. Public Hearings. — In projects involving the location of an airport, an airport runway or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. Not applicable 8. Air and Water Quality Standards. — In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable'and air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards'have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days atter the . project application has been received by the Secretary. Not applicable FM Font 61D0.100 (P-09) SUPERSEDES FM FORM 6100 -10D (0-78) Page 9a 9 DEPARTMENT OF TRANSPORTATION • FEDERAL AVIATION ADMINISTRATION OMB MO. 2120-0589 PART II - SECTION C (coxnMueo) 9. Exclusive Rights. — There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the Sponsor except as follows: None 10. Land. — (a) The sponsor holds the following property interest In the following areas of land" which are to be developed or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse Interests, all of which areas are Identified on the aforementioned property map designated as Exhibit 'A': See Exhibit 'A' property map dated November 17th, 2005 (Airport Board approval date) which Is on file with the FM's Seattle ADO In Renton, Washington. The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but In any event prior to the start of any construction work under the Project, the following property interest in the following areas of land' on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit 'A': None (c) The Sponsor will acquire within a reasonable time, and If feasible prior to the completion of all construction work under the Project, the following property Interest in the following areas of land* which are to be developed or used as part of or In connection with the Airport as It will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit 'A': Not applicable 'State character of property interest in each area end list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc, The separate areas of land need only be identified here by the area numbers shown on the property map. FM Form 6100 -100 (9-03) SUPERSEDES FAA FORM 6100 - 109(4.76) Page 35 • DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO.2120-0560 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL. 1. Federal Domestic Assistance Catalog No.20 -106 2. Functional or Other Breakout SECTION B - CALCULATION OF FEDERAL GRANT Use only for revisions Tool Amount COST CLASSIFlCAllON Latest Approved Adjustment + or Required amount (-) 1. Administration expense $ $ $ 2,500.00 2. Preliminary expense 3. Land, structures, right -of -way 4. Architectural engineering basic fees 5. Other architectural engineering fees 6. Project Inspection fees 7 Land development 8. Relocation expenses 9. Relocation payments to individuals and businesses 10. Demolition and removal 11. Construction and project Improvement 12. Equipment 13. Miscellaneous 483,136.00 14. Total (Lints 1 through 13) 485,636.00 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 161 485,636.00 17. Less: Ineligible Exclusions 18. Add: Contingencies 19. Total Project Amt. (Excluding Rehabilitation Grants) 485,636.00 20. Federal Share requested of Line 19 21. Add Rehabilitation Grants Requested (100 percent) 22. Total Federal grant requested (Lines 20 & 21) 437,072.00 23. Grantee share 48,564.00 24. Other shares 25. Total project (Lines 22, 23, & 24) $ $ $485,636.00 FAA Ran 5100400 (0-03) SUPERSEDES FM FORM 5100400 (679) Page 4 INSTRUCTIONS PART III SECTION A. GENERAL 1. Show the Federal Domestic Assistance Catalog Number However, show the total amounts for all programs In from which the assistance Is requested. When more than Section B of the basic application form. one program or Catalog Number is involved and the amount 2. Show the functional or other categorical breakouts, if cannot be distributed to the Federal grant program or catalog number on an over-all percentage basis, prepare a separate required by the Federal grantor agency Prepare a separate set of Part III forms for each program or Catalog Number, set of Part III forms for each category. SECTION S. CALCULATION OF FEDERAL GRANT When applying for a new grant, use the Total Amount Column only. When requesting revisions of previously awarded amounts, use all columns. Line 1 - Enter amounts needed for administration expenses Line 12 - Enter amounts for equipment both fixed and including such items as travel, legal fees, rental of vehicles movable exclusive of equipment used in construction. For and any other expense items expected to be incurred to example, include amounts for permanently attached lab - administer the grant Include the amount of interest expense oratory tables, built-In audio visual systems, movable desks, when authorized by program legislation and also show this chairs, and laboratory equipment amount under Section E Remarks. Line 13 - Enter amounts for items not specifically mentioned Une 2 - Enter amounts pertaining to the work of locating and above. designing, making surveys and maps, sinking test holes, and Une 14 - Enter the sum of Lines 1 -13. all other work required prior to actual construction. Une 3 - Enter amounts directly associated with the Line 16 - Enter the estimated amount of program income that acquisition of land, existing structures, and related right -of- will be earned during the grant period and applied to the way. program. Line 4 •Enter basic fees for architectural engineering Une 16 - Enter the difference between the amount on Line L 14 and the estimated income shown on Line 15. services. Line 6 -Enter amounts for other architectural engineering Une 17 - Enter the amounts for those items which are a part of the project but not subject to Federal participation (See services, such as surveys, tests, and borings. Section C, Line 28g, Column (1)). Line 6 - Enter fees for inspection and audit of construction Line 18 - Enter the estimated amount for contingencies. and related programs. Compute this amount as follows. Subtract from the net Line 7 - Enter amounts associated with the development of project amount shown on Line 16 the Ineligible project land where the primary purpose of the grant is land exclusions shown on Une 17 and the amount which is improvement Site work normally associated with major excluded from the contingency provisions shown In Section construction should be excluded from this category and C, Une 26g, Column (2). Multiply the computed amount by shown on line 11. the percentage factor allowed by the grantor agency in Line 8 - Enter the dollar amounts needed to provide accordance with the Federal program guidance. For those relocation advisory assistance, and the net amounts for grants which provide for a fixed dollar allowance In lieu of a replacement (last resort) housing. Do not include relocation percentage allowance, enter the dollar amount of this administration expenses on this Line; include them on Line 1. a llowance. Line 9 - Enter the estimated amount of relocation payments Line 19 - Show the total amount of Lines 16, 17, and 18. to be made to displaced persons, business concerns, and amount to which the matching share ratio pre - scribed non- profit organizations for moving expenses and in program legislation is applied.) replacement housing. Line 20 - Show the amount of Federal funds requested Une 10 - Enter the gross salaries and wages of employees exclusive of funds for rehabilitation purposes. of the grantee who will be directly engaged in performing Line 21- Enter the estimated amounts needed for demolition or removal of structures from developed land, rehabilitation expense if rehabilitation grants to Individuals This line should show also the cost of demolition or are made for which grantees are reimbursed 100 percent by removal of Improvements on developed land under a third the Federal grantor agency in accordance with program party contract. Reduce the costs on this line by the amount legislation. lithe grantee shares In part of this expense, of expected proceeds from the sale of salvage, if so show the total amount on Line 13 Instead of on Line 21 and instructed by the Federal grantor agency. Otherwise, show explain in Section E. the proceeds on Line 15. Line 22 - Show the total amount of the Federal grant re- Une 11 - Enter amounts for the actual construction of, quested. addition to, or restoration of a facility. Also, include In this Une 23 - Show the amount from Section D, Line 27h.. category the amounts of project improvements such as sewers, streets, landscaping, and lighting. Line 24 - Show the amount from Section D, Line 28c. Line 26 - Self-explanatory. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO, 21204569 SECTION C - EXCLUSIONS Ineligible for Excluded from Participation Contingency Provision 26, Classlticatlon (1) (2) a. $ $ b. c . d. e. t g. Totals $ $ SECTION D - PROPOSED METHOD OF FINANCING NON - FEDERAL SHARE 27. Grantee Share $ a. Securities b. Mortgagee c. Appropriations (By Applicant) 46564.00 d. Bonds e. Tax Levies f, Non Cash g. Other (Explain) h. Total — Grantee Share 48,584.00 28. Other Shares a. State b. Other c. Total Other Shares 29. TOTAL $ 48,584.00 SECTION E - REMARKS Grantee's share will be financed through the Passenger Facility Charge program, PART IV - PROGRAM NARRATIVE (ArrAcu— SEE INsra cnoNs) FM Rim 6100.100 (0-03) SUPERSEDES FM FORM 6100 -100 (8.75) PAGE 6 • s INSTRUCTIONS PART III SECTION C. EXCLUSIONS Une 26 a-g - Identify and list those costs In Column (1) Section B. Show In Column (2) those project costs that are which are part of the project cost but are not subject to subject to Federal participation but are not eligible for Federal participation because of program legislation or Inclusion in the amount used to compute contingency Federal grantor agency instructions. The total amount on amounts as provided in the Federal grantor agency Line g should agree with the amount shown on Line 17 of instructions. SECTION D. PROPOSED METHOD OF FINANCING NON - FEDERAL SHARE Line 27 a-g - Show the source of the grantee's share. If state agency. If there Is a noncash contribution, explain what cash Is not Immediately available, specify the actions the contribution will consist of under Section E Re-marks. completed to date and those actions remaining to make cash Une 28b - Show the amount that will be contributed from available under Section E Remarks. Indicate also the period other sources. If there Is a noncash contribution, explain of time that will be required after execution of the grant what the contribution will consist of under Section E Re- agreement to obtain the funds. If there is a noncash marks. contribution, explain what this contribution will consist of. Line 27h -Show the total of Lines 27 a-g. This amount must Une 28c - Show the total of lines 28a and 28b. This amount must be the same as the amount shown in Section B, equal the amount shown in Section B, Line 23. Une 24. Une 28a - Show the amount that will be contributed by a Line 29 -Enter the totals of tine 27h and 28c. State or state agency, only if the applicant Is not a State or SECTION E. OTHER REMARKS Make any remarks pertinent to the project and provide any other Information required by these Instructions or the grantor agency. Attach additional sheets, If necessary. • PART IV PROGRAM NARRATIVE (Suggested Formet) DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATOR OMB NO. 21204555 PROJECT: Snow Removal Equipment Purchase AIRPORT: Yakima Air Terminal 1. Objective: The Snow Removal Equipment purchase will Improve aircraft safety by inoreasing the efficiency of the airport to remove snow from Runways, Taxiways, service roads, and ramps. 2. Benefits Anticipated: Enhanced safety and FAA compliance. • 3. Approach: (See approved Scope of Work in final Applitialfen) Procure Snow Removal Equipment detailed in bid documents produced under AIP 3- 5300813. 14. OeographIc Location: Yakima Air Terminal, Yakima, Washington 6. If Applicable, Provide Additional Information: 6: Sponsor's Representative: (incl. address a ter, no.) Carl L Rommel, Airport Manager Yakima Alr Terminal - McAllister Field 2400 W. Washington Ave Yakima, WA 98903 509- 575 -8149 • FM Form 6100 -100 (543) SUPERSEDES FM FORM 6100-100 (6-T3) PAGE 6 • INSTRUCTIONS PART IV PROGRAM NARRATIVE Prepare the program narrative statement in accordance with the following Instructions for all new grant programs. Requests for supplemental assistance should be responsive to Item 5b only. Requests for continuation or refunding or other changes of an approved project should be responsive to Item 5c only. 1. OBJECTIVES AND NEED FOR THIS ASSISTANCE. d. List each organization, cooperator, ooh flank or other key Pinpoint any relevant physical, economic, social, financial, Mfio work on the project along with a shoit des institutional, or other problems requiring a solutiodescription of the nature °ft re faafFat or ow>futbn. rrb Demonsbate the need for assistance and state the principal and 4. GEOGRAPHIC LOCATION. subordinate objectives of the project Supporting documentation Give a precise location of the project and area to be served by the or other testimonies from concerned interests other than the proposed project Maps or other graphic aids maybe attached. applicant may be used. Any relevant data based on planning 5. IF APPLICABLE, PROVIDE THE FOLLOWING studies should be included or footnoted. INFORMATION: 2. RESULTS OR BENEFITS EXPECTED. a. Desadte the relationship between this project and other work Identify results and benefits to be derived. For example, Include a planned, anticipated, or underway under the Federal Assistance description of who we occupy the facility and show how the facility listed under Part Ii, Section A, fawn WI be used. For land acquisition or development projects, explain b. Explain the reason fix all requests for supplemental assistance how the project MI benefit the public. and justify the need for additional funding. 3. APPROACH c. Discuss accomplishments to date and list in chronological order a. Caine a plan of ac pertaining to the scope and detail of how a schedule of accomplishments, progress, or milestones anticipated the proposed work will be accomplished for each grant program. with the new funding re-quest If there have been significant Cite factors which might accelerate or decelerate the work, and your changes in the project objectives, location, approach or time delays, reason for taking this approach as opposed to others. Describe any explain and justify. For other requests for changes or amendments, unusual features of the project such as design or technological explain the reason for he change(s). If the scope or objectives innovations, reductions in cost or t or exbaordhary social and have changed or an extension of time is necessary, explain the community involvements. circumstances and justify. tithe fatal budget has been exceeded or b. Provide each grant program monthly or quarterly quantitative if individual budget kerns have changed more than the prescribed Projections of the acoompilalxnents to be achieved, tf possible. in Attachment K, Oboe of Management and Budget Circular IMten accomplishments cannot be quantified, list the activities Circular No, A 102, explain and justify the change and Its effect on the ect chronological order to show the schedule of accomplishments and Proj their target dates. c. Identify the kinds of data to be collected and maintained, and discus he criteria to be used to evaluate the results and success of the protect Explain the methodology that well be used to determine tithe needs identified and discussed are being met and if the results and benefits Identified in Item 2 are be achieved. CIP/PREAPPLICATION DATA SHEET AIRPORT: EXAMPLE LOCAL PRIORITY: UPDATED: December, 1994 WORK ITEM: East Apron Reconstruction SKETCH: 1 \ � , 0 r# 41k 110k, East � rualon I 4 g 507 10017 aeon' JUSTIFICATION: The East Ramp supports all general aviation (GA), business and Part 135 operators. The existing asphalt is deteriorating. It is severely cracked and weathered and the PCI index of 40. The entire apron needs major reconstruction. SPONSOR SIGNATURE: DATE: COST ESTIMATE: Item (Excavation, Paving, etc.) ADMINISTRATION: $ 500 1 Construction $ 824;500 ` 4: - $ ENGINEERING: $ 100,000 2: $ 5: $ INSPECTION: $ 750000 3: $ - TOTAL: $1,000.000 ADO USE: PREAPP GRANT NPIAS WORK FM NO: NO: CODE: CODE: PRIOR: FED $ CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: UPDATED: WORK ITEM: Snow Removal Equipment Purchase SKETCH: SPONSOR •!r , SIGNATURE: \` -. ' DATE: 3a . COST ESTIMATE: $485,636 Item (Excavation, Paving, etc.) SRE Purchase ADMINISTRATION: $ $2,500 1: Purchase $ 483,136 4 $ of SRE ENGINEERING: $ 2: $ 5 $ INSPECTION: $ 3: $ TOTAL: $ 485,636 ADO USE: PREAPP GRANT NPIAS WORK FAA NO: NO: CODE: CODE: PRIOR: FED $ U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION DRUG -FREE WORKPLACE Yakima Air Terminal Board Yakima Air Terminal 3 -53 -0089 -34 (sponsor) (Almon) (Project Number) Snow Removal Equipment Purchase (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug -free workplace within Federal grant programs are described in Title 49, Code of Federal Regulations, Part 29. Sponsors are required to certify they will be, or will continue to'provide, a drug -free workplace in accordance with the regulation. The AIP project grant agreement contains specific assurances on the Drug -Free Workplace Act of 1988. Except for the certified items below marked not applicable (N /A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does It relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. A statement has been (will be) published notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a ❑ controlled substance Is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition. 2. An ongoing drug -free awareness program has been (will be) established to Inform employees about: a. The dangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug -free workplace; El E c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be Imposed upon employees for drug abuse violations occurring in the workplace. 3. Each employee to be engaged in the performance of the work has been (will in D be) given a copy of the statement required within item 1 above. 4. Employees have been (will be) notified in the statement required by item 1 above that, as a condition employment under the grant, the employee will: a. Abide by the terms of the statement; and ® El El b. Notify the employer In writing of his or her conviction for a violation of a criminal drug statute occurring In the workplace no later than five calendar days after such conviction. 5. The FM will be notified in writing within ten calendar days after receiving notice under Item 4b above from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide ® 0 0 notice, including position title of the employee, to the FM. Notices shall Include the project number of each affected grant. Page 1 of 2 Yes No N/A 6. One of the following actions will be taken within 30 calendar days of receiving a notice under Item 4b above with respect to any employee who Is so convicted: a. Take appropriate personnel action against such an employee, up to and Including termination, consistent with the requirements of the ® ❑ El Rehabilitation Act of 1973, as amended; or b. Require such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. 7. A good faith effort will be made to continue to maintain a drug -free workplace ��� t El 0 hrough Implementation of items 1 through 6 above. I have prepared documentation attached hereto with site(s) for performance of work (street address, city, county, state, zip code). There are no such workplaces that are not identified in the attachment. I have prepared additional documentation for any above items marked "no" and attached it hereto. I certify that, for the project identified herein, responses to the forgoing Items are accurate as marked and attachments are correct and complete. Yakima Air Terminal Board Sm j: son) (SSgnetureofSpon$o sDeaignated Official ► prssemabve) Cart L. Rommel _ (Typed Name of Sponsors Designatsd,O/tidat Raprsasnt five) Airport Manager (Typed Ti . o1 S ponaa's Designated Official Representative) a- 200.x' Page 2 of 2 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION SELECTION OF CONSULTANTS Yakima Air Terminal Board Yakima Air Terminal 3-53- 0089 -34 (Sponsor) (Airport) (Project Number) Procure Snow Removal Equipment for Priority 1 areas. (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that It will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General standards for selection of consultant services within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. Sponsors may use other qualifications -based procedures provided they are equivalent to specific standards in 49 CFR 18 and FAA Advisory Circular 150/5100 -14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Except for the certified items below marked not applicable (N /A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standard. Yes No N/A 1. Solicitations were (will be) made to ensure fair and open competition from ❑ ❑ a wide area of interest. 2. Consultants were (will be) selected using competitive procedures based on qualifications, experience, and disadvantaged enterprise requirements ® ❑ ❑ with the fees determined through negotiations. 3. A record of negotiations has been (will be) prepared reflecting considerations involved in the establishment of fees, which are not ❑ ❑ /�� C significantly above the sponsor's independent cost estimate. 4. If engineering or other services are to be performed by sponsor force ❑ ❑ account personnel, prior approval was (will be) obtained from the FAA. 5. The consultant services contracts clearly establish (will establish) the scope of work and delineate the division of responsibilities between all ❑ ❑ parties engaged in carrying out elements of the project. 6. Costs associated with work ineligible for AIP funding are (will be) clearly identified and separated from eligible items in solicitations, contracts, and El .E ❑ related project documents. 7. Mandatory contact provisions for grant- assisted contracts have been (will ❑ ❑ be) included in consultant services contracts. 8. The cost - plus - percentage -of -cost methods of contracting prohibited under 4 ❑ ❑ Federal standards were not (will not be) used. Page 1 of 2 9. If the services being procured cover more than the single grant project referenced in this certification, the scope of be) specifically 0 described In the advertisement, and future work will not be initiated beyond five years. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any Item marked "no" that is correct and complete. Yakima Air Terminal Board , Me' anSoi) - (Signature ofSprin signaled Official Representetive) Carl L. Rommel (l)f ped Name of Sponsors Designated Official Representative) Airport Manager (TyPed Me of Sponsort Designated Official Representative) (Date) .7 Page 2 of 2 Crllrc:cicarI(iI S r U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION CONSTRUCTION PROJECT FINAL ACCEPTANCE Yakima Alr Terminal Board Yakima Air Terminal 3-53-0089-34 (Sponsor) (A+ ) (Project Number) Procure Snow Removal Equipment for Priority 1 areas. (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program. General standards forflnal acceptance and close out of federally funded construction projects are In Title 49, Code of Federal Regulations, Part 18.50. The sponsor shall determine that project costs are accurate and proper in accordance with specific requirements of the grant agreement and contract documents. Except for the certified items below marked not applicable (N /A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does It relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. The personnel engaged in project administration, engineering supervision, construction inspection and testing were (will be) determined to be qualified ® ❑ ❑ as well as competent to perform the work. 2. Daily construction records were (will be) kept by the resident engineer/construction inspector as follows: a. Work In progress, b. Quality and quantity of materials delivered, c. Test locations and results, d. Instructions provided the contractor, ® ❑ ❑ 1 e. Weather conditions, f, Equipment use, g. Labor requirements, h. Safety problems, and I. Changes required. 3. Weekly payroll records and statements of compliance were (will be) submitted by the prime contractor and reviewed by the sponsor for Federal labor and ❑ ❑ ®. civil rights requirements (Advisory Circulars 150/5100 -6 and 150/5100 -15). 4. Complaints regarding the mandated Federal provisions set forth in the ❑ ❑ contract documents have been (will be) submitted to the FM. 5. All tests specified In the plans and specifications were (will be) performed and ® ❑ ❑ the test results documented as well as made available to the FAA, 6. For any test results outside of allowable tolerances, appropriate corrective ❑ ❑ actions were (will be) taken. Page 1 of 2 Yes No N/A 7. Payments to the contractor were (will be) made In compliance with contract provisions as follows: a. Payments are verified by the sponsor's internal audit of contract records kept by the resident engineer, and ® ❑ ❑ b. If appropriate, pay reduction factors required by the specifications are applied in computing final payments and a summary of pay reductions made available to the FM. 8. The project was (will be) accomplished without significant deviations, changes, or modifications from the approved plans and specifications, except ® ❑ ❑ where approval is obtained from the FM. 9. A final project inspection was (will be) conducted with representatives of the sponsor and the contractor and project flies contain documentation of the final ® ❑ ❑ Inspection. 10. Work in the grant agreement was (will be) physically completed and corrective actions required as a result of the final inspection is completed to the ® ❑ ❑ . satisfaction of the sponsor. 11. If applicable, the as -built plans, an equipment inventory, and a revised airport ® ❑ D • layout plan have been (will be) submitted to the FM. 12. Applicable close out financial reports have been (will be) submitted to the ® ❑ ❑ FM. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked 'no that is correct and complete. Yakima Air Terminal Board (Signature of Sponsor's signaled Official Representative) Carl. L. Remmel _ (Typed Name of Sponsor's Designated O16dat Raorasentathe) Airport Manager (Typed Tate of Sponsor's Designated Official Representative) 3S...o ; _ — - a,(Dated —_ — Page 2 of 2 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION EQUIPMENT /CONSTRUCTION CONTRACTS Yakima Air Terminal Board Yakima Air Terminal 3 -53 -0089 -34 (Sponsor) (Airport) (Project Number) Procure Snow Removal Equipment for Priority 1 areas. (Work Desorption) F Title 49, United States Code (USC), section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements In carrying out a project under the Airport Improvement Program (AIP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AlP standards are generally described in FM Advisory Circular (AC) 150 /5100 -6, Labor Requirements for the Airport Improvement Program, AC 150/5100 -15, Civil Rights Requirements for the Airport Improvement Program, and AC 150 /5100 -16, Airport Improvement Program Grant Assurance One — General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards. Except for the certified Items below marked not applicable (N /A), the list includes major requirements for this aspect of project implementation, although It Is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. A code or standard of conduct is (will be) In effect governing the performance of the sponsor's officers, employees, or agents in soliciting ® 0 ❑ and awarding procurement contracts. 2. Qualified personnel are (will be) engaged to perform contract administration, engineering supervision, construction Inspection, and ® ❑ ❑ testing. 3. The procurement was (will be) publicly advertised using the competitive ® ❑ ❑ sealed bid method of procurement. 4. The bid solicitation dearly and accurately describes (will describe): a. The current Federal wage rate determination for all construction projects, and ►�� ❑ ❑ b. All other requirements of the equipment and /or services to be provided. 5. Concurrence was (will be) obtained from FAA prior to contract award under any of the following circumstances: a. Only one qualified person/firm submits a responsive bid, b. The contract is to be awarded to other than the lowest responsible ® ❑ ❑ bidder, • c. Life cycle costing is a factor in selecting the lowest responsive bidder, or d. Proposed contract prices are more than 10 percent over the sponsor's cost estimate. fl 9 Yes No N/A e . 6. All contracts exceeding $100,000 require (will require) the following provisions: a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent; b. Conditions specifying administrative, contractual, and legal remedies, ® ❑ ❑ including contract termination, for those instances in which contractors violate or breach contact terms; and c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)), Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738. 7. All construction contracts contain (will contain) provisions for: a. Compliance with the Copeland "Anti -Kick Back" Act, and b. Preference given in the employment of labor (except in executive, ® ❑ ❑ administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans. 8. All construction contracts exceeding $2,000 contain (will contain) the following provisions: a. Compliance with the Davis -Bacon Act based on the current Federal � ❑ ❑ wage rate determination; and b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327 -330), Sections 103 and 107. 9. All construction contracts exceeding $10,000 contain (will contain) appropriate clauses from 41 CFR Part 60 for compliance with Executive ® ❑ ❑ Orders 11246 and 11375 on Equal Employment Opportunity. 10. All contracts and subcontracts contain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and 49 CFR 26 for ❑ ❑ Disadvantaged Business Enterprises. 11. Appropriate checks have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. ❑ Department of Transportation (DOT) element and appearing on the DOT Unified List. I certify, for the project identified herein, responses to the forgoing Items are accurate as marked and have prepared documentation attached hereto for any kern marked "no" that is correct and complete. Yakima Air Terminal Board (Name of sor) OIN (Signature orSponsors. �: ignared Official Representative) Cad L. Remmel (Typed Name of Sponsors Designated Official Rep►eseftarive) Airport Manager (Typed Title of Sp onsor's Designated Official Representative) (Date'- M f a■ •.— — — U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION PROJECT PLANS AND SPECIFICATIONS Yakima Air Terminal Board Yakima Air Terminal 3- 53-0089 -34 (Sponsor) (as (Project Number) _�- - Procure Snow Removal Equipment for Priority 1 areas. (Work Desurpuon) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100 -15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One—General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Except for the certified items below marked not applicable (N /A), the list includes major requirements for this aspect of project implementation, although It is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or ig modification to standards set forth In the advisory circulars, or State standard, Is necessary other than those previously approved by the FAA. 2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least two ❑ ❑ manufacturers can meet the specification. 3. The development included (to be Included) in the plans is depicted on the ❑ ❑ airport layout plan approved by the FAA. 4. Development that is Ineligible for AIP funding has been (will be) omitted ® ❑ ❑ from the plans and specifications. 5. The process control and acceptance tests required for the project by standards contained In Advisory Circular 150/5370 -10 are (will be) ❑ 0 included in the project specifications. 6. If a value engineering clause is incorporated Into the contract, ❑ ❑ concurrence was (will be) obtained from the FAA. 7. The plans and specifications incorporate (will incorporate) applicable requirements and recommendations set forth In the Federally approved ® 0 0 environmental finding. Page 1of2 Yes No N/A 8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 160/6370 -2 have been (will El El be) discussed with the FM as well as Incorporated Into the specifications, • and a safety /phasing plan has FM's concurrence, if required. 9. The project was (will be) physically completed without Federal participation In costs due to errors and omissions In the plans and 0 0 specifications that were foreseeable at the time of project design. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. Yakima Air Terminal Board - — (Name sot) er (Signature of Spilt ' slgneted Of io'af Representative) Carl L. Rommel (Typed Name of Sponsor's Desfgnsted O5r I Riepusssntatf Airport Manager (Typed 77tls ofS$ponaor'a Designated Weed Represe Page 2 of 2 ;SW. �RA ro ., . FAA ai Airports Grant Assurances Airport Sponsors A. General. 1. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants for airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term "public agency sponsor" means a public agency with control of a public -use airport; the term "private sponsor" means a private owner of a public-use airport; and the term "sponsor" includes both public agency sponsors and private sponsors. 3. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become part of this grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of this grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of the terms, conditions, and assurances with respect to real property acquired with federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances. 2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of acceptance of Federal aid for the project. Airport Sponsor Assurances (4/2012) ARP Pape 1 of 17 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 30, 32, 33, and 34 in section C apply to planning projects. The terms, conditions, and assurances of this grant agreement shall remain in full force and effect during the life of the project. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation a. Title 49, U.S.C., subtitle VII, as amended. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seq.' c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act — 5 U.S.C. 1501, et sea. e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, et seq.' 2 f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f). g. Archeological and Historic Preservation Act of 1974 -16 U.S.C. 469 through 469c. h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et i. Clean Air Act, P.L. 90 -148, as amended. j. Coastal Zone Management Act, P.L. 93 -205, as amended. k. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.' 1. Title 49, U.S.C., Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of 1973 - 29 U.S.C. 794. n. Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d through d-4. o. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et sea. p. American Indian Religious Freedom Act, P.L. 95 -341, as amended. q. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et seq.' r. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373. s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq.' t. Copeland Anti kickback Act -18 U.S.C. 874.1 u. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et sea.' v. Wild and Scenic Rivers Act, P.L. 90 -542, as amended. w. Single Audit Act of 1984 - 31 U.S.C. 7501, sea. x. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Executive Orders Airport Sponsor Assurances (4/2012) ARP Page 2 of 17 1 Executive Order 11246 - Equal Employment Opportunity' Executive Order 11990 - Protection of Wetlands Executive Order 11998 — Flood Plain Management Executive Order 12372 - Intergovernmental Review of Federal Programs Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Construction Executive Order 12898 - Environmental Justice Federal Regulations a. 14 CFR Part 13 - Investigative and Enforcement Procedures. b. 14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. • c. 14 CFR Part 150 - Airport noise compatibility planning. d. 29 CFR Part 1- Procedures for predetermination of wage rates.' e. 29 CFR Part 3 - Contractors and subcontractors on public building or public work financed in whole or part by loans or grants from the United States. f. 29 CFR Part 5 - Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non - construction contracts subject to the Contract Work Hours and Safety Standards Act).' g. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements).' h. 49 CFR Part 18 - Uniform administrative requirements for grants and cooperative agreements to state and local governments. i. 49 CFR Part 20 - New restrictions on lobbying. j. 49 CFR Part 21- Nondiscrimination in federally- assisted programs of the Department of Transportation - effectuation of Title VI of the Civil Rights Act of 1964. k. 49 CFR Part 23 - Participation by Disadvantage Business Enterprise in Airport Concessions. 1. 49 CFR Part 24 - Uniform relocation assistance and real property acquisition for Federal and federally assisted programs.' m. 49 CFR Part 26 — Participation By Disadvantaged Business Enterprises in Department of Transportation Programs. n. 49 CFR Part 27 - Nondiscrimination on the basis of handicap in programs and activities receiving or benefiting from Federal financial assistance.' o. 49 CFR Part 29 — Government wide debarment and suspension (nonprocurement) and government wide requirements for drug -free workplace (grants). p. 49 CFR Part 30 - Denial of public works contracts to suppliers of goods and services of countries that deny procurement market access to U.S. contractors. ARport Sponsor Assurances (4/2012) ARP Page 3 of 17 q. 49 C:PR Part 41 - Seismic safety of Federal and federally assisted or regulated new building construction.' Office of Management and Budget Circulars a. A -87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments. b. A -133 - Audits of States, Local Governments, and Non -Profit Organizations 1 These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 18 and OMB Circular A -87 contain requirements for State and Local Governments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this grant agreement. 2. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to apply for this grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for this grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with this application; and to provide such additional information as may be required. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under this grant agreement which it will own or control. 4. Good Title. a. It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. Airport Sponsor Assurances (412012) ARP Page 4 of 17 b. For noise compatibility program projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal funds will be expended or will give assurance to the Secretary that good title will be obtained, 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in this grant agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. It will not sell, lease, encumber, or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in this grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States Code, to assume the obligations of this grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement c. For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to the same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility program project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial non - compliance with the terms of the agreement. d. For noise compatibility program projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial non - compliance with the terms of the agreement. e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public - use airport in accordance with these assurances for the duration of these assurances, f. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient lights and authority to insure Airport Sponsor Assurances (412012) ARP Page 5 of 17 that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in this grant agreement and shall insure that such arrangement also requires compliance therewith. g. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for residential use, to taxi an aircraft between that property and any location on airport Sponsors of general aviation airports entering into any arrangement that results in permission for the owner of residential real property adjacent to or near the airport must comply with the requirements of Sec. 136 of Public Law 112 -95 and the sponsor assurances. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 8. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. 9. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10. Mr and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, Airport Sponsor Assurances (4/2012) ARP Page 6 0117 it assures or certifies that it has implemented an effective airport pavement maintenance - management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. 12. Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this grant, the total cost of the project in connection with which this grant is given or used, and the amount or nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to this grant. The Secretary may require that an appropriate audit be conducted by a recipient In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which this grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six (6) months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under this grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis -Bacon Act, as amended (40 U.S.C. 276a- 276a -5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 15. Veteran's Preference. It shall include in all contracts for work on any project funded under this grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Vietnam Airport Sponsor Assurances (4/2012) ARP Page 71;417 1 era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval of the Secretary, shall be incorporated into this grant agreement. Any modification to the approved plans, specifications, and schedules shall also be subject to approval of the Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, specifications, and schedules approved by the Secretary for the project. It shAll subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project application or with the modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. f. It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of Airport Sponsor Assurances (4/2012) ARP Page 8 of 17 this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19. Operation and Maintenance. a. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non - aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for- t) Operating the airport's aeronautical facilities whenever required; 2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and 3) Promptly notifying airmen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow, flood or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. b. It will suitably operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21. Compatible Land Use. It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause or permit any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. Almon Sponsor Assurances (412012) ARP Pape 9 of 17 22. Economic Nondiscrimination. a. It will make the airport available as an airport for public use on reasonable terms and without unjust discrimination to all types, kinds and classes of aeronautical activities, including commercial aeronautical activities offering services to the public at the airport. b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to- I) furnish said services on a reasonable, and not unjustly discriminatory, basis to all users thereof, and 2) charge reasonable, and not unjustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. Each fixed -based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based operator that is authorized or permitted by the airport to serve any air carrier at such airport e. Each air carrier using such airport (whether as a tenant, non tenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and utilize similar facilities, subject to reasonable classifications such as tenants or non tenants and signatory carriers and non signatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classification or status. f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees [including, but not limited to maintenance, repair, and fueling] that it may choose to perform. g. In the event the sponsor itself exercises any of the tights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. Airport Sponsor Assurances (412012) ARP Page 10 of 17 h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. i. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any person providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of the services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services, and b. If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -based operator and such airport. It further agrees that it will not, either directly or indirectly, grant or permit any person, firm, or corporation, the exclusive right at the airport to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self - sustaining as possible under the circumstances existing at the particular airport, taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development, airport planning or noise compatibility project for which a grant is made under Title 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. 25. Airport Revenues. a. All revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner or operator of the Airport Sponsor Assurances (412012) ARP Page 11 of 17 1 airport and which are directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. The following exceptions apply to this paragraph: 1) If covenants or assurances in debt obligations issued before September 3, 1982, by the owner or operator of the airport, or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other facilities, then this limitation on the use of all revenues generated by the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply. 2) If the Secretary approves the sale of a privately owned airport to a public sponsor and provides funding for any portion of the public sponsor's acquisition of land, this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20 -year period) of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3) Certain revenue derived from or generated by mineral extraction, production, lease, or other means at a general aviation airport (as defined at Section 47102 of title 49 United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec. 813 of Public Law 112 - 95. b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit will review, and the resulting audit report will provide an opinion concerning, the use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. c. Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Section 47107 of Title 49, United States Code. 26. Reports and Inspections. It will: a. submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports Airport Sponsor Assurances (412012) ARP Pape 12 of 17 available to the public; make available to the public at reasonable times and places a report of the airport budget in a format prescribed by the Secretary b. for airport development projects, make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; c. for noise compatibility program projects, make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of this grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; and d. in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: 1) all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2) all services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property. 27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that — a. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather - reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such AUp01t Sponsor Assurances (4/2012) ARP Page 13 of 17 1 • 's purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at all times an airport layout plan of the airport showing (1) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; (2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon; and (4) all proposed and { existing access points used to taxi aircraft across the airport's property boundary. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. b. If a change or alteration in the airport or the facilities is made which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the airport and which is not in conformity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested, by the Secretary (1) eliminate such adverse effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in the airport or its facilities except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary's design standards beyond the control of the airport sponsor. 30. Civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits, or Airport SponsorAssurances (4/2012) ARP Page 14 of 17 (b) the period during which the sponsor retains ownership or possession of the property. 31. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes, including land serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States' share of acquisition of such land will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2) transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order, (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes, the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. b. For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair market value of the land. That portion of the proceeds of such disposition which is proportionate to the United States' share of the cost of acquisition of such land will, (1) upon application to the Secretary, be reinvested or transfers ed to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) the revenue Airport Sponsor Assurances (412012) ARP Page 15 of 17 ' I from interim uses of such land contributes to the financial self - sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. d. Disposition of such land under (a) (b) or (c) will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 32. Engineering and Design Services. It will award each contract, or sub- contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping or related services with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under Title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent qualifications -based requirement prescribed for or by the sponsor of the airport 33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. 34. Policies, Standards, and Specifications. It will carry out the project in accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed in the Current FAA Advisory Circulars for Al? projects, dated (the latest approved version as of this grant offer) and included in this grant, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. 35. Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property, to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse property owners for necessary expenses as specified in Subpart B. (2) It will provide a relocation assistance program offering the services described in Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. (3) It will make available within a reasonable period of time prior to displacement, comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36. Access By Intercity Buses. The airport owner or operator will permit, to the maximum extent practicable, intercity buses or other modes of transportation to Airport Sponsor Assurances (412012) ARP Page 16 of 17 have access to the airport; however, it has no obligation to fund special facilities for intercity buses or for other modes of transportation. 37. Disadvantaged Business Enterprises. The recipient shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT - assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure non discrimination in the award and administration of DOT- assisted contracts. The recipient's DBE program, as required by 49 CFR Part 26, and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801). 38. Hangar Construction. If the g airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for the aircraft at the aircraft owner's expense, the airport owner or operator will grant to the aircraft owner for the hangar a long term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose. 39. Competitive Access. a. If the airport owner or operator of a medium or large hub airport (as defined in section 47102 of title 49, U.S.C.) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that - 1) Describes the requests; 2) Provides an explanation as to why the requests could not be accommodated; and 3) Provides a time frame within which, if any, the airport will be able to accommodate the requests. b. Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. Airport Sponsor Assurances (412012) ARP Page 17 of 17 TITLE VI PRE -AWARD SPONSOR CHECKLIST Airport/Sponsor: Yakima Air Terminal AIP #: 3-53-0089-34 Project Description(s): Procure Snow Removal Equipment for Priority 1 areas. 1) Please describe any of the following IF they apply to your project: Title VI issues raised at public hearing(s) and the conclusions made; EIS data concerning the race, color, or national origin of the affected community; steps taken or proposed to guard against unnecessary impact on persons on the basis of race, color or national origin. X None 2) Please list any airport related Title VI lawsuits or complaints filed in the preceding year against the sponsor. Include a summary of the findings. X None fit "None ", continue with questions 3 and 41. 3) Please list any current applications for federal funding (other than FAA) of airport related projects which exceed the amount for this grant. X None 4) Please Ilst any airport related Title VI compliance review(s) received by the sponsor in the preceding two years. Include who conducted the review and any findings of noncompliance. X None To be completed by the Civil Rights Staff Review completed and approved: Signature Date: This checklist is only required for projects that involve one of the following: Environmental Assessment or Impact Statement (EIS); airport or runway relocation; major runway extension; relocation of any structure of person; or impact to access or preservation of any burial ceremonial or other sacred or historical structures or lands of any Indigenous or ethnic population. Return to: FAA, Civil Rights, Northwest Mountain Region; 1601 Lind Ave. SW; Renton, WA 98057 -3356. FAX: (425) 227 -1009 Phone (425) 227 -2009 CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACHMENT 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. Comaliance with Regulations. The contractor shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. the contractor shall not participate either directly of indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth In Appendix B of the Regulations. 3. Solicitations for Subcontracts. Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or lease of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and Its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contract is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that In the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. { { CLAUSES FOR DEEDS, LICENSES, LEASES, PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the Sponsor pursuant to the provisions of Assurances 5(a) and 5(b). 1. The (grantee, licensee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land ") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a DOT program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. 2. The (grantee, licensee, lessee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land ") that: (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination In the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, permittee, etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. REQUIRED STATEMENTS AIRPORT IMPROVEMENT PROGRAM PROJECTS AIRPORT: Yakima Air Terminal LOCATION: 2400 West Washington Avenue, Yakima, Washington 98903 AIP PROJECT NO.: 3-53-0089-34 STATEMENTS APPLICABLE TO THIS PROJECT X a. INTEREST OF NEIGHBORING COMMUNITIES: In formulating this project, consideration has been given to the interest of communities that are near (Exact name of airport)Yakima Air Terminal. X b. THE DEVELOPMENT PROPOSED IN THIS PROJECT will not require the use of publicly owned land from a public perk, recreation area, wildlife and fowl refuge, or a historical site under Federal, State, or Local jurisdiction. X 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 Teri igal, and they have been informed regarding the scope and nature of this project. X d. THE PROPOSED PROJECT IS CONSISTENT with existing approved plans for the area surrounding the airport. The above statements have been duly considered and are applicable to this project. (Provide comment for any statement not checked). BY:. Carl L. Rommel DATE: a - TITLE: Airport Manager . . SPONSORING AGENCY: Yakima County /City of Yakima NOTE; Where opposition is stated to an airport development project, whether expressly or by proposed revision, the following specific lirfonnatlan concerning the opposition to the project must be famished • 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. a If the opponents proposed any alternatives, what these alternatives were and the reason for nonacceptance; f. Sponsor's plans, if any, to minimize arty 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 "Dlsdosure 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 Ws ate Sponsor's Authorized Representative Title Airport Manager '/ FAA l'4 Airports 11 V 0 Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated: 1/25/2012 View the most current versions of these ACs ancterty associated changes at: fillb://Www.tei:gOV/LiirdorttiretoUtteifed■40ev circulers . .„ NUMBER TITLE 70/7480-1K Obstruction Meriting and Lighting 150/5000-13A Announcement of Avallability—RTCA Inc., Document RTCA-221, Guidance and Recommended Requirements for Airports Surface Movement Sensors 150/5020-1 Noise Control and Compatibility Planning for Airports 150/5070-8B Airport Master Plans Change 1 150/5070-7 The Airport System Planning Process 15W5100-13B Development of State Standards for Non Primary Airports . . 150/5200-28D Notices to Airmen (NOTAMS) for Airport Operators 150/5200-30C Airport Winter Safety and Operations 150/520043B Hazardous Wildlife Attractants On or Near Airports 150/5210-5D Painting, Marking and Lighting of Vehicles Used on an Airport 150/5210-7D Aircraft Rescue and Fire Fighting Communications ' 150/5210-13C Airport Water Rescue Plans and Equipment • 150/5210-14B • Aircraft Rescue Fire Fighting Equipment, Tools, and Clothing • • --___. _ 150/5210-15A ; Airport Rescue 8, Firefighting Station Building Design 150/5210-18A ; .' Systems for Interactive Training of Airport. Personnel , . FM AdvlsOry Clic:Wars Stir Lite In Updated - Pepe 1 of 5 AIP Funded and PFC Approved Projects ARP i NUMBER TITLE v, , yM ,x.° 150/5210 -19A Driver's Enhanced Vision System (DEVS) 150/5220 -10E Guide Specification for Aircraft Rescue and Firefighting Vehicles 150/5220-16D Automated Weather Observing Systems for Non - Federal Applications 150/5220 -17B Aircraft Rescue and Firefighting (ARFF) Training Facilities 150/5220 -18A Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 160/5220 -20 Airport Snow and Ice Control Equipment Change 1 150/5220 -21B Guide Specification for Lifts Used to Board Airline Passengers With Mobility Impairments 150/5220 -22A Engineered Materials Arresting System (EMAS) for Aircraft Overruns 150/5220-23 Frangible Connections 150/5220 -24 Foreign Object Debris Detection Equipment 150/5300 -7B FAA Policy on Facility Relocations Occasioned by Airport Improvements or Changes 150/5300 -13 Airport Design Changes 1 -18 150/5300 -14B Design of Aircraft Deicing Facilities 150 /5300 -16A General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey 150 /5300 -17C General Guidance and Specifications for Aeronautical Survey Airport Imagery Acquisition and Submission to the National Geodetic Survey 150/5300 -18B General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards 150/5320 -5C Surface Drainage Design Change 1 150/5320 -6E Airport Pavement Design and Evaluation 150/5320 -12C Measurement, Construction, and Maintenance of Skid Resistant Airport Change 8 Pavement Surfaces 150/5320 -15A Management of Airport Industrial Waste FM Advisory Circulars Required for Use In Updated 1/25/2012 Page 2 of 5 AIP Funded and PFC Approved Projects ARP - , - NUMBER TITLE tt 150/5325-46 Runway Length Requirements for Airport Design 150/5335-58 Standardized Method of Reporting Airport Pavement Strength PCN 150/5340-1K Standards for Airport Markings 150/5340-5C Segmented Circle Airport Marker System 150/5340-18F Standards for Airport Sign Systems 150/5340-30F Design end Installation Details for Airport Visual Aids 150/5345-3G Specification for L821 Panels for the Control of Airport Lighting 150/5345-56 Circuit Selector Switch 150/5345-7E Specification for L824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-10G Specification for Constant Current Regulators Regulator Monitors 150/5345-12F Specification for Airport and Heliport Beacon 150/5345-13B Specification for 1841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Ughting Circuits 150/5345-26D Specification for 1823 Plug and Receptacle, Cable Connectors 150/5345-27D Specification for Wind Cone Assemblies 150/5345-28G Precision Approach Path Indicator (PAPI) Systems 150/5345-39D FM Specification 1853, Runway and Taxiway Retroreflective Markers 150/5345-42F Specification for Airport Light Bases, Transformer Housings, Junction Boxes and Accessories 150/5345-43F Specification for Obstruction Lighting Equipment 150/5345-44J Specification for Taxiway and Runway Signs 150/5345-45C Low-Impact Resistant (LIR) Structures 150/5345-46D Specification for Runway and Taxiway Light Fixtures 150/5345-4TC Specifications for Series to Series Isolation Transformers for Airport Lighting System 150/5345-49C Specification L854, Radio Control Equipment FM Advisory Circulars Required for Use In Updated 1125/2012 Page 3 of 5 AIP Funded and PFC Approved Projects ARP NUMBER ' TITLE 150/5345-SOB Specification for Portable Runway and Taxiway Lights 150/5345 -51 B Specification for Discharge -Type Flasher Equipment 150 /5345 -52A Generic Visual Glideslope Indicators (GVGI) 150/5345.53C Airport Lighting Equipment Certification Program 150/5345 -54B Specification for L -1884, Power and Control Unit for Land and Hold Short 150/5345 -55A Specification for L893, Lighted Visual Aid to Indicate Temporary Runway Closure 150/5345 -568 Specification for L -890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360 -9 Planning and Design of Airport Terminal Facilities at Non -Hub Locations 150/5360 -12E Airport Signing and Graphics 160 /5360 -13 Planning and Design Guidance for Airport Terminal Facilities Change 1 150/5360 -14 Access to Airports By Individuals With Disabilities 150/5370-2F Operational Safety on Airports During Construction 150/5370 -10F Standards for Specifying Construction of Airports 150/5370 -11B Use of Nondestructive Testing Devices in the Evaluation of Airport Pavement 150/5380 -68 Guidelines and Procedures for Maintenance of Airport Pavements 150/5390 -2B Heliport Design 150/5395 -1 Seaplane Bases FAA Advisory Circulars Required for Use In Updated 1/25/2012 Page 4 of 5 AIP Funded and PFC Approved Projects ARP THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY DATED: 1/25/2012 NUMBER TITLE 150/5100 -140 Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects 150/5100 -15A Civil Rights Requirements for the Airport Improvement Program 150 /5100 -17 Land Acquisition and Relocation Assistance for Airport Improvement Program Changes 1- 6 Assisted Projects 150/5200 -37 Introduction to Safety Management Systems (SMS) for Airport Operators 150/5300 -15A Use of Value Engineering for Engineering Design of Airports Grant Projects 150 /5320 -17 Airfield Pavement Surface Evaluation and Rating (PASER) Manuals 150 /5370 -6D Construction Progress and Inspection Report — Airport Grant Program Changes 1 - 4 150/5370 -12A Quality Control of Construction for Airport Grant Projects 150/5370 -13A Offpeak Construction of Airport Pavements Using Hot -Mix Asphalt 150/5380 -7A Airport Pavement Management Program THE FOLLOWING ADDITIONAL APPLY TO PFC PROJECTS ONLY DATED: 1/25/2012 NUMBER . TITLE 150 /5000 -12 Announcement of Availability — Passenger Facility Charge (PFC) Application (FAA Form 5500 -1) FAA Advisory Circulars Required for Use in Updated 1125(2012 Page 5 of 5 A1P Funded and PFC Approved Projects ARP I STANDARD DOT TITLE VI ASSURANCES Yakima Air Terminal (hereinafter referred to as the Sponsor) hereby agrees that as a condition to receiving Federal financial assistance from the Department of Transportation (DOT), it will comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.) and all requirements imposed by 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation -- Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the "Regulations ") to the end that no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement. Without limiting the above general assurance, the Sponsor agrees concerning this grant that: 1. Each "program" and "facility" (as defined in Section 21.23(a) and 21.23(b)) will be conducted or operated In compliance with all requirements of the Regulations. 2. It will insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 3. Where Federal financial assistance is received to construct a facility, or part of a facility, the assurance shall extend to the entire facility and facilities operated in connection therewith. 4. Where Federal financial assistance is in the form or for the acquisition of real property or an interest In real property, the assurance shall extend to rights to space on, over, or under such property. 5. It will include the appropriate clauses set forth in Attachment 2 of this assurance, as a covenant running with the land, In any future deeds, leases, permits, licenses, and similar agreements entered Into by the Sponsor with other parties: (a) for the subsequent transfer of real property acquired or improved with Federal financial assistance under this project; and (b) for the construction or use of or access to space on, over, or under real property acquired or improved with Federal financial assistance under this Project. 6. This assurance obligates the Sponsor for the period during which Federal financial assistance Is extended to the program, except where the Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the Sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the Sponsor retains ownership or possession of the property. 7. It will provide for such methods of administration for the program as are found by the Secretary of transportation of the official to whom he delegates specific authority to give reasonable guarantees that it, other sponsors, subgrantees, contractors, subcontractors, transferees, successors in Interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the act, the Regulations, and this assurance. Page 1 2 STANDARD - DOT TITLE_VIASSURANCES (ConHnuedl 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 ot 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 (,- Yakima Air Terminal (Sponsor) - - •. igriature of thorized Official) Page 2 of 2