Loading...
HomeMy WebLinkAbout04/06/2021 04G Yakima Air Terminal-McAllister Field Grant Application with the Federal Aviation Administration to\'4\lyy tbxk ik 1 + PPP d P f P p Pd PPi .l P 1 ittYlltYlt.\ta. BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 4.G. For Meeting of:April 6, 2021 ITEM TITLE: Resolution authorizing a grant application to the Federal Aviation Administration (FAA)for Capital I mprovement Projects at the Yakima Air Terminal-McAllister Field SUBMITTED BY: Robert K. Peterson,Airport Director, 509-575-6149 SUMMARY EXPLANATION: The Airport Improvement Program (AI P) provides grants to public agencies for planning and development of public-use airports that are included in the National Plan of Integrated Airport Systems. The Yakima Air Terminal-McAllister Field is one of many airports that is eligible to receive federal grants under this program to replace aging infrastructure and equipment. The East General Aviation Apron is located east of the main terminal building and is utilized by Alaska Airlines, McCormick Air Center, and transient pilots who visit the Yakima Valley. In 2019, WSDOT Aviation conducted an evaluation of the pavement's condition where the apron received a PCI value of 55 to 40, requiring the apron to be rehabilitated. These grant funds will assist in rehabilitating the airport's East General Aviation Apron by removing and replacing approximately 30,000 square yards of asphalt; associated drainage, tiedowns, pavement markings and apron lighting. The grant application will request a total of approximately Three Million Seventy-One Thousand One Hundred Four Dollars ($3,071 ,104) in grant funding from the Federal Aviation Administration, of which the Federal Aviation Administration will provide up to 90% of the funds needed for capital improvements and the airport will match the remaining 10% through its Passenger Facility Charge program. Projects are funded by FAA grants which will not impact the city's general fund. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOM M ENDAT ION: 2 Adopt Resolution ATTACHMENTS: Description Upload Date Type D rose 3/31/2021 Geer Memo D Grant Attelication 3'13'2021 Backup Material 3 RESOLUTION NO. R-2021- A RESOLUTION authorizing a grant application to the Federal Aviation Administration (FAA)for Capital Improvement Projects at the Yakima Air Terminal-McAllister Field. WHEREAS, the City owns and operates the Yakima Air Terminal-McAllister Field in accordance with applicable Federal, State, and Local regulations; and WHEREAS,the Federal Aviation Administration makes federal grants available to airports to maintain and improve airport facilities; and WHEREAS, the Yakima Air Terminal-McAllister Field has been notified that grant funds may be available to maintain and/or improve the airport upon submission of completed grant applications and satisfaction of certain conditions; and WHEREAS, the Yakima Air Terminal-McAllister Field has recently completed an Airport Master Plan Update, which details a variety of Federal Aviation Administration required capital improvement projects, including rehabilitating the airport's East General Aviation Apron, together with removal and replacement of approximately 30,000 square yards of asphalt; associated drainage, tiedowns, pavement markings and apron lighting; and WHEREAS, the grant application will request a total of approximately Three Million Seventy-One Hundred Thousand One Hundred Four ($3,071,104) dollars in grant funding from the Federal Aviation Administration, of which the Federal Aviation Administration will provide up to 90% of the funds needed for capital improvements and the airport will match the remaining 10% through its Passenger Facility Charge program for said projects; and WHEREAS,the City Council deems it to be in the best interest of the City and its residents to authorize submission of the grant application to the Federal Aviation Administration for grant funds needed to accomplish the identified capital improvements and, if grant funds are awarded, to accept the funds for the purposes identified in the grant application, Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: 1. The City Manager is hereby authorized and directed to submit a completed grant application to the Federal Aviation Administration to rehabilitate the airport's East General Aviation Apron, together with removal and replacement of approximately 30,000 square yards of asphalt; associated drainage, tiedowns, pavement markings and apron lighting at the Yakima Air Terminal-McAllister Field. 2. If grant funds are awarded,the City Manager is further authorized and directed to accept said grant funds to be applied to the purposes specified above. ADOPTED BY THE CITY COUNCIL this 6th day of April, 2021. ATTEST: Patricia Byers, Mayor Sonya Claar Tee, City Clerk 4 OMB Number:4040-0004 Expiration Date: 12/31/2022 Application for Federal Assistance SF-424 *1.Type of Submission: *2.Type of Application: 'If Revision,select appropriate letter(s): LII Preapplication Z New E Application E Continuation •Other(Specify): Changed/Corrected Application Revision *3.Date Received: 4.Applicant Identifier: 02/25 2021 City of Yakima ................ 5a.Federal Entity Identifier: 5b.Federal Award Identifier: 3-S3-U089-047-2621 State Use Only: 6,Date Received by State: 7.State Application Identifier: 8.APPLICANT INFORMATION: "a.Legal Name: b,Employer/Taxpayer Identification Number(EIN/TIN): *c.Organizational DUNS: 91-6091%. 3 i17821265.10000 d.Address: "Street1: 129 2nd St. Street2: •City: 'Yak:ima County/Parish: 'State: WA: ,4ashington Province: "Country: USA: UNTTFS STATES *Zip Postal Code: 98 9 u 1-2613 e.Organizational Unit: Department Name: Division Name: • f.Name and contact information of person to be contacted on matters involving this application: Prefix: •M First Name: R e,Thrt, r Middle Name: 'Last Name: ycter.50,-, Suffix: Title: Airport Director Organizational Affiliation! • Yakima Air Terminal - McAllister Field *Telephone Number: :50 9_57.5_6149 Fax Number: "Email: II ii>.pti=ter:50notpi;,:imaa r ierrai ri,)1 corn 5 Application for Federal Assistance SF-424 *9.Type of Applicant 1:Select Applicant Type: C: City or Township Government Type of Applicant 2:Select Applicant Type: Type of Applicant 3:Select Applicant Type: *Other(specify): *10.Name of Federal Agency: 1)OT - Federal Aviation Administration 11.Catalog of Federal Domestic Assistance Number: 20.106 CFDA Title: "Airport improvement Program *12.Funding Opportunity Number: Ail? 3-53-0089-O87-2021 *Title: Rehabilitation et the East General Aviation Apron area. 13.Competition Identification Number: Title: 14.Areas Affected by Project(Cities,Counties,States,etc.): Add Attachment View Att.it:F?rstet,t *15.Descriptive Title of Applicant's Project: East GA Ramp Rehabilitation Attach supporting documents as specified in agency instructions. Add Attachments 1 6 Application for Federal Assistance SF-424 16.Congressional Districts Of: *a,Applicant WA-00 4 *b.Program/Project WA-004 Attach an additional list of Program/Project Congressional Districts if needed. Add Attachment Delete Attachment View Attachment 17.Proposed Project: •a.Start Date: 06/30/2020 "b.End Date: ]12/31/2021 18.Estimated Funding($): *a,Federal 2,763,993.60 *b.Applicant 162,041.70 *c,State 145,068.70 *d,Local 0.00 "e.Other o.00 f. Program Income 0.00 *g.TOTAL 3,071,104.00 *19.Is Application Subject to Review By State Under Executive Order 12372 Process? E 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. [Z] c.Program is not covered by E.O. 12372. *20.Is the Applicant Delinquent On Any Federal Debt? (If"Yes,"provide explanation in attachment.) Yes El No If"Yes",provide explanation and attach Add Attachment ir Delete Attachment i View Attachment 21. *By signing this application, I certify(1)to the statements contained 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) Z 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: t4r *First Name: Bob Middle Name: •Last Name: 'Harrison • ............ Suffix: •Title: City Manager *Telephone Number: .509-575-6149 : Fax Number: • Bob.Harrison@yakimawa.gov „„„„„„ *Signature of Authorized Representative: : *Date Signed: 02/25/2021 7 U.S. OMB CONTROL NUMBER:z1on-0noe Federal Aviation Administration EXPIRATION DATE:umumozx Application for Federal Assistance (Development and Equipment Projects) PART UU — PROJECT APPROVAL INFORMATION ' Part U| 'SECTION A : The tenn ^S � e� �� applicant provided b 8of� associated"Sponsor" refers eoppxca name n box e�a � form, Item � Itenn1. Does Sponsor maintain an active registration in the System for Award Management �0yeo ��No (mwvw.SAN1.gov)? �= �� . Item 2. ' Can Sponsor commence the work idenUfedintheopp|inadoninUhe�omdynordho F� �� ^ � ' �� Yeo No N/A grant |nmadeorwi�hinnixmon�hoa�orthegrantiumade. vvhicheveria |eterY �= �� �� ' __- � Item 3' - Are there any foreseeable events that would delay completion of the project? If yes, El Yes 0No El N/A provide attachment to this form that lists the events. | Item 4' Will the pnojact(a) covered by this request have impacts or effects nnthe environment that require mitigating measures? If yes, attach a summary listing of Yes nNo N/A mitigating measures to this application and identify the name and date ofthe | environmental document(o)� � Item 5' Is the project covered by this request included in an approved Passenger Facility Charge (PFC) application or other Federal assistance program? If yes, please 0Y*u El No E1N6A � identify other funding sources by checking all applicable boxes. | ^ The project is included inan approved PFCapplication. � |f included inon approved PFCapplication, does the application only address A|P matching share? EDYee El No Fl �� Thopnojeotiaino|udedinonotharFedene|Amoistancepnognam. |toCFDAnumbariobe|ow^ � .bern G' �Will the requested Federal assistance include Sponsor indirect costs as described in F�yeo No �lN�� � 2CFR Appendix V1/ 0oPe�2UO. Eto�o and Local Govemmentand Indian Tribe �� �� �� Indirect Cost Proposals? If the request for Federal assistance includes a claim for allowable indirect costs, select the applicable indirect cost rate the Sponsor proposes toapply: � � F-1 De N1inimin rate of1OY6 as pannbbed by CFR §20O.414. FlNegotiated Rate equal to % oo approved by (the Cognizant Agency) on (Date) (2 CFR part2OO. appnndixVU). Note: Refer h/the instructions for limitations of application associated with claiming Sponsor indirect costs. | FAA Form s1no'1on(mzo)SUPERSEDES PREVIOUS EDITION Page 1mr 8 OMB CONTROL NUMBER:u1z0-uonVOMB EXPIRATION DATE:-- - PART|| 'SECT|QN B ' Certification RegardingLobbying The declarations made on this page are under the signature of the authorized representative as identified in box 21 of form SF-424, to which this form is attached. The term "Sponsor" refers to the applicant name provided in box 8 of the associated SF'424form. The Authorized Representative 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 Sponsor, to any person , for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any � Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any � cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal � � contract, grant, loan, nr 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 Authorized Representative shall complete and submit Standard � Fonn'LLL. ^DiocloauvoFu,mtuRopurtLobbying.^ in0000ndanoewithdainstructimna. (3) The Authorized Representative shall require that the language of this certification be included in the award ` documents for all sub-awards atall tiers (including ouboon1nacta, oubgranta, and contracts under grants, loans, � ene and 000pdveareemnt and that ges) on � oUoub iit vaupenoohoUne�ifyanddi |acoeeaooundi |ngy. � . � | � � 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. FAA Form 5100-100(8/20)SUPERSEDES PREVIOUS EDITION Page 2 of 7 9 OMB CONTROL NUMBER:2120-0569 OMB EXPIRATION DATE:6/30/2023 PART II—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 Overlay Ordinance protects land uses that are incompatible with airports. Yakima Municipal Code Chapter 15.30 and 15.04 discusses zoning and incompatible land uses in relation to the airport. 2. Defaults—The Sponsor is not in default on any obligation to the United States or any agency of the United States Government relative to the development, operation, or maintenance of any airport, except as stated herewith: Correct. 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 the Grant Assurances, either by limiting its legal or financial ability or otherwise, except as follows: N/A 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. Yes 5. Consideration of Local Interest—It has given fair consideration to the interest of communities in or near where the project may be located. Yes 6. Consultation with Users—In making a decision to undertake an airport development project under Title 49, United States Code, it has consulted with airport users that will potentially be affected by the project(§47105(a)(2)). Yes. Project aligns with the Master Plan and Airport Layout Plan, which underwent public comment. 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. N/A 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 after the project application has been received by the Secretary. N/A FAA Form 5100-100(8/20)SUPERSEDES PREVIOUS EDITION Page 3 of 7 lO OMB CONTROL NUMBER: o1zn-0annOMB EXPIRATION DATE:omn/2oun 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: 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". [11 See Exhibit A, approved on March 2015, on file with the FAA Seattle Airport District Office. � � 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 Pnojen1, 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". [1] � | � N64 ! � ' (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 an Exhibit^A". [1] � N/A � � State the character of property interest in each area and 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. FAA Fmmmoo'1oo(oon)SUPERSEDES PREVIOUS EDITION Page 4mr 11 OMB CONTROL NUMBER:moo-0ooyOMB EXPIRATION DATE:omn/2nz3 PART III — BUDGET INFORMATION — CONSTRUCTION SECT|ONA—GENERAL 1. Assistance Listing Number: 3-53-0089-047-2021 2. Functional or Other Breakout: SECTION B—CALCULATION CyF FEDERAL GRANT Latest Approved Adjustment Total Cost C|amnUDcoUon Amount +or(-)Amount Amount (Use only for (Umeon|y*or ^ Requiredrevisions) revisions) 1 Administration expense $ 8.000 ' - 2. Preliminary expense 3. Land,structures, right-of-way 4. Architectural engineering buuiu fee* 180.730 5. Other Architectural engineering fees §. Project inspection fees 480.000 7, Land development � 8. Relocation Expenses S. Relocation payments m Individuals and Businesses 10. Demolition and removal � 11, Construction and project improvement 2.413.374 12. Equipment 11 Miscellaneous � 14. Subtotal (Linee1 through 13) � $ 3.071.104 � - 15. Estimated Income (if applicable) - 10. Net Project Amount(Line 14 minus 15) 3.01.104 ~ ~ 17. Less: Ineligible Exclusions(Section C. line 23gj , 18. Subtotal(Lines 1O through 17) $ 3.071.1O4 19. Federal Share requested uf Line 1n 2`763.994 20. Grantee share 182.042 21, Other shares 145.089 - - 22. TOTAL PROJECT(Lines 1e. 2o&z1) 83.071.104 - - FAA Form 5100-100(8/20)SUPERSEDES PREVIOUS EDITION Page 5 of 7 12 OMB CONTROL NUMBER:z1uo-0ssoOMB EXPIRATION DATE:omo/2oua SECTIONC—EXCLUS|ONS mn Ineligible for�.����������� m�n'���dng�� Participation --- — _ b. � C. _ d. ' e f, _ g- Total SECTION O—PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE _ 34.Grantee Share—Fund Categories Amount a. Securities - b. Mortgagoo - c.Appropriations (by Applicant) 162.042 d. Bvndo e.Tax Levies � [ Non-Cooh g. Other(Explain): h.TOTAL-Gmnteeoha,o $ 1G2.U42 oa.Other Shares Amount a. State ' 145.069 b. Other c TOTAL-Other Shares $ 145.OGQ ' ` m6.TOTAL NON-FEDERAL FINANCING SECTION E—REMARKS (Attach sheets n additional space|srequired) The following items are attached: ' Scope ofWork - PrujeotSk*tnh -AirportSponsorAaaurenmaa Exhibit Sponsor Certifications Listing of Advisory Circulars for/\|FYPFCProjects Title V|Assurance - CertificadonforControctnGrontoLoaneondCooperativeAgneomanto Plans and Specifications are incorporated byreference. _ FAA Form s1on'1no(o/2o)SUPERSEDES PREVIOUS EDITION Page nm7 13 OMB CONTROL NUMBER:2120-0569 OMB EXPIRATION DATE:6/30/2023 PART IV—PROGRAM NARRATIVE (Suggested Format) PROJECT: East GA Ramp Rehabilitation AIRPORT: Yakima Air Terminal 1. Objective: Rehabilitation of the East General Aviation Apron area including: pavement rehabilitation; minor surface grade changes and drainage structure elevation adjustments; reconfiguration of the existing aircraft tiedown layouts and taxilane routes; installation of LED apron floodlights; pavement markings; and, construction of duct bank and cabling, 2. Benefits Anticipated: The proposed project is expected to extend the useful life of the East GA apron by rehabilitating the pavement and improving drainage at the airport. The new pavement markings and lighting would improve and enhance safety at the airport. 3. Approach: (See approved Scope of Work in Final Application) Construction for the proposed project would be completed in five phases(i.e., Phase 1, Phase 1A, Phase 1 B, Phase 2, Phase 2A). Construction is anticipated to begin summer 2021 and be complete by late summer 2021. 4. Geographic Location: Yakima Air Terminal-McAllister Field is located in Sections 34 and 35 Township 13 N, Range 18 E, and Sections 2 and 3, Township 12 N, Range 18 E. 5. If Applicable, Provide Additional Information: 6. Sponsor's Representative: (include address&telephone number) Robert Peterson, 509-575-6149 2406 West Washington Ave, Suite B Yakima, WA 9890 FAA Form 5100-100(8/20)SUPERSEDES PREVIOUS EDITION Page 7 of 7 14 CIP DATA SHEET Yakima Air Terminal-McAllister Field • YKM • East General Aviation Apron Rehabilitation-Design Only ...; ; . 2020 SKETCH; , aIDE , • , `AA irto 111 4i ... , x The East Ramp supports general aviation (GA), business, Part 121, and Part 135 operators. The existing asphalt is deteriorating. It is severely cracked and weathered with a PCI index ranging from 25 to 55, The East Ramp needs major rehabilitation. ........................ COST ESTIMATE: ADMINISTRATION: S3,000 1,Construction $ 4 $ ENGINEERING: $174,,778 w 2 $ 5$ INSPECTION: $ 3 $ TOTAL: $177,778 I'Il II 160,000 _ $8,889 MI&e,eae SPONSOR VERIFICATION: Date (see instruction sheet or attached comments for more information). For each and every Mar. '15 -Date of approved ALP with project shown project as applicable Nov. '18-Date of environmental determination(ROD,FONSI,CatEx) N/A -Date of land acquisition or signed purchase agreement N/A -Date of pavement maintenance program N/A -Date of Benefit Cost Analysis(BCA)as required SPONSOR'S SIGNATURE: ota. DATE: /I/a‘'/-20r PRINTED NAME: Robert Peterson TITLE: Airport Director PHONE NUMBER: (509)575-8149 EMAIL: rob,petersonl yakima irterminal,com FAA USE ONLY 15 INSTRUCTIONS FOR COMPLETING CAPITAL IMPROVEMENT PLAN DATA SHEET A Capital Improvement Plan(CIP)Data Sheet must be submitted for each major work itern that is requesting Federal assistance over the next 5 years. Submittal of this information is necessary to effectively administer the Airport Improvement Program. HEADER INFORMATION-Include the name of the airport,the LOCID,the local priority of the requested work,the project description and the desired Federal fiscal year(October 1st to September 30th)that you desire the project. SKETCH-Color-coded sketch that depicts and identifies the scope of the proposed project. An aerial photo can be used as long as it shows the proposed project information. JUSTIFICATION-Answers the questions of what it Is,why is it needed and what is the benefit. This is a very important part of your Capital Improvement Plan. The information is required to accurately determine the eligibility of your project and its priority for funding. Projects without adequate justification cannot be added to the CIP. To help you prepare solid justification we have compiled the following list of suggestions,which you can use to support your assessment of the need for this project. Be sure to list all reasons and needs for your project and include a detailed description of existing conditions.Use extra pages if needed. For pavement rehabilitation include the age of the pavement,distresses,Pavement Condition Index (PCI)Rating(may be able to obtain this info from ODA),or any other factor that would affect pavement life. Include type of pavement(apron,runway)and dimensions(linear feet and width or square footage). Also include what you have done to maintain the pavement over its lifetime and the date of the last major rehabilitation(i.e.overlays,sealcoats,etc.) New taxiways/taxilanes—what will this taxiway/taxilane serve? Does it serve a hangar area? Is it a parallel taxiway? What width are you proposing? If you propose a width that is wider than FAA standards, indicate how that additional pavement will be funded. For Apron Expansion indicate the current size of the apron and what you plan to add. Indicate why you . . . . need more apron space and how the apron area will be used(tie down area,etc). . . . . . . . . For fencing projects—indicate the height of the fence and lineal footage. Also,explain why the fence is . . . . needed(i.e.deer fencing,security,etc) Land acquisition explain what the land is needed for—approach protection? Development such as a new hangar area? Also include if it is fee or easement. Include parcel numbers and acreage of those parcels. Please state if residences or businesses will be acquired. • For Arrival/Departure Building,provide what type of facility you currently have and what you plan to build(square footage,types of rooms) COST ESTIMATE-The estimate of total cost including the Federal,State and Local shares. For first year projects,attach a detailed cost estimate showing unit costs;aggregate in square yards(S.Y.),concrete paving in square yards(S.Y.)and asphaltic paving in tons. Separate the costs for land acquired in fee and land acquired in easement. Note if the project is dependent on other sources of funding(i.e.other agency grants) SPONSOR VERIFICATION-The verification that the project is properly planned and is ready to"go"within the first year of the CIP fur applicable projects. Except for equipment acquisition,proposed development and land acquisition must be shown on an approved ALP,have cleared environmental processing,and the land already acquired or have a signed purchase agreement. These requirements must be completed before a project can be considered for upcoming year funding. For the 2nd and 3rd years of the CIP program,the sponsor should be working towards satisfying these requirements. Date each item verifying that all project requirements are satisfied(check marks are not acceptable). 16 CIP DATA SHEET Yakima Air Terminal-McAllister Field":;• is: YKM •• East General Aviation Apron Rehabilitation-Construction Only 2021 SKETCH: • y:' Y 11111111111.1111 The East Ramp supports general aviation(GA), business, Part 121,and Part 135 operators.The existing asphalt is deteriorating. It is severely cracked and weathered with a PCI index ranging from 25 to 55. The East Ramp needs major rehabilitation. COST ESTIMATE: ADMINISTRATION: $5,000 1,Construction $2,413,374 4 $ ENGINEERING.,$4$0,Q0p $ s$ INSPECTION: S. 3 $ TOTALa$2,898,374 =I II $2,608,537 _ $144,9181111$144,918 SPONSOR VERIFICATION: Date (see instruction sheet or attached comments for more information) For each and every Mar. '15 -Date of approved ALP with project shown project as applicable Nov. '18-Date of environmental determination(ROD,FONSI,CatEx) N/A -Date of land acquisition or signed purchase agreement N/A -Date of pavement maintenance program N/A -Date of Benefit Cost Analysis(RCA)as required SPONSOR'S SIGNATURE: .1 v"" DATE: ii J y/raft/47 PRINTED NAME: Ro ert Peterson TITLE: Airport Director PHONE NUMBER: (509)575- 149 EMAIL: rob,peterson@yakimaairterminal.com FAA USE ONLY 1 7 INSTRUCTIONS FOR COMPLETING CAPITAL IMPROVEMENT PLAN DATA SHEET A Capital Improvement Plan(CIP)Data Sheet must be submitted for each major work item that is requesting Federal assistance over the next 5 years. Submittal of this information is necessary to effectively administer the Airport Improvement Program. HEADER INFORMATION-Include the name of the airport,the LOCID,the local priority of the requested work,the project description and the desired Federal fiscal year(October 1st to September 30th)that you desire the project. SKETCH-Color-coded sketch that depicts and identifies the scope of the proposed project. An aerial photo can be used as long as it shows the proposed project information. JUSTIFICATION-Answers the questions of what it is,why is it needed and what is the benefit. This is a very important part of your . , Capital Improvement Plan. The information is required to accurately determine the eligibility of your project and its priority for . , . , funding. Projects without adequate justification cannot be added to the CIP. To help you prepare solid justification we have . , compiled the following list of suggestions,which you can use to support your assessment of the need for this project. Be sure to list all reasons and needs for your project and include a detailed description of existing conditions.Use extra pages if needed. For pavement rehabilitation include the age of the pavement,distresses,Pavement Condition Index (PCI)Rating(may be able to obtain this info from ODA),or any other factor that would affect pavement life. Include type of pavement(apron,runway)and dimensions(linear feet and width or square footage). Also include what you have done to maintain the pavement over its lifetime and the date of the last major rehabilitation(i.e.overlays,sealcoats,etc.) • New taxiways/taxilanes—what will this taxiway/taxilane serve? Does it serve a hangar area? Is it a parallel taxiway? What width are you proposing? If you propose a width that is wider than FAA standards, • indicate how that additional pavement will be funded. • For Apron Expansion indicate the current size of the apron and what you plan to add. Indicate why you need more apron space and how the apron area will be used(tie down area,etc). For fencing projects—indicate the height of the fence and lineal footage. Also,explain why the fence is needed(i.e.deer fencing,security,etc) • Land acquisition explain what the land is needed for—approach protection? Development such as a new hangar area? Also include if it is fee or easement. Include parcel numbers and acreage of those parcels. Please state if residences or businesses will be acquired. • For Arrival/Departure Building,provide what type of facility you currently have and what you plan to build(square footage,types of rooms) COST ESTIMATE-The estimate of total cost including the Federal,State and Local shares. For first year projects,attach a detailed cost estimate showing unit costs;aggregate in square yards(S.Y.),concrete paving in square yards(S.Y.)and asphaltic paving in tons. Separate the costs for land acquired in fee and land acquired in easement. Note if the project is dependent on other sources of funding(i.e.other agency grants) SPONSOR VERIFICATION-The verification that the project is properly planned and is ready to"go"within the first year of the CIP for applicable projects. Except for equipment acquisition,proposed development and land acquisition must be shown on an approved ALP,have cleared environmental processing,and the land already acquired or have a signed purchase agreement. These requirements must be completed before a project can be considered for upcoming year funding. For the 2nd and 3rd years of the CIP program,the sponsor should be working towards satisfying these requirements, Date each item verifying that all project requirements are satisfied(check marks are not acceptable). 18 STANDARD DOT TITLE VI ASSURANCES City of Yakima (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 I 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. Pa e 1 of 2 STANDARD DOT TITLE VI ASSURANCES (Continued) 19 8. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the Act, the Regulations, and this assurance. THIS ASSURANCE is given in consideration of and for the purpose of obtaining Federal financial assistance for this Project and is binding on its contractors, the Sponsor, subcontractors, transferees, successors in interest and other participants in the Project. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Sponsor. DATED (Sponsor) (Signature of Authorized Official) Page 2 of 2 20 CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL "Disclosure of Lobby Activities", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signed Date Sponsor's Authorized Representative Title City Manager 21 CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACHMENT 1 During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. the contractor shall not participate either directly of indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. I 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. 22 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). 11. 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. ____ __ __ - - - 23 REQUIRED STATEMENTS AIRPORT IMPROVEMENT PROGRAM PROJECTS AIRPORT: YokimaAirTenninn|— McAllister Field _ _ - LOCATION: Yakima, WA AIP PROJECT NO.: 3-53-0089-047-2021 STATEMENTS APPLICABLE T0THIS PROJECT A. 8. C�. O . -- - Z a. INTEREST OFNEIGHBORING COMMUNITIES: |n formulating this project, conaideratonhaobeen given to the interest of communities that are near(Exact name of airport) Yakima Air Terminal— McAllister Field. 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 nafuge, or historical site under Federal, State, or Local jurisdiction. Z o' FBO COORDINATION: The airport development proposed in this project has been coordinated with the . Fixed Base Opanator(a) utilizing (Exact name of airport)ya ke-terFKel-d. mndthey have been informed regarding the scope and nature uf this project. d. THE PROPOSED PROJECT IS CONSISTENT with existing approved plans for the area surrounding the � airport, The above statements have been duly considered and are applicable to this project. (Provide comment for any statement not oheoked). BY: Bob Harrison DATE: TITLE: City Manager SPONSORING AGENCY:AGENCY: City of Yakima � NOTE: Where opposition is stated to an airport development project,whether expressly or by proposed revision,the following specific information concerning the opposition to the project must be furnished. m. Identification ofthe Fadano| otaba, ur local governmental agency, or the person ur persons opposing the project; � b The nature and basis of opposition-, C. 8pnnsor's plan to accommodate or otherwise satisfy the opposition; d Whether an opportunity for a hearing was afforded, and ifo hearing was held, an analysis of the facts developed ot 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. o. If the opponents proposed any a|+amotivoo,what these a|0ama§v*e were and the eomun for nonacceptance; f Gponaor'ap|ana. if any,to minimize any adverse effects nf the pu4ect', g Benefits to be gained by the proposed development-, and � h, Any other pertinent information which would be of assistance in determining whether to pmooeg with the project, 24 FAA Airports ASSURANCES AIRPORT SPONSORS A. General. l. 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. l. 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 afaci|ity under 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. Z. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph l 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. 3. Airport Planning Undertaken byaSponsor. Unless otherwise specified in this grant agreement, only Assurances l'J, 3'5, 6' 13' 18, 25, 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;there � shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used asanairport. Airport Sponsor Assurances 212020 Page 1 of 18 on C. Sponsor Certification. The sponsor hereby assures and certifies,with respect tothis 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: a. Title 49' U.S.C., subtitle VU,asamended. b. Davis'BaconAc '4O U.S.C. 276(a)' etseq.1 C. Federal Fair Labor Standards Act29 U.S.[ 201, etsen. d. Hatch Act—5U.6I. 1SO1'etxeq.z C. Uniform Relocation Assistance andRea| PnopertyAcquisitionPo|idesAc of197U Title 42 U.5I. 4GO1'etseq.z' [ National Historic Preservation Act of1g66 Section 106 16U.SI.470/f>.z g. Archeological and Historic Preservation Act of1974 16U.S.[.4G9 through 469c.z b. Native Americans Grave Repatriation Act 25U.SI.Section 3OO1' etseq. i Clean Air Act, Pl. 9O'l4D' asamended. j Coastal Zone Management Act, P.L93'2U5' asamended. k. Flood Disaster Protection Act of1973 'Section 1O2(a) 42U.5I.4012a.' i Title 49, U.S.C.,Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of197] 29U.SI. 794. u. Title V|of the Civil Rights Act of1964(4IUSI. §200Odetseq, 7Ostat. 2S2) (prohibits discrimination on the basis ofrace, color, national origin); n. Americans with Disabilities Act of 1990, as amended,(42 U.S.C. § 12101 et seq.), prohibits discrimination on the basis of disability). p. Age Discrimination Act of197S 42U.3I. 61Ol' etseq. g. American Indian Religious Freedom Act, P.L95'341' asamended. r. Architectural Barriers Act of 1968'42 U.S.C. 4151' etseq.z S. Power plant and Industrial Fuel Use Act ofl978'Section 4O3'2U.SI. 8]7I, L Contract Work Hours and Safety Standards Act 40U.SI. 327' etseq.1 U. Copeland Anti-kickback Act 18U.S.[ 874.1 V. National Environmental Policy Act of1869 4IU.SI.4321^ etsen.1 vv. Wild and Scenic Rivers Act, P.L. 90'542' as amended. x. Single Audit Act of1984 U. S.C. y. Drug-Free Workplace Act oflQD8 4lU.S.C. 7O2 through 7U6. | Z. The Federal Funding Accountability and Transparency Act of 2006, as amended (Pub. L. � , 1OQ'2O2' as amended by section 6%O2of Pub. Ll10'ZS2). Airport Sponsor Assurances z/zv/v Page 2m`o 26 EXECUTIVE ORDERS a. Executive Order 11246- Equal Employment Opportunity' b. Executive Order 11990-Protection of Wetlands c. Executive Order 11998—Flood Plain Management d. Executive Order 12372-Intergovernmental Review of Federal Programs e. Executive Order 12699-Seismic Safety of Federal and Federally Assisted New Building Construction' f. Executive Order 12898- Environmental Justice g. Executive Order 13788- Buy American and Hire American h. Executive Order 13858—Strengthening Buy-American Preferences for Infrastructure Projects FEDERAL REGULATIONS a. 2 CFR Part180—OMB Guidelines to Agencies on Government-wide Debarment and Suspension (Non-procurement). b. 2 CFR Part 200, Uniform Administrative Requirements,Cost Principles, and Audit Requirements for Federal Awards. [OMB Circular A-87 Cost Principles Applicable to Grants and Contracts with State and Local Governments, and OMB Circular A-133 -Audits of States, Local Governments, and Non-Profit Organizations].4's,6 • c. 2 CFR Part 1200—Non-procurement Suspension and Debarment d. 14 CFR Part 13- Investigative and Enforcement Procedures14 CFR Part 16- Rules of Practice For Federally Assisted Airport Enforcement Proceedings. e. 14 CFR Part 150-Airport noise compatibility planning. f. 28 CFR Part 35- Discrimination on the Basis of Disability in State and Local Government Services. g. 28 CFR§50.3 - U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964. h. 29 CFR Part 1- Procedures for predetermination of wage rates.' i. 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.' • j. 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).' k. 41 CFR Part 60-Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor(Federal and federally assisted contracting requirements).' I. 49 CFR Part 18- Uniform administrative requirements for grants and cooperative agreements to state and local governments.' m. 49 CFR Part 20- New restrictions on lobbying. Airport Sponsor Assurances 2/2020 Page 3 of 18 27 n. 49[FR Part 2l—Nondiscrimination in federally-assisted programs oftheDeportnentof Transportation effectuation of Title V| of the Civil Rights Act of1964. o. 49[FR Part Z3' Participation by Disadvantage Business Enterprise in Airport Concessions. p. 49 CIFIR Part 24—Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally Assisted ProQramo.z' q. 49 CFR Part 26—Participation by Disadvantaged Business Enterprises in Department of Transportation Programs. r. 49 CFR Part 27—Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving ur Benefiting from Federal Financial Assistance.z s. 49 CIFIR Part 28—Enforcement of Nondiscrimination on the Basis of Handicap in Programs or Activities conducted hy the Department ofTransportation. t. 49 CFR Part 20 Denial of public works contracts to suppliers of goods and services of countries that deny procurement market access to U.S. contractors. u. 49 CFR Part 32—Govc,nmcnt+wide Requirements for Drug-Free Workplace(Financial Assistance) v. 49 CIFIR Part 37—Transportation Services for Individuals with Disabilities(ADA). W. 49 CIFIR Part 41-Seismic safety of Federal and federally assisted or regulated new building construction. Spcc|p|cAssumumccS Specific assurances required to be included in grant agreements by any of the above laws, regulations nrcirculars are incorporated by reference in this grant agreement. FOOTNOTES 7o��ssu��mcs�'1' -_ ^ These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. w 49 CIFIR Part 18 and 2 CFR Part 200 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 4S' United States Code. 4 On December 26, 2013 at 78 FR 78590,the Office of Management and Budget (OMB) issued the | Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal � Awards in ZCFR PartZUU. 2 CFR Part ZUO replaces and combines the former Uniform Administrative Requirements for Grants(OMB Circular A-102 and Circular A-110 or 2 CFR Part 215 or Circular)aswell as the Cost Principles(Ciou|arsA'Z1 or CFR partZ2O; Circular A'87 or CFR part 2IG; and A,12J, J [FR part 2]0).Additionally it replaces Circular A'133 guidance onthe Single Annual Audit. In accordance with 2 CIFIR section 200.110,the standards set forth in Part IOOxvhich affect administration ofFederal awards issued by Federal agencies become effective once implemented by Federal agencies or when any future amendment to this Part becomes final. Federa| agencies, including the Department of Transportation, must implement the policies and procedures applicable to Federal awards by promulgating regulation to be effective by December 26, 2014 unless different provisions are required by statute or approved by OMB. oa 5 Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for determining the eligibility of specific types ofexpenses. " Audit requirements established in 2 CFR part 3DOsubpart F are the guidelines for audits. 2. Responsibility and Authority nf 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 projp.c-.t and comply with all tprms, cirinditinns, and asswancps nf this,grant agrppmpnt. It shall designate an official representative and shall in writing direct and authorize that person tn 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 berequired. 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 orcontrol. 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. 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 tuthe 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. Subject to the FAA Act ofZ01Q' Public Law 115'254' Section 163' it will not sell, lease, encumber, or otherwise transfer ordispose of any part of its title or other interests in the property shown on Exhibit Ato 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 on Secretary. if the transferee is hound 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 yponuur'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 itifit applied directly tothe 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 nf these assurances. [ 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 rights and authority to insure 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 ofLocal interest. It has given fair consideration to the interest of communities in or near where the project may be located. O. 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 isproposed. oo 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. lO. Metropolitan Planning Organization. In projects involving the location of an airport,an airport runway,or a major runway extension at a medium or large hub airport,the sponsor has made available to and has provided upon request tmthe metropolitan planning organization in the area in which the airport is located, if any, a copy of the proposed amendment to the airport layout plan to depict the project and a copy ofany airport master plan in which the project is described or depicted. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995,for the replacement or reconstruction uf pavement atthe airport, 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 maybe useful. 12. Terminal Development Prerequisites. For projects which include terminal development ata 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 orregulation, and has provided for access tothe 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 nf the cost ofthe 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 recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds ofa grant orrelating 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. 31 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 (40U.SI. 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 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 47113of Title 49' United States Code. However,this preference shall apply only where the individuals are available and qualified to perform the work towhich 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 ufsite 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 ax 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 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. Airport Sponsor Assurances 2/2020 Page 8 of 18 oo [ 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 ur 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 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 he required or prescribed by applicable Federal,state and local agencies for maintenance and operation. It will not cause or permit any activity oraction 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' 1) Operating the airport's aeronautical facilities whenever required; J) 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 io 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 uf 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, itwill not cause or permit any change in land use,within its jurisdiction,that will reduce its compatibility,with � Airport Sponsor Assurances cmozo Page ym1a oo respect tn the airport, of the noise compatibility program nneasunsuponwhichFedera|funds have been expended. 22. Economic Nondiscrimination. u. 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 tu' l) 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 orservice, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates,or other similar types of price reductions to volume purchasers. o. 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 name or similar facilities. d. Each air carrier using such airport shall have the right to service itself orto use any fixed- based operator that is authorized or permitted by the airport to serve any air carrier at such airport. o. Each air carrier using such airport(whether as a tenant' non-tenant,or subtenant ofanother air carrier tenant)shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions' rates,fees, rentals, and other charges with respect tnfacilities 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 ax tenants mr non-tenants and signatory carriers and non- signatory carrieo. Classification nr status as tenant ur signatory shall not be unreasonably withheld by any airport provided on air carrier assumes obligations substantially similar Lo those already imposed nn air carriers in such classification nrstatus. [ 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 toperform. ` g. |n the event the sponsor itself exercises any of the rights and privileges referred to in this assurance'the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. b, 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. 34 L The sponsor may prohibit or limit any given type, kind or class of aeronautical use ofthe 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- basedoperatorandsuchairport. |tfurtheragneesthatitm/iUnot'eitherdinect|yur 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 [ode. 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. ZS. Airport Revenues. u. 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 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 � � on � by the airport(and' in the case of public airport, local taxes on aviation fuel) shall not apply. 2) If the Secretary approves the sale of privately owned airport to o public sponsor and provides funding for any portion of the pub|icspnnuur'x 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 tothe Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20- yearperiod)ofanyairpnr1improvementgrantmadetnt6eprivateownerforany 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 tn that airport on or after October l' 1996. 3) Certain revenue derived from or generated by mineral extraction, production, lease,or other means ata general aviation airport(as defined at Section 47lO2of title 49United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec. O13of Public Law 112'95. h. 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 orAdministrator. u. 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 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 tn the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: l) 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. oo 27. Use bV 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 issubstantial, 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 ca|endormonththat— a. Five (5)or more Government aircraft are regularly based at the airport ornn land adjacent thereto; or b. The total number ofmovements(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) isin 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 ofthe sponsor asthe Secretary considers necessary or desirable for construction, operation' and maintenance at Federal expense of space or facilities for such 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. Subject to the FAA Reauthorization Act of2OI8' Public Law 115'254' Section 163' it will keep upto date at all times on 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; I) 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 non-aviation 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 uf 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 37 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. Subject tothe FAA Reauthorization Act of 2018' Public Law 115'254'Section 163' if 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(I) 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)tothe 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 relocation or replacement ofan 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 promptly take any measures necessary to ensure that no person in the United States shall, un the grounds ofrace, creed' co|or, national origin,sex, age,or disability be excluded from participation in, be denied the benefits of, urbe otherwise subjected tudiscrimination in any activity conducted with, or benefiting from,funds received from this grant. a. Using the definitions of activity,facility and program as found and defined in §g 21.23 (b) and 21.23 (e)of 49 CFR§ 21,the sponsor will facilitate all programs,operate all facilities,or conduct all programs in compliance with all non-discrimination requirements imposed by, or pursuant to these assurances. b. Applicability l) Programs and Activities. If the sponsor has received a grant(or other federal assistance) for any of the sponsor's program or activities,these requirements extend to all of the sponsor's programs and activities. 2) Facilities. Where it receives a grant or other federal financial assistance to construct, expand' renovate, remodel, alter oracquire a facility,or part nfa facility,the assurance extends tothe entire facility and facilities operated in connection therewith. 3) Real Property. Where the sponsor receives o grant or other Federal financial assistance in the form of,or for the acquisition of real property or an interest in real property,the | assurance will extend to rights tuspace on, over, or under such property. � c. Duration. The sponsor agrees that it is obligated to this assurance 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,urreal property,orinterest therein,or structures orimprovements thereon, in which case the assurance obligates the sponsor,or any transferee for the longer nf the following periods: 1) So long as the airport is used as an airport,or for another purpose involving the provision of similar services ur benefits; or I) Sn long as the sponsor retains ownership or possession of the property. 38 d. Required Solicitation Language. It will include the following notification in all solicitations for bids, Requests For Proposals for work, or material under this grant agreement and in all proposals for agreements, airport concessions, regardless of funding source: ^� o "The ~-^ � VN accordance with the provisions of Title V| of the Civil Rights Act of1964(78StaL 252'42 U.S.C. §§IO0Odto200Ud'4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement,disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds ofrace,color, or national origin in consideration for an award." e. Required Contract Provisions. l) It will insert the non'discrimination contract clauses requiring compliance with the acts and regulations relative to no n-d iscrim i nation in Federally-assisted programs of the DOT,and incorporating the acts and regulations into the contracts by reference in every contract or agreement subject tothe non'6isc/imination in Federally-assisted programs of the DOT acts and regulations. 2) It will include a list of the pertinent non-d iscrim i nation authorities in every contract that is subject tothe non-discrimination acts and regulations. 3) It will insert non-discrimination contract clauses as a covenant running with the land, in any deed from the United States effecting ur recording a transfer ofreal property, structures, use, orimprovements thereon or interest therein toasponsor. 4) It will insert non-discrimination contract clauses prohibiting discrimination on the basis of race, color, national origin, creed' sex,age,or handicap aua covenant running with | the land, in any future deeds, leases, license, permits, or similar instruments entered | ^ into by the sponsor with other parties: a. For the subsequent transfer of real property acquired or improved under the applicable activity, project,or program; and b. For the construction or use of, or access to, space on, over,or under real property acquired or improved under the applicable activity, project,or program. [ It will provide for such methods of administration for the program as are found by the Secretary tugive reasonable guarantee that it, other recipients, sub'rpdpients' sub- grantees,contractors, subcontractors, consultants,transferees, successors in interest, and other participants nf Federal financial assistance under such program will comply with all requirements imposed or pursuant to the acts,the regulations, and this assurance. g. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the acts, the regulations,and this assurance. 31" Disposal ofLand. 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) on reinvestment in an approved noise compatibility project, (2) reinvestment inanapproved 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 471l4' 4711S,mr47l17of title 49 United States Code, (4) transferred tuan eligible sponsor of another public airport tobe reinvested inanapprnved 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 gent for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes,the lease will not 6e considered a disposal of the land. Revenues de/ivedfromsucha 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 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, (Z) 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, or47l17of title 49 United States Code, (4)transferred toan eligible sponsor of another public airport to be reinvested in an approved noise compatibility project atthat 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 from interim uses of such land contributes to the financial self-sufficiency ofthe airport. Further, land purchased with a grant received by an airport operator orowner before December31' 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 December1S' 1989. d. Disposition of such land under(a) (b) ur(c)will be subject tnthe 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. Engineering and Design Services. If any phase of such project has received Federal funds under Chapter 471 subchapter 1 of Title 49 U.S.C., it will award each contract' or sub'cnntractfor program management' construction management' planning studies' feasibility studies, architectural services, preliminary engineering, design, engineering' surveying, mapping or related services in the same manner as a contract for architectural and engineering services is negotiated under Chapter 11 of Title 40 U.S. C,or an equivalent qualifications-based requirement prescribed for orby the sponsor uf the airport. 40 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 nf the United States in procurement and construction. 34. Policies,Standards,and Specifications. |t 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 A|P projects, dated , 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. a. It will be guided in acquiring real property,to the greatest extent practicable under State law, by the land acquisition policies in Subpart Bo[49[FRPart 24 and will pay urreimburse property owners for necessary expenses as specified in Subpart B. b. It will provide 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 Eof49CFR Part 24. c 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 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 sponsor shall not discriminate unthe basis of race, color, national origin or sex in the award and performance of any DOT-assisted contract covered by49[FRPart 2G'orin the award and performance of any concession activity contract covered by 49 CFR Part 23. In addition,the ( sponsor shall not discriminate on the basis of race, color, national origin or sex in the � administration of its Disadvantaged Business Enterprise (DBE) and Airport Concessions Disadvantaged Business Enterprise(ACDBE) programs or the requirements of 49 CFR Parts 23 and 26.The sponsor shall take all necessary and reasonable steps under 49 CFR Parts 23 and 26 to ensure nondiscrimination in the award and administration ofDOT-assisted contracts,and/or concession contracts.The sponsor's DBE and ACDBE programs, as required by 49 CFR Parts 26 and 23, and as approved by DOT, are incorporated by reference in this agreement. Implementation of these programs is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the sponsor of its failure to carry out its approved program, the Department may impose sanctions as provided for under Parts 26 and 33 and may, in appropriate cases' refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of1936(31U.SI. 3801). 38. Hangar Construction. If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for the aircraft at the aircraft owner's expense' the airport owner or 41 operator will grant totheaircraftownerforthehangara |onQtenn |eosethatisnubjec 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 toallow the air carrier tn 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 %) 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 1or August 1of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. 42 AVI FAA Airports Is Current ��� Advisory Circulars Required � �� Use ^ ��U� `=K�����~ FAA ==��U����� `�U���.��� .�����U���~° .��� =�� U� "�". Funded and PFC Approved Projects Updat*d: 2/20202O View the most current versions of these ACe and any associated changes at: htto�0www.fnmgox/oinoorts/,emouooes/adviao[y circulars and http,//mwmw.fao.qov/noqu|adono po|inioy/odvieon/ circulars/ - - - — - -- --- - NUMBER TITLE ' 70/7480'1L Obstruction Marking endUghdng ' Changes '2 � 150/5000-9A Announcement of Availability Report No. DOT7FAA/PP/02'5. Guidelines for ' the Sound Insulation of Residences Exposed 0o Aircraft Operations 150/5000'17 Critical Aircraft and Regular Use Determination 150/5020-1 Noise Control and Compatibility Planning for Airports . 1505070-08 Airport Master Plans Chongeo 1 '2 150/5070-7 The Airport System Planning Process Changa1 _ 150/5100-13C Development o/State Aviation Standards for Airport Pavement Construction 150/5200'28F Notices to Airmen (NOTAMa)for Airport Operators 150/5200'30D Airport Field Condition Assessments and Winter Operations Safety Change1 150/5200-31C Airport Emergency Plan Changen 1 '2 � ^ 150/5210'5O Painting, Marking, andLighbngofVehidaoUaadonanAjrpo� � _ ___ _ 15O8�!1O-7O Aircraft Rescue and Fire FighdngCommunications 150/5210-13C Airport Water Rescue Plans and Equipment FAA Advisory Circulars Required for Use in uvoa/oou/xmmm Page 1orn A/p Funded and ppc Approved Projects ARP 43 � _ =' ~`�^—~- � `--' �' _ - _ - --�-'�' . NUMBER TITLE 150/5210-14B Aircraft Rescue Fire Fighting Equipment, Tools and Clothing 1505210'15A Aircraft Rescue and Firefighting Station Building Design 150/5210-18A Systems for Interactive Training of Airport Personnel ' 150/5210-19A Driver's Enhanced Vision System (OB/s) __ _ 150/5220'10E Guide Specification for Aircraft Rescue and Fire Fighting (ARFF)Vehicles 150/5220-16E. Automated Weather Observing Systems (AWOS)for Non-Federal Change1 Applications 150/5220-17B Aircraft Rescue and Fire Fighting (ARFF)Training Facilities _ � 15085220-18A Buildings for Storage and Maintenance of Airport Snow and Ice Control Lquipment and Materials 1505220-20A Airport Snow and Ice Control Equipment _ 150/5220-21C Aircraft Boarding Equipment 150/5220-22B Engineered Materials Arresting Systems (EMAS)for Aircraft Overruns 1505220-23 Frangible Connections 150/5220-24 Foreign Object Debris Detection Equipment 15085220'25 Airport Avian Radar Systems 150/5220-26. Airport Ground Vehicle Automatic Dependent Surveillance - Broadcast(ADS- Changesl - 2 8) Out SquitterEquipment 150/5300-13A. Airport Design Change1 ' 150/5300-14C Design of Aircraft Deicing Facilities 150/5300-168 General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey 150/5300-17C Standards for Using Remote Sensing Technologies inAirport Surveys Change1 150/5300'18B General Guidance and Specifications for Submission of Aeronautical Surveys Change 1 toNGS: Field Data Collection and Geographic Information System (QS) Standards 150/5320'5D Airport Drainage Design - - FAA Advisory Circulars Required for Use in - upuateua2emoun Page uas mp Funded and ppc Approved Projects ARP ° 44 ........... TITLE 150/5320-01' Airport Pavement Design and Evaluation � 150/5320-12C. Measurement, Construction, and Maintenance of Skid Resistant Airport Changee1 -8 ' Pavement Surfaces 150/5320-15A Management cf Airport Industrial Waste 15085325-4B Runway Length Requirements for Airport Design 150/5335-5C Standardized Method of Reporting Airport Pavement Strength -PCN 150X53404K3 Standards for Airport Markings _ 150/5348'5O Segmented Circle Airport Marker System 150/5340-18G Standards for Airport Sign Systems 150/5340-28C Maintenance of Airport Visual Aid Facilities 15085340'30J Design and Installation Details for Airport Visual Aids 150/5345-3G Specification for L-821. Panels for the Control of Airport Lighting 150/5345-513 Circuit Selector Switch 150/5345'7F Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits - 150/5345-10H Specification for Constant Current Regulators and Regulator Monitors 150/5345-12F Specification for Airport and Heliport Beacons 15085345-13B Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-26D FAA Specification ForL,823 Plug and Receptacle, Cable Connectors 150/5345-27E Specification for Wind Cone Assemblies 150/5345-28H Precision Approach Path Indicator(PAP|) Systems 150/5345-39O Specification for L'853. Runway and Taxiway RetroreflecdvaMarkers 150/5345'42J Specification for Airport Light Bases, Transformer Housings, Junction 8nxeo. and Accessories 150/5345-43J Specification for Obstruction Lighting Equipment FAA Advisory Circulars Required for Use m uvuatouzmomu2o Page oas mp Funded and ppo Approved Projects ARP 45 NUMBER TITLE 150/5345-44K Specification for Runway and Taxiway Signs 150/5345-45C Low-Impact Resistant(LIR) Structures 150/5345-46E Specification for Runway and Taxiway Light Fixtures 150/5345-47C Specification for Series to Series Isolation Transformers for Airport Lighting Systems 150/5345-49D Specification L-854, Radio Control Equipment 150/5345-50B Specification for Portable Runway and Taxiway Lights 150/5345-51 B Specification for Discharge-Type Flashing Light Equipment 150/5345-52A Generic Visual Glideslope Indicators (GVGI) 150/5345-53D Airport Lighting Equipment Certification Program 150/5345-54B Specification for L-884, Power and Control Unit for Land and Hold Short Lighting Systems 150/5345-55A Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure 150/5345-56B Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360-12F Airport Signing and Graphics 150/5360-13A Airport Terminal Planning 150/5360-14A Access to Airports By Individuals With Disabilities 150/5370-2G Operational Safety on Airports During Construction ................ 150/5370-10H Standard Specifications for Construction of Airports 150/5370-11 B Use of Nondestructive Testing in the Evaluation of Airport Pavements 150/5370-13A Off-Peak Construction of Airport Pavements Using Hot-Mix Asphalt 150/5370-15B Airside Applications for Artificial Turf 150/5370-16 Rapid Construction of Rigid (Portland Cement Concrete)Airfield Pavements 150/5370-17 Airside Use of Heated Pavement Systems 150/5390-2C Heliport Design 150/5395-1 B Seaplane Bases FAA Advisory Circulars Required for Use in Updated 2/28/2020 Page 4 of 5 AIR Funded and PFC Approved Projects ARP 46 THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY Updated: 3/22/2018 __ ................. _ , _ ' iNUMBER TITLE 4E. Architectural, Engineering, and Planning Consultant Services for Airport Grant Changel Projects 7. Land Acquisition and Relocation Assistance for Airport Improvement Program Changes 1 -7 Assisted Projects 5A Use of Value Engineering for Engineering and Design of Airport Grant Projects ^ U/b 1/A Airtia|d Pavement Surface Evaluation and Rating Manuals 150/5370-12B Quality Management for Federally Funded Airport Construction Projects ' 150/5380'6C ' Guidelines and Procedures for Maintenance nf Airport Pavements 150/5380-713 Airport Pavement Management Program - 150/5380-9 Guidelines and Procedures for Measuring Airfield Pavement Roughness FAA Advisory Circulars Required for Use in upuateuam8/2ouo Page ours A/p Funded and prC Approved Projects xnr 47 ��^ u.�onnu�mommnon�m�� uvn OMB �m�/ Federal Aviation Administration EXPIRATION DATE: 0302ou8 Selection of Consultants Airport Improvement Program Sponsor Certification Sponsor: City ofYakima Airport: Yakima Air Terminal-McAllister Field Project Number: 3-53' O89'V47'2Oa1 Description ofVVork� � Rehabilitation of the East General Aviation Apron area, Application 49 USC §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 (A|P). General requirements for selection of consultant services within hadaxo| grant programs are described in 2 CFR§§200.317-200.326. Sponsors may use other qualifications-based procedures provided they are equivalent to standards of Title 40 chapter 11 and FAA Advisory Circular 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Certification Statements Except for certification statements below marked as not applicable(N/A), this list includes major requirements of the construction project. Selecting ''Yon^ represents sponsor acknowledgement and confirmation of the certification statement. The term''w/||" means Sponsor motion taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement ie referenced within parenthesis. l. Sponsor acknowledges their responsibility for the settlement of all contractual and administrative issues arising out of their procurement actions (2CFR§200.318(k)). N Yes El No El N/A 2. Sponsor procurement actions ensure or will ensure full and open competition that does not unduly limit competition (2CFR§2OO.31Q). 9Yeo El No ON/A 3, Sponsor has excluded or will exclude any entity that develops or drafts npecificationo, requirements, or statements of work associated with the development oforequeot-fop qua|ifinodons (RFC\)fromoompedingfortheadvertimodoomicee (2CFR § 2OO.31Q). EDYes ONo El N/A FAA Form o1OO'1a4(a/oo)SUPERSEDES PREVIOUS EDITION Page Iofo 48 4. The advertisement describes or will describe specific project statements-of-workthat provide clear detail of required services without unduly restricting competition (2CFR§2O0.319). 9Yeo []No El N/A 5. Sponsor has publicized or will publicize oRFQthat: a. Solicits an adequate number of qualified sources (2CFR§2U0.32U(d)); and b. Identifies all evaluation criteria and relative importance(2 CFR§200.320(d)). ZYew El No El N/A G. Sponsor has based or will base selection on qualifications, experience, and disadvantaged business enterprise participation with price not being a selection factor(2 CFR§ 200.320(d)), QgYou El No ON/A 7. Sponsor has verified or will verify that agreements exceeding $25,000 are not awarded to individuals or firms suspended, debarred or otherwise excluded from participating in federally assisted projects(2CFR§1BO.3OO). QQYeo El No El N/A 8. A/E services covering multiple projects: Sponsor has agreed to or will agree to: a. Refrain from initiating work covered by this procurement beyond five years from the date of selection (AC 15O/510O-14)- and b. Retain the right to conduct new procurement actions for projects identified or not identified in the RFC) (AC 15O/61UU-14). ZYea []No El N/A 9. Sponsor has negotiated or will negotiate a fair and reasonable fee with the firm they select as most qualified for the services identified in the RFQ (3CFR§2DO.323). ZYeo []No []N/A 10. The Sponsor's contract identifies or will identify costs associated with ineligible work separately from costs associated with eligible work (2 CFR§200.302). QQYea []No ON/A 11. Sponsor has prepared or will prepare a record of negotiations detailing the history of the procurement action, rationale for contract type and basis for contract fees (2 CFR §%OO.318(i)). � DDYeo El No El N/A 12. Sponsor has incorporated or will incorporate mandatory contact provisions in the consultant contract for A|P-auoiatad work (4SU.S.C. Chapter 471 and CFR part 2OU Appendix||) QQYes El No El N/A FAA Form 51UO'1o4(O/zo)SUPERSEDES PREVIOUS EDITION Page oo,u 49 13. For contracts that apply adme'and-moUaha| payment provision (also known oe hourly rates, specific rates of compensation, and labor rates), the Sponsor has established or will establish: o. Justification that there is no other suitable contract method for the services (2 CIFIR §200.3180)); b. A ceiling price that the consultant exceeds at their risk (2 CFR§200.3180)); and o. A high degree of oversight that assures consultant is performing work in an efficient manner with effective cost controls in place 2CFR§2OO.31B0)). Q9Yee El No El N/A 14. Sponsor is not using or will not use the prohibited cost-plus-percentage-of-cost(CPPC) contract mekhod. (2 CFR§2O0.323(d)). Q9Yea El No El N/A Attach documentation clarifying any above item marked with "no" response, Spommmr'wCertificatimm ' / I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked^no^ io correct and complete. | deu|nno under penalty cf perjury that the foregoing is true and uonaui. | understand that knowingly and | willfully providing false information to the federal government ioaviolation of18 U8C§ 1001 (False | � Statements) and could subject mehofines, imprisonment, or both. � Executed on this day of . 2021 � Name ofSponsor: City ofYakima � i Name ufSponaor'n Authorized Official: Bob Harrison Title of8ponso/s Authorized Official: City Manager / Signature cf8ponoor'u Authorized OffinioL` I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is avio|aUon of1O USC § 1001 (False Statements) and could subject me1ofineo. imprisonment, or both. � FAA Form S1nn'1o4(8/2o)SUPERSEDES PREVIOUS EDITION Page ov,u no U.S.Department of Transportation OMB CONTROL NUM8ER: 212D�58S peuuo/Av�uunAdnmnm�auun EXPIRATION --'DATE:6/30/2023 Project Plans and Specifications Airport Improvement Program Sponsor Certification Sponsor'. City ufYakima Airport: Yakima Air Terminal McAllister Field Project Number: 3'53'0089'047'2021 Description cfVVork� � Rehabilitation of the East General Aviation Apron area. Application 49 1 ISC§47105(d) authori7P%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 (4|P). Labor and civil rights standards applicable UoA|P are established by the Department of Lmbpr( vmxw.doigov/). A|P Grant Assurance CA—General Federal Requirements identifies applicable federal |awo, regulations, executive orders, po|iuieo, guidelines and requirements for assistance under AIP. A list of current advisory circulars with specific standards for procurement, design or construction of niqxorts, and installation of equipment and foui|idon is rohanenoad in standard airport sponsor Grant Assurance 34nontained in the grant agreement. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and confirmation of the certification statement. The term^vviU^ means Sponsor action taken atappropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement io referenced within parenthesis. "L The plans and specifications were or will be prepared in accordance with applicable federal standards and naquinamentn, so that no deviation or modification to standards set forth in the advisory ninuu|oro. or FAA-accepted state otandmrd, is necessary other than those explicitly approved by the Federal Aviation Administration (FA\) (14U8C§47106). 59Yeo El No El N/A 2. Specifications incorporate or will incorporate a clear and accurate description of the technical requirement for the material or product that does not contain limiting or proprietary features that unduly restrict competition (2 CFR§2OO.31Q). QQYen ONo ON64 FAA Form s1UU'132 (O/o0)SUPERSEDES PREVIOUS EDITION Page 1ofo 51 3. The development that is included or will be included in the plans is depicted on the current airport layout plan an approved by the FAA(14U8C §471U7). &D Yes [] No El N/A 4. Development and features that are ineligible or unallowable for AIP funding have been or will be omitted from the plans and specifications(FAA Order 51UU.38. par. 3~43). 0 Yes O No El N/A 5. Theopenifioodondoamnotuueorvvi|| notuae''hnondname^ oraqua|tuconvmyrequinemanto unless sponsor requests and receives approval from the FAA to use brand name (FAA Order S10038. Table U-5). QQ Yes O No El N/A G. The specification does not impose or will not impose geographical preference in their procurement requirements (2 CFR§2OO.31Q(b) and FAA Order 51OO.38. Tab|eU-5). QQ Yes O No ON/A 7. The use of prequalified lists of individuals, firms or products include or will include sufficient qualified sources that ensure open and free competition and that does not preclude potential entities from qualifying during the solicitation period (ZCFR§319(d)). QQ Yes [] No El N/A 8. Solicitations with bid alternates include or will include explicit information that establish a basis for award of contract that is free of arbitrary decisions by the sponsor(2 CFR§200.319(a)(7)). QO Mso O No ON/A Q. Concurrence was or will be obtained from the FAA if Sponsor incorporates a value engineering ( clause into the contract(FAA Order 61OO.38. par. 3-57). E9 Yes [] No []N/A 10. The plans and specifications incorporate or will incorporate applicable requirements and recommendations set forth in the federally approved environmental finding (49 USC §47108(n)). E9 Yea [] No O N/A 11. The design of all buildings comply or will comply with the seismic design requirements of 49 CFR §41.12O. (FAA Order 61OO.38d. par. 3-92) [] Yee [] No OQ N/A 12. The project specification include or will include process control and acceptance tests required for the project byao per the applicable standard: o. Construction and installation as contained in Advisory Circular(AC) 150/5370-10. 9Yee El No El N/A FAA Form 51uu'13o(OxzO)SUPERSEDES PREVIOUS EDITION Page un,u no b. Snow Removal Equipment as contained in AC 150/5230-20. OYeo ONo 9N6A u. Aircraft Rescue and Fire Fighting (4RFF)vehicles ascontained in AC 150/5220-10- OYmo ONo QQN6A 13. For construction activities within or near aircraft operational areas(AOA): a. The Sponsor has or will prepare o construction safety and phasing plan (CGPP) conforming to Advisory Circular 15O/S37U-2. b. Compliance with CSPP safety provisions has been or will be incorporated into the plans and specifications oua contractor requirement. n. Sponsor will not initiate work until receiving FAA's concurrence with the CSPP (FAA Order 5100.38. Par. 5'29). QQYes El No ON/A 14. The project was or will be physically completed without federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design (4OU8C §47110(b)(1) and FAA Order 51OO.38d. par. 3'1OO). bgYao El No El N/A Attach documentation clarifying any above item marked with ''Nu" response. Spmnsmr'aCertiOcation � � � I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked ^no^ in correct and complete. � � Executed onthis day of . 2021 ' Name cfSponsor: City nfYakima ! Name of Sponsors Authorized Official: Bob Harrison ! � Title oySponooro Authorized Official: City Manager � ) i Signature of8ponmur'uAuthorized Official'. � | declare under penalty cf perjury that the foregoing is true and correct. | understand that knowingly and willfully providing false information 8o the federal government is avio|ation of18 USC§ 1001 (False Statements) and could subject mebzfines, imprisonment, or both. FAA Form 51OO'132(8/2O)SUPERSEDES PREVIOUS EDITION Page 3u,o no u.s.Department«rTmnoporto Transportation OMB CONTROL NUMBER: 2120-0509 Federal Aviation Administration EXPIRATION DATE: 030/2o23 Equipment and Construction Contracts Airport Improvement Sponsor Certification Sponsor: City ofYakima Airport: Yakima Air Terminal McAllister Field Project Number: 3~53'0009'047'2021 Description ofWork: Rehabilitation of the East General Aviation Apron area. Application 49 UQC§47105(d) euthnhanw 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 (4|P). General procurement standards for equipment and construction contracts within Federal - grant programs are described in3CFR§§200.317-200.326. Labor and Civil Rights Standards applicable to the A|P are established by the Department of Labor(wmxw.do|.gov)A|P Grant Assurance CA—General Federal Requirements identifies all applicable Federal Lmwo, vegu|odonn, executive orders, po|ioieo, guidelines and requirements for assistance under the A|P. Sponsors may use state and local procedures provided the procurement conforms to these federal standards. This certification applies to all equipment and construction projects. Equipment projects may or may not employ laborers and mechanics that qualify the project as a"covered contract" under requirements established by the Department of Labor requirements. Sponsor shall provide appropriate responses to the certification statements that reflect the character of the project regardless of whether the contract is fora construction project o,an equipment project. Certification Statements � Except for certification statements below marked as not applicable (N/A). this list includes major requirements of the construction project. Selecting"Yes" represents sponsor acknowledgement and confirmation of the certification statement. The term''wi||" means Sponsor action taken at appropriate time booed on the certification statement focus area, but no later than the and of the project period of performance. This list is not comprehensive and does not n*|iams the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1. A written code or standard of conduct is or will be in effect prior to commencement of the project that governs the performance of the mponeo/o of5cexo, emp|oyeeo, or agents in ao|ioidng, awarding and administering procurement contracts (2 CFR§2OO.318). EDYeo ONo El N/A FAA Form 51OO'1a1 (a/nn)SUPERSEDES PREVIOUS EDITION panu1of4 54 2. For all contracts, qualified and competent personnel are or will be engaged to perform contract administrmdon, engineering supervision, construction inspection, and testing (Grant Assurance C.17). EDYeo El No El N/A 3. Sponsors that are required to have a Disadvantage Business Enterprise (DBE) program on file with the FAA have included or will include clauses required by Title VI of the Civil Rights Act and 49 CFR Part 26 for Disadvantaged Business Enterprises in all contracts and subcontracts. QQYes ONo El N/A 4. Sponsors required to have a DBE program on file with the FAA have implemented or will implement monitoring and enforcement measures that: m. Ensure work committed to Disadvantaged Business Enterprises at contract award is actually performed by the named DBEs(4QCFR§2G.37(b)); b. Include written certification that the sponsor has reviewed contract records and has monitored work sites for performance by OD[firms (49 CFR§ 26.37(b)); and c Provides for a running tally of payments made to DBE firms and a means for comparing actual attainments (i.e. payments)to original commitments (49 CFR§26.37(c)). Q�Yes O No O N/A S. Sponsor procurement actions using the competitive sealed bid method (2 CFR§2OU.33U(o)). was or will be: a. Publicly odvedioed, allowing a sufficient response time to solicit an adequate number of interested contractors orvendors; b. Prepared to include a complete, adequate and realistic specification that defines the items or services in sufficient detail to allow prospective bidders to respond; c. Publicly opened ata time and place prescribed in the invitation for bids; and d. Prepared in o manner that naou|t in a firm fixed price contract evvend to the lowest responsive and responsible bidder. QQYes O No El N/A G. For projects the Sponsor proposes to use the competitive proposal procurement method (2 CFR§ � 200.320(d)). Sponsor has requested or will request FAA approval prior to proceeding with o � competitive proposal procurement by submitting to the FAA the following: a. Written justification that supports use of competitive proposal method in lieu of the preferred sealed bid procurement method; b. P|anforpub|icizingondno|iciUnQanadaquotenumberofquo|ifiedooumeo� snd o. Listing of evaluation factors along with relative importance of the factors. DDYea O No [] N/A 7. For construction and equipment installation projects, the bid solicitation includes or will include the current federal wage rate schedule(s)for the appropriate type of work classifications (2 CFR Part 2OU. Appendix U). 2Yeo O No O N/A FAA Form 51ou'1n1 (u/2O)SUPERSEDES PREVIOUS EDITION Page oo,4 nn Pi Concurrence was or will be obtained from the Federal Aviation Administration (FAA) phcn to contract award under any cf the following circumstances (Order 51OO.38O): e. Only one qualified person/firm submits responsive bid; b. Award into be made to other than the lowest responsible bidder; and n. Life cycle costing isa factor in selecting the lowest responsive bidder. MYno O No El N/A Q. All construction and equipment installation contracts contain or will contain provisions for: o. Access Uo Records (§2OO.33G) b. Buy American Preferences (Title 48U.S.C. § 50101) o. Civil Rights'General Provisions and Title V|Anounynneo(41 CFR port GO) d. Federal Fair Labor Standards (39 U.S.C. §201. et neq) o. Occupational Safety and Health Act requirements (2OCFR part 1U2O) [ Seismic Safety—building construction (4SCFR part 41) g. State Energy Conservation Requirements-oaopp|icab|e(2 CFR part 200. AppendixU) h. U.G. Trade Restriction (49 CFR port3O) i Veterans Preference (4QUGC §47112(o)) EQYmo El No El N/A 10. All construction and equipment installation contracts exceeding $2,000 contain or will contain the provisions established by: � o. Davis-Bacon and Related Acts (2SCFR part 5) b. Copeland ^Anh-KickbocK'Act (3SCFR parts 3 and 5) QQYes ONo ON/A 11. All construction and equipment installation contracts exceeding $3,000 contain or will contain a contract provision that discourages distracted driving (E.O. 13513). QQYes O No ON64 12. All contracts exceeding $10.000conbain or will contain the following provisions as applicable: m. Construction and equipment installation projects-App|icab|e clauses from 41CFR Part GO for compliance with Executive Orders 1124S and 11375onEqual Employment Opportunity; b. Construction and equipment installation -Contract Clause prohibiting segregated facilities in accordance with 41 CFR part 604.8; o. Requirement to maximize use of products containing recovered mabaho/m in accordance with 2CFR§2OO.322 and 4OCFR part 247; and d. Provisions that address termination for cause and termination for convenience (2CFRPart 2OU. Appendix||). ZYes [I No El N/A FAA Form a1OO'1a1 (a/uo)SUPERSEDES PREVIOUS EDITION Page 8nf4 no ' 13. All contracts and subcontracts exceeding $25.00O: Measures are in place or will bein place(e.g. checking the System for Award Management)that ensure contracts and subcontracts are not awarded to individuals or firms auapended, dobonod, or excluded from participating in federally assisted projects (2CFR parts l8O and 12UU). D9Yan El No El N/A 14. Contracts exceeding the simplified acquisition threshold (currently$250,000) include or will include proviaiono, as opp|icab|e, that address the following: o. Construction and equipment installation contracts-a bid guarantee of 5%, a performance bond of100%. and a payment bond of1OO96 (2CFR§200.325); b. Construction and equipment installation contracts 'requirements of the Contract Work Hours and Safety Standards Act (4OU8C37O1-37OO. Sections 103 and 1O7); u. Restrictions on Lobbying and Influencing (2CFRpart 2OU.Appendix U); i d. Conditions specifying ndminiatrative, contractual and legal remedies for instances where � � contractor of vendor violate or breach the terms,and conditions of the onrtron (2 CFR ! §20O.Appendix U); and � e All Contracts'Applicable standards and requirements issued under Section 30Gofthe , Clean Air Act(42USC74O1'7S71q). Section 5DDof the Clean Water Act(33UGC 1251438T. and Executive Order 11738. NMes O No O N/A Attachdocumentationc|ohfyinganyoboveiUemmarkodvvith^No^ rooponoe. Sponsor'mCmrtdDcmt|un � | certify, for the project identified herein, responses to the forgoing items are accurate as marked and , additional documentation for any item marked ^no^ io correct and complete. ' Executed onthis day of . 2021 ' Name ofSponsor: City nfYakima � � . Name of8ponoor'oAuthorized Official: Bob Harrison Title of8ponoor'oAuthorized Official: City Manager Signature ofSponoor'o Authorized Official: � I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and �. willfully providing false information to the federal government is a violation of 18 LISC § 1UO1 (False | Statements) and could subject matofines, imprisonment. or both. FAA Form u1oo'131 (8/2U)SUPERSEDES PREVIOUS EDITION Page 4of4 57 U.S. ooportmontmnanopwrtunvn OMB CONTROL NUMBER: 2120-B5OS n�m Federal Aviation Administration EXPIRATION DATE:6/302023 Construction Project A�����'�tanK��� Airport Improvement Program Sponsor Certification Sponsor: City ufYakima Airport: Yakima Air Terminal-McAllister Field Project Number: 3'53-0089'047'2021 Description of Work: Rehabilitation of the East General Aviation Apron area. Application 49 USC §47105(d), authorizes the Secretary to require me certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a projectunder the Airport Improvement Program. General standards for final acceptance and close out of federally funded nonotructionpnojentuanein3CFRQ2DO.343—C|oaeoutendoupp|ementadbyF/ADvder51UD.3D. The sponsor must determine that project costs are accurate and proper in accordance with specific i requirements of the grant agreement and contract documents. ! Certification Statements ! Except for certification statements below marked not applicable (N/A), this list includes major . requirements of the construction project. Selecting "Yes" represents sponsor acknowledgment and confirmation of the certification statement. The hann"will" means Sponsor action taken at appropriate ' time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1. The personnel engaged in project administration, engineering supervision, project inspection, and acceptance testing were or will be determined to be qualified and competent to perform the work (Grant Assurance). FKA �� �� �� Yes �� Nn ��N/A 2. Construction reoondo, including daily logs, were or will be kept by the resident engineer/construction inspector that fully document contractor's performance in complying with: o. Technical standards (Advisory Circular(AC) 150/6370-12); b. Contract requirements (2CFRpart 2OO and FAA Order 51OO.38); and u. Construction safety and phasing plan mmoouneo (AC 150/5370-2). 17771Yeo E— No F�N/A 3. All acceptance tests specified in the project specifications were or will be performed and documented. (AC 15O/537O-12). r'_1Yeo F— No F-1N/A FAA Form s1OO'1zs(o/zo)SUPERSEDES PREVIOUS EDITION page 1of3 na 4. Sponsor has taken or will take appropriate corrective action for any test result outside of allowable tolerances (AC 150/5370'12). r;uqYeo No —JNA\ 5. Pay reduction factors required by the specifications were applied or will be applied in computing final payments with a summary made available to the FAA(AC 150/537O-1O). FVN '7Yea [:] No F-1N6A G. Sponsor has noUfied, or will promptly notify the Federal Aviation Administration (FAA) of the following occurrences: a. Violations of any federal requirements set forth or included by reference in the contract documents (2 CFR part 2OO); b. Disputes or complaints concerning federal labor standards (29 CFR pad 5); and c. Violations oforcomplaints addressing conformance with Equal Employment Opportunity or Disadvantaged Business Enterprise requirements (41 CFR ChapterG0 and 49 CFR part3G). Yes F-lNo F-IN/A 7. Weekly payroll records and statements of compliance were or will be submitted by the prime contractor and reviewed by the sponsor for conformance with federal labor and civil rights requirements as required by FAA and U.S. Department of Labor(39 CFR Part 5). ��Yea F� No F-] N/A 8. Payments to the contractor were or will be made in conformance with federal requirements and contract provisions using sponsor internal controls that include: a. Retaining source documentation of payments and verifying contractor billing statements against actual performance(2 CFR§200.302 and FAA Order 5100.38); b. Prompt payment of subcontractors for satisfactory performance of work (49 CFR§26.29); c. Release of applicable retoinage upon satisfactory performance of work (40 CFR§28.29); and d, Verification that payments to DBEs represent work the DBE performed by carrying out commercially useful function (49 CFR§28.5S). --'Yes F-] No F� N/A S. A final project inspection was or will be conducted with representatives of the sponsor and the contractor present that ensure: a. Physical completion of project work in conformance with approved plans and specifications (<Jnder51OO.38); b. Necessary actions bo correct punch list items identified during final inspection are complete i (Order 61DO,38); and c. Preparation of a record of final inspection and distribution to parties to the contract (Onder51OO.3D); � �l�Yeo No F— N�` 10. The project was or will be accomplished without material deviations, changes, or modifications from approved plans and specifications, except as approved by the FAA(Order 5100.38). �� o � Yes �� � �— N/A e� _ FAA Form 51OO-1o3(a/oo)SUPERSEDES PREVIOUS EDITION page unf5 nn 11. The construction of all buildings have complied or will comply with the seismic construction requirements cf4Q CFR§41.13U. EX Yes F� No FlN/A 12. For development projects, sponsor has taken or will take the following close-out actions: o. Submit to the FAA a final test and quality assurance report summarizing acceptance test nenu|to, aa applicable (Grant Cwndibon); b. Complete all environmental requirements as established within the project environmental determination (Oder51DD.3O); and � o. Prepare and retain as-built plans (Order 6100.38). � ~ p�lYes F—| No F-- N/A 13. Sponsor has revised or will revise their airport layout plan (ALP)that reflects improvements made and has submitted or will submit an updated ALP to the FAA no later than OO days from the period of performance end date. (48USC §471O7 and Order 51O0.3O). F�lYeu F—1 No F—lN64 Attach documentation clarifying any above item marked with "No" response. 0ponmmr'sCortifioation I certify, for the project identified herein, responses to the forgoing items are accurate as marked and � additional documentation for any item marked ^no^ io correct and complete. � Executed on this day of . 2021 i Name cfSponsor: City ofYakima � Name of8ponoor's Authorized Officka|: Bob Harrison ` ! Title of8ponuor'a Authorized Official: City Manager Signature nfGponoo/o Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and xxi|Kb||y providing ha|no information bn the federal government is avio|cdinn of18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 51Oo'1oe(a/no) SUPERSEDES PREVIOUS EDITION page 3ofn oo u/S.Department mTransportation O�8CONTROLNU�BER� 212�05OS Federal Aviation Administration EXPIRATION DATE: 6/3012023 Drug-Free Workplace Airport Improvement Program Sponsor Certification Sponsor: City ofYakima Airport: Yakima Air Terminal McAllister Field Project Number: 3-53-0088-047-2021 Description cfWork: Rehabilitation uf the East General Aviation Apron area. . Application 48USC §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 (A|P). Qoneno| requirements on the drug-free workplace within federal grant programs are described in 2 CFR part 182. Sponsors are required to certify they will be, or will continue to pruvida, a drug-free workplace in accordance with the regulation. TheA|P project grant agreement contains specific assurances on the Drug-Free Workplace Act of1988. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting^Yau" represents sponsor acknowledgement and confirmation of the certification statement. The term''wi||^ means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. `. A statement has been or will be published prior to commencement of project notifying employees that the unlawful manuhacture, dinbibuUon, diopenoing, p000eeoion, or use of controlled substance is prohibited in the apnnoo/oxvorkp|aco. and specifying the actions to betaken against ) employees for violation of such prohibition (% CFR§ 182.205). QQYeo O No O N/A 2. An ongoing drug-free awareness program (2 CFR§ 182.215) has been or will be established prior to commencement ofproject to inform employees about: a. The dangers of drug abuse in the workplace-, b. The oponao/u policy of maintaining o drug-free workplace; o. Any available drug oounoe|ing, vehobi|itation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. QQYes ONo El N/A FAA Form 518O'1oo(u/2n)SUPERSEDES PREVIOUS EDITION Page 1oru 61 3. Each employee to be engaged in the performance of the work has been or will be given a copy of the statement required within item 1 above prior to commencement of project(2CFR§ 182.210). 0 Yes El No El N/A 4. Employees have been or will ba notified in the statement required by item 1 above that, aoa condition employment under the grant (% CFR § 182.286(n)). the employee will: a. Abide by the terms of the mbetemert-, and 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. ZYoo El No El N/A 5. The Federal Aviation Administration (FAA)will be notified in writing within 10 calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction (2 CFR§ 1D2.226). Employers of convicted employees must provide notice, including position title of the employee, to the FAA(2 CFR § 182.300). El Yes El No El N/A 8. One of the following actions (2 CFR § 182.225(b))wiU ba taken within 30 calendar days of receiving o notice under item 4b above with respect tn any employee who i000convicted: a. Take appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; and b. Require such employee to participate satisfactorily in drug abuse assistance or rehabilitation programs approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency. [9 Yes El No El N/A 7. A good faith effort will be made, on a continuous basis, to maintain a drug-free workplace through implementation of items 1 through 6 above (% CFR§ 182.2UU). QQYes El No El N/A Sitm(s)of performance of work(2 CFR§ 182.230): Location Name ofLocation: Yakima Air Terminal'McAllister Field Address: 24O0VV Washington Ave Suite B.Yakima,VVAS0SO3 Location 2(if applicable) Name ofLocation: \ Address: � Location 3 (if applicable) Name ofLocation: Address: oo Attach documentation clarifying any above dam marked with o^No^ response. �Spmmsor'mCertifioaton �| certify, for the project identified herein, responses to the forgoing items are accurate as marked and :additional documentation for any item marked"no" is correct and complete. Executed onthis day of . 2021 ' Name ofSponsor: City ofYakima � Name ofSponuo/uAuthorized Official: Bob Harrison � Title ufSponnor'oAuthorized Official: City Manager � � Signature cfSponnoro Authorized Official: ' | declare under penalty of perjury that the foregoing is true and correct. | understand that knowingly and � willfully providingfalse information bo the federal government imoviolation cf18 U8C § 1001 (False � Statements) and could subject metofinao. imprisonment, or both. � FAA Form 51OO'1sU(8/oo)SUPERSEDES PREVIOUS EDITION Page nvrx oo U.S. n nammommTmnopnrtanon OMB CONTROL NUMBER: 2120-D5O8 Federal Aviation Administration EXPIRATION DATE: 6/302023 Certification and Disclosure Regarding Potential Conflicts of Interest Airport Improvement Program Sponsor Certification Sponsor: City ufYakima Airport: Yakima Air Terminal'McAllister Field Project Number: 3~55'0089-047'2021 Description ofWork: Rehabilitation of the East General Aviation Apron area, Application Title CFR§200.112 and Q 1201.112 oddnoon Federal Aviation Administration (FAA) requirements for conflict of interest. An a condition of eligibility under the Airport Improvement Program (A|P), sponsors must comply with FAA policy on conflict of interest. Such a conflict would arise when any of the following have a financial ur other interest in the firm selected for award: m) The emp|oyee, officer or agent. b) Any member of his immediate family, c) His or her partner, or d) An organization which employs, orio about to employ, any of the above. Selecting"Yes" represents sponsor or sub-recipient acknowledgement and confirmation of the ( certification statement. Selecting ^No" represents sponsor or sub-recipient disclosure that it cannot fully ( ` comply with the certification statement. If"No" in ae|mded, provide support information explaining the negative response as an attachment to this form. This includes whether the sponsor has established standards for financial interest that are not substantial or unsolicited gifts are of nominal value(2 CFR§ 200.318(c)). The term "will" means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. Certification Statements 1� The sponsor or sub-recipient maintains a written standards of conduct governing conflict of interest and the performance of their employees engaged in the award and administration of nnntnootm (3 CFR§2D0.318(o)). To the extent permitted by state orlocal law orregulations, such standards of conduct provide for penalties, sanctions, or other disciplinary actions for violations of such standards by the oponoor'o and sub-recipient's of5uers, amp|oyaeo, or agents, or by contractors nr their agents. EDYeo El No FAA Form s1uO-1J5(O/2O)SUPERSEDES PREVIOUS EDITION Page 1ufz 04 %. The sponsor's or sub-recipient's officers, employees or agents have not and will not solicit or accept gnstuitiao, favors or anything of monetary value from uontnadom, pob*nUo|oortnanbora, or parties bo sub-agreements (2CFR§200.318(c)). QQYao [] No 3. The sponsor or sub-recipient certifies that is has disclosed and will disclose to the FAA any known potential conflict ofinterest (2 CFR§ 1200.112). ZYeo [] No Attach documentation clarifying any above item marked with''no^ response, Spommor's Certification | uartify, for the project identified hen*in, n*opunoeo to the forgoing demo are accurate as marked and have the explanation for any item marked ^no^ io correct and complete. ! Executed on this day of . 2021 / Name ofSponsor: City ufYakima Name uf8ponoo/o Authorized Official: Bob Harrison Title ofSponoora Authorized Official: City Manager � [ Signature of8ponaor'a Authorized Official: , _ r � | declare under penalty of perjury that the foregoing is true and correct. | understand that knowingly and | ! willfully providing false information ho the federal government iaoviolation of 18 UGC § 1001 (Fo|oo ! � Statements) and could subject metofines, imprisonment, or both. FAA Form 5100-135(8/20)SUPERSEDES PREVIOUS EDITION Page 2 of 2