Loading...
HomeMy WebLinkAboutR-2023-078 Resolution authorizing bid award agreement with Hurst Construction LLC. for AIP No. 3-53-0089-055-2023 for Taxilane Charlie ExtensionRESOLUTION NO. R-2023-078 A RESOLUTION authorizing an agreement with Hurst Construction, LLC to construct the Taxilane Charlie Extension project 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, in 2023, the Federal Aviation Administration (FAA) and the Yakima Air Terminal - McAllister Field identified the need to build and extend the airport's Taxilane Charlie infrastructure, including construction of approximately 1,900 feet of Taxilane system for future hangar development, pavement markings, relocation of the airport's perimeter fencing, and installation of an airport vehicle the Yakima Air Terminal -McAllister Field; and WHEREAS, the Yakima Air Terminal -McAllister Field advertised the need to build and extend the airport's Taxilane Charlie infrastructure under a competitive bidding process and received four bids that were thoroughly evaluated; the airport has identified a lowest responsive and responsible bidder and has provided a letter of recommendation to the FAA to award the bid; and WHEREAS, the Yakima Air Terminal -McAllister Field has coordinated with the Federal Aviation Administration through the airport's Capital Improvement Plan to utilize approximately $1,955,690.00 of federal grant funds and approximately $217,300.00 of Passenger Facility Charge funds, used as the airport's local match requirement, to fund the work to be performed under the terms of the Construction Agreement; and WHEREAS, contingent upon receiving FAA funds and approval to award the bid to the lowest responsive and responsible bidder, the City of Yakima would be ready to enter into the contract with Hurst Construction, attached hereto, to build and extend the airport's Taxilane Charlie infrastructure; and WHEREAS, the City Council deems it to be in the best interest of the City and its residents to authorize the execution of an agreement with Hurst Construction, LLC to construct Taxilane Charlie Extension project at the Yakima Air Terminal -McAllister Field and if grant funds are awarded, to accept the funds for the purposes identified, Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: 1. The City Manager is hereby authorized and directed to execute, contingent on receipt of the above -mentioned FAA grant funds, the attached and incorporated Construction Agreement with Hurst Construction, LLC in the amount not to exceed two million one hundred seventy- two thousand nine hundred eighty-nine dollars ($2,172,989.00), to construct the airport's Taxilane Charlie Extension Project 3-53-0089-055-2023. 2. If grant funds are awarded, the City Manager is further authorized and directed to accept and spend said grant funds to be applied to the purposes specified above. ADOPTED BY THE CITY COUNCIL this 6th day of June, 2023. ATTEST: Rosalinda Ibarra, City CI Janice Deccio, Mayor CITY OF YAKIMA YAKIMA AIR TERMINAL, MCALLISTER FIELD Taxilane Charlie Extension AIP #3-53-0089-052-2022 CONT 111 THIS AGREEMENT, made the I A CT FO day of tAle‘ • 2023, by and between, Hurst Construction LLC hereinafter called the "CONTRACTOR," and the City of Yakima hereinafter called the "OWNER". WITNESSETH: That the CONTRACTOR and the OWNER, for the consideration hereinafter named, agree as follows: ARTICLE 1: SCOPE OF WORK: The CONTRACTOR shall furnish all labor, tools, materials, equipment and supplies required for the Taxilane Charlie Extension in accordance with the Contract Documents, plans and specifications for AIP No. 3-53-0089-052-2022. The approximate quantities of work are shown in the Bid Proposal bound in this document. ARTICLE 2: TIME OF COMPLETION: The work to be performed under this Contract shall be commenced on the date specified in the Notice to Proceed, and shall be completed within 65 Working Days. The CONTRACTOR agrees to pay, as liquidated damages, the following sums: Three Thousand Dollars and No Cords persalendar day ($3.000.00) For each consecutive Working Day thereafter, the work remains uncompleted. The time for completion shall include the time necessary to order and procure materials. The CONTRACTOR may not begin actual field installation of work until he can demonstrate that all materials are available and weather conditions will allow completion of any work such as pavement repairs. The intent is to reduce the impact to airport operations and field engineering time. The CONTRACTOR shall present a project schedule prior to field installations, to ensure progressive completion. ARTICLE 3: THE CONTRACISUM: The OWNER shall pay the CONTRACTOR for the performance of the Contract, subject to additions and deductions provided therein, in current funds an amount equal to the estimated total bid, including tax, as provided in the Bid Schedule of Items and Prices, as follows: Two Million, One Hundred Sixty -Seven Thousand, Five Hundred Seventy -Four Dollars and Sixty -Eight Cents ($2,167,574.68) ARTICLE 4: PARTIAL PAYMENT: The OWNER will make payment on account to the CONTRACTOR as provided therein, as follows: Within 30 calendar days of the end of the previous month in which work was completed, One Hundred percent (100%) of the value, based on the contract price, of labor incorporated in the work as estimated by the ENGINEER, less the aggregate of previous payments, will be due the CONTRACTOR. Partial payments to the Contractor will not be made until approved Intent to Pay Prevailing wages have been filed and approved. Partial Payments will not be made if there are any outstanding Certified Payrolls or No Work Performed Notices (NWP). Payrolls and NWP are required to be submitted to the Engineer within 10 days of Payroll. Affidavits The Contractor shall provide the completed Certification of Payment (included in these contract documents) to the Engineer verifying all subcontractors been paid within the required time. The Certification shall be submitted within 15 days. No partial payment will be made to the Contractor until this certification is received. ARTICLE 5: ACCEPTANCE AND FINAL PAYMENT: Upon due notice from the CONTRACTOR of presumptive completion of the entire project, the ENGINEER and OWNER will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The ENGINEER shall notify the CONTRACTOR in writing of physical or substantial completion as of the date of the final inspection. 45-21-02 I / Yakima Air Terminal — McAllister Field Page 1-33 CITY OF YAKIMA YAKIMA AIR TERMINAL, MCALLISTER FIELD Taxilane Charlie Extension AIP #3-53-0089-052-2022 CONT CT FO (Continued) Prior to Project Acceptance and preparation of necessary State Notices, the CONTRACTOR shall submit evidence, satisfactory to the ENGINEER, that all Intents and Affidavits, payrolls, material bills, taxes and other indebtedness connected with the work have been submitted, filed and/or paid. The entire balance found to be due the CONTRACTOR, including the retained percentage shall be paid to the CONTRACTOR within thirty (30) days after all Washington State Clearances have been received by the Owner or the date of acceptance by the OWNER. The making and acceptance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing after final payment, or from requirements of the specifications, and of all claims by the CONTRACTOR, except those previously made and still unsettled. If, after the work has been substantially completed, full completion thereof is materially delayed through no fault of the CONTRACTOR, and the ENGINEER so confirms, the OWNER shall, upon a verification of the ENGINEER, and without terminating the contract, make full payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing partial acceptance, except that it shall not constitute a waiver of claims. ARTICLE 6: THE CONTRACT DOCUMENTS: The Invitation for Bid, Information for Bidders, Bid Proposal, FAA General Provisions, Federal Contract Clauses, Specifications for Construction, Additional Special Provisions, Appendices, and Plans, together with this Agreement, form the Contract, and they are as fully a part thereof and hereof as if hereto attached or herein repeated. All workers shall be paid the higher of the State or Federal Prevailing Wage Rate. The CONTRACTOR and all subcontractors will submit Intent to Pay Prevailing Wages and an Affidavit of Wages Paid, at appropriate times. The Federal Wage Determination(s) and the State Prevailing Wage Rates are included with this contract in Sections 5 and 6. It is the responsibility of the CONTRACTOR and all subcontractors to verify and ascertain that all worker classifications required for this project are included in Federal and State Wage rates prior to bid. The Contractor further agrees that they will notify the Engineer immediately of any missing classifications. The Contractor is responsible for any additional wages as the result of any Wage Conformance undertaken. ARTICLE 7: INDEMNIFICATION AND HOLD HARMLESS: The CONTRACTOR shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the Contractor, or any Contractor's agent or subcontractor, in performance of this Agreement, except for claims caused by the City's sole negligence. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, shall be only to the extent of the Contractor's negligence. 45-21-021 / Yakima Air Terminal — McAllister Field Page 1-34 CITY OF YAKIMA YAKIMA AIR TE ' INAL, MCALLISTER FIELD Taxilane Charlie Extension AIP #3-53-0089-052-2022 CONT CT FO (Continued) Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. The terms of this Section shall survive any expiration or termination of this Contract. This section shall replace specification 70-11. ARTICLE 8: FEDERAL CONTRACT CLAUSES: The CONTRACTOR agrees by signing this contract, to certify and comply with all Federal regulations, clauses and certifications stipulated within these contract documents. 49 CFR Part 26 provides that each contract the OWNER enters into with a CONTRACTOR (and each subcontract the contractor signs with a subcontractor) shall include the following assurance: "The CONTRACTOR and its subcontractors shall not discriminate on the basis of race color, national origin, or sex in the performance of this contract. The CONTRACTOR shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Department of Transportation (DOT) assisted contracts. Failure by the CONTRACTOR to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate" ARTICLE 9: QUANTITIES AND ADDITIONAL WORK: The OWNER reserves the right to increase or decrease any quantities shown in the Bid Schedule, and the CONTRACTOR agrees to perform additional work at the unit price bid for all increases, or deduct for any decreases in the unit price bid. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CIT F YAKIM City Manager Date: to ) CITY CONTRACT NO RESOLUTION NO Attest: City Clerk HURST CONSTRUCTION Date: L.k. (Print name) 45-21-021 / Yakima Air Terminal — McAllister Field Page 1-35 2 of 3 Originals Hurst Construction, LLC CITY OF YAKIMA YAKIMA AIR TERMINAL, MCALLISTER FIELD Taxilane Charlie Extension AIP #3-53-0089-052-2022 PE • FO • ANCE BO KNOW ALL MEN BY THESE PRESENTS: that (Name of CONTRACTOR) 316 Urban Industrial Way, East Wenatchee, WA 98802 Bond No. 107 806 409 (Address of CONTRACTOR) LLC • hereinafter called (Individual, Partnership, or Corporation) Principal, and Travelers Casualty and Surety Company of America (Name of Surety) c/o CB&MS of WA., INC. - P.O. Box 681, Bothell, WA 98041 (Address of Surety) hereinafter (...,•illed,Suretv. are held and firmly. bound unteihe Gib, of Yaldrna hereinafter called the OWNER, in the o minion Ione Hundred tv II nOLISanil 1-ive penal sitm ofliu en Dollars ($ 2,167574.6B ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the principal entered into a certain Agreement with the OWNER, dated thel_day of Jun C— , 2023 a copy of which is bound herein attached and made a part hereof for the construction of: Taxilane Charlie Extension for Yakima Air Terminal/McAllister Field NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertaking, covenants, terms, conditions, and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one (1) year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages that it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense that the OWNER may incur in making good any default, this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. 45-21-02 I / Yakima Air Terminal — McAllister Field Page 1-36 CITY OF YAKIMA YAKIMA AIR TERMINAL, MCALLISTER FIELD Taxilane Charlie Extension AIP #3-53-0089-052-2022 PE . , NCE BOND (Continued) PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in three (3) parts, each of which shall be deemed an original, this 1, day of , 2023 . ATTEST: Hurst Construction, LLC Contractor Hurst Construction, LLC Principal 316 Urban Industrial Way Street or P.O. Box East Wenatchee, WA 98802 City, State and Zip Code Travelers Casualty and Surety Company of America Signature Attorney in Fact, Chris A. Fix clo CB&MS of WA., - P.O. Box 681 Street or P.O. Box Bothell, WA 98041 City, State and Zip Code NOTE: 2. 3. (Principal) Secretary (SEAL) Wi ties'i as to Nine - 3/ Street or P.O. Box („IsAililiti4 0,11\ City, State and Zip Code ATTEST: N/A (Surety) Secretary Witness as to Surety P.O. Box 681 Street or P.O. Box Bothell, WA 98041 City, State and Zip Code Performance Date ofilEist e - Bond must not be prior to the date of the Agreement. (If the CONTRACTOR is a Partnership, all partners should execute the Bond.) The Rate of premium of the Bond shall be stated together with the total amount of the premium charged. The current power of attorney of the person who signs for any surety company shall be attached to the bond. First $500,000 @ 1.04% Next $2,000,000 @ .820% Bond Premium $ 18,874.00 45-21-021 / Yakima Air Terminal — McAllister Field Page 1-37 I 2 of 3 Originals Hurst Construction, LLC CITY OF YAKIMA YAKIMA AIR TERMINAL, MCALLISTER FIELD Taxilane Charlie Extension AIP #3-53-0089-052-2022 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that Bond No 107 806 409 (Name of CONTRACTOR) 316 Urban Industrial Way, East Wenatchee, WA 98802 (Address of CONTRACTOR) LLC , hereinafter called (Individual, Partnership, or Corporation) Principal, and Travelers Casualty and Surety Company of America (Name of Surety) c/o CB&MS of WA., INC. - P.O. Box 681, Bothell, WA 98041 (Address of Surety) hereinafter called Surely. are held and firmly bound unto the City of Yakima hereinafter called the OWNER, in the wo Million One Hundred Sixty Seven Thousand Fives . penal sum o uollai s ($ 2,167574pfn lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. This bond is executed in pursuance of Chapter 39.08, Revised Code of Washington. THE CONDITION OF THIS OBLIGATION is such that whereas, the principal entered into a certain Agreement with the OWNER, dated thel_day of A , 2023, a copy of which is bound herein and made a part hereof for the construction of: Taxilane Charlie Extension for Yakima Air Terminal/McAllister Field NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation to this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. 45-21-021 / Yakima Air Terminal — McAllister Field Page 1-38 CITY OF YAKIMA YAKIMA AIR TERMINAL, MCALLISTER FIELD Taxilane Charlie Extension AIP 113-53-0089-052-2022 PAY NT BOND (Continued) IN WITNESS WHEREOF, this instrument is executed in three (3) parts, each of which shall be deemed an original, this the 7day of J kA \ t= , 2023. Hurst Construction, LLC Contractor Hurst Construction, LLC 316 Urban Industrial Way Street or P.O. Box East Wenatchee, WA 98802 City, State and Zip Code Travelers Casualty and Surety Company of America Surety By: Signature Attorney in Fact, Chris A. Fix c/o CB&MS of WA., INC. - P.O. Box 681 Street or P.O. Box Bothell, WA 98041 City, State and Zip Code ATTEST: (Principal) Secretary Street or P.O. Box City, State and Zip Code ATTEST: N/A (Surety) Secretary (SEAL) Witness as to Surety P.O. Box 681 Street or P.O. Box Bothell, WA 98041 City, State and Zip Code NOTES: 1. Date of Payment Bond must not be prior to the date of the Agreement. (If the CONTRACTOR is a Partnership, all partners should execute the Bond.) 2. The Rate of premium of the Bond shall be stated together with the total amount of the premium charged. 3. The current power of attorney of the person who signs for any surety company shall be attached to the bond. First $500,000 1.04% Next $2,000,00 @ .820% 18,874.00 Bond Premium $ 45-21-021 / Yakima Air Terminal McAllister Field Page 1-39 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint CHRIS A FIX of BOTHELL , Washington , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut By: City of Hartford ss. Robert 1, Rene enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 nri This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: Anna P. Nowik, Notary Public RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and:any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. ootomioittl,,,t04# Dated this/ day of d 40, ein cOrt.4, k 0 Ot*' Kevin E. Hughes, Ass! tant Secretary To verify the authenticity of this Power or call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the desiblireftWe bond to which this Power of Attorney is attached. 1 ITEM TITLE: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 6.1. For Meeting of: June 6, 2023 Resolution authorizing bid award agreement with Hurst Construction LLC. for AI P No. 3-53-0089-055-2023 for Taxilane Charlie Extension SUBMITTED BY: Jaime Vera, Airport Operations and Maintenance Manager SUMMARY EXPLANATION: 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 construction and extension of the airport's Taxilane Charlie infrastructure. Implementation of approximately 1,900 feet of Taxilane system for future hangar development, pavement markings, relocation of the airport's perimeter fencing, and installation of an airport vehicle gate and pedestrian gate. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Economic Development APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt resolution. ATTACHMENTS: Description Upload Date Type ❑ Resolution 6/2/2023 Corer Memo 0 Hurst Construction Contract 5/15/2023 Contract