HomeMy Public PortalAboutAAC Minutes 1993 01/06MINUTES
AIRPORT ADVISORY COMMITTEE
JANUARY 6, 1993
ATTENDING: Tom Tucker, Gordon Colburn, John Wolf, Merrill Saleen
Lyn Clark, Kim Allen, Chuck Sundby, John Austin, Bud
Schmidt.
I. STATUS REPORTS:
A. Aircraft Accident, December 18, 1992
The incident was noted to the committee.
B. Old Hangar Leases:
All leases have been executed and paid.
C. New Leases:
The Stephen Connelly leases were recently executed. These
were approved by the committee and council last summer.
II. IDAHO AIRPORT GRANT: ++++++++
The application for assistance in surveying the airport and
installing traffic safety signs was considered. After review,
Colburn moved to recommend to the City Council that the
application be submitted as written. Tucker seconded and the
motion carried unanimously.
III. LEASE RATES: ++++++++
Resolution 10-90 was considered. The committee discussed
whether the increase in lease rates signaled by this resolution
should be effected. After discussion, Colburn moved to
recommend that the Council affirm the lease rate increases
anticipated by Resolution 10-90, effective January 1, 1993.
Saleen seconded and the motion carried unanimously.
IV. LEASE POLICY: +++++++
A draft policy was submitted to the committee for review
related to deposits on preparing leases.
After discussion, Tucker moved to recommend to the City
Council the adoption of the policy on airport lease deposits as
written. Wolf seconded and the motion carried unanimously.
V. REQUEST FOR PROPOSALS, ENGINEERING SERVICES: +++++++
A draft RFP was discussed. The draft had also been submitted
to the FAA for review which suggested separating the Planning
activities. After discussion of the sequencing and timing of the
Master Plan Update, Tucker moved to recommend that the Council
approve the RFP amended by staff to address only Engineering
services and to delete all reference to planning services and to
advertise the RFP at the earliest date. Saleen seconded and the
motion carried unanimously. ( The attachment has been edited in
draft to show areas to be deleted.)
VI. MEMORANDUM OF UNDERSTANDING, USFS:
The draft document was reviewed and certain clarifications
and amendments were requested. The matter was referred back to
the Forest Service for amendment and will be reconsidered at a
later meeting. This document will replace the cooperative
agreement now in effect between the City and USFS and is being
revised due to Forest Service policies and procedures.
VII. LEASE VIOLATION, FLIGHTLINE SYSTEMS:
The lessee has violated the color requirements of the lease.
A grey building with white trim has been erected instead of the
tan/brown requirement. A letter is attached. After discussion,
the Committee asked that a lease addendum be drafted that:
1. Requires the developer to post a $10,000 bond to paint
the building in the event that the current building is the only
one constructed;
2. Permits the grey/white color if more than one building
is constructed;
3. Holds the bond until a building permit for the second
building is issued by the city.
VIII. INFORMATION ITEMS:
A. ROTARY SNOWPLOW: Letters to and from the Surplus
property agency were noted. Saleen suggested that he query the
Federal program through the Forest Service for a snow blower
since other Federal agencies have first priority on receiving
surplus from other Federal agencies.
IX. AIP 1993 PROGRAM:
Chuck Sundby, Toothman-Orton Engineering, reviewed his
discussions with FAA on the funds that will be available and the
work items that could be accomplished with the funding. The
estimate of Federal assistance is between $400,000 and $460,000
and the recommended work items are the new Jet Apron at the old
tanker base location and the construction of a second E-W taxiway
in the lease area. The item will need to be further discussed
when final figures are available.
X. AIR TRAFFIC SIGNS:
Kim Allen and Lyn Clark reviewed a draft of the sign copy
and diagrams and will amend the drawings according to the
committee's suggestions related to size of type, including FAA
regulations on rotor aircraft, color keying routes, and other
items.
XI. NEXT MEETING:
The February meeting will be again conducted at noon
possibly at the McCall Deli.
XII. ADJOURNMENT:
At 2 p.m., Colburn moved to adjourn, Wolf seconded and the
motion carried.
r• on c• ' •u
Acting Secretary
/a)
J�Li—
FROM: /-
DATE///T/ m
a
NO. PAGES
INCLUDING- 0
FAX #: PHO #: ��� %/. PAGE
REQUEST FOR PROPOSALS
AIRPORT ENGINEERING CONSULTANT SERVICES
The City of McCall, Idaho is requesting proposals for consulting
engineering services for the McCall Municipal Airport. The
services will include design, grant management and
administration, construction design, and bidding and contract
negotiation, and other services required by the City.
The selection criteria and full scope of work and the proposal
packet are available by contacting the City Clerk, P.O. Box 1065,
McCall, Idaho 83638 (208) 634-7142.
Proposals are to be received in the Clerk's office no later than
5 p.m. on February 4, 1993.
f�y-� I." ouLt.L.1/4,-, 0 c, i-(0-q3
2---xq4•2
7(A
r 7-9 3
REQUEST FOR PROPOSALS
CITY OF MCCALL
AIRPORT ENGINEERING SERVICES
INTRODUCTION:
This selection process is intended to be in compliance with the
FAA Advisory Circular entitled "Architectural Engineering and
Planning Consultant Services for Airport Grant Projects ( AC,
150/5100-14 B) and its proposed replacement circular (AC
150/1500-14C) and Airport Guidelines.
The selection of a consultant, in concert with the FAA
regulations, shall be based upon a comparative analysis of the
professional qualifications necessary for satisfactory '
performance of the services required.
SELECTION CRITERIA:
The engineering firm selected for the McCall Airport Improvement
Project for 1993 will demonstrate competence in all of the
following areas:
1. AIRPORT ENGINEERING: The firm will have successfully
undertaken airport improvement projects with FAA, State of Idaho
and local matching funds of a similar scope and complexity of the
work to be undertaken by the City of McCall. This experience
must have occurred after January 1, 1988� A one page summary of
Airport Engineering projects shall be su mitted listing the scope
of work, a contact person with address and phone number.
2. INTEGRITY : Four letters of reference from public agency
clients will testify to the personal and professional integrity
of the project principals. These letters may be on any civil
engineering work but at least 1 should address an airport
project referenced in item No. 1 above. These letters should
testify to the competence of the individuals who will be assigned
to the project. Comments on the overall integrity of the firm
are also welcomed.
3. PRINCIPALS: Biographical data on the project engineer,
planner, or other team members who will be assigned to the
project is required. Office staff, EIT's, and other support
personnel biographies are not expected. The city expects a
biography from any person who will represent this project at any
time before the City Council and will expect that the persons
represented will be, in fact, project principals. Any person who
will perform construction inspection services shall submit a
biography.
4. CAPACITY: Documentation from the firm that it has the
administrative capacity to undertake the work and complete it in
a timely fashion. A list of other projects currently assigned to
the project principals will be submitted and time and scheduling
restraints of these projects will be listed to demonstrate this
capacity.
5. AFFIRMATIVE ACTION PROGRAM: Written documentation that the
firm has established and implemented an Affirmative Action
Program is required.
6. PUNCTUALITY AND BUDGET CONSCIOUSNESS: Submit a schedule of
the last 7 public agency projects for any civil engineering or
planning work undertaken by the firm by title, and listing the
original budget, the final cost with all change orders and the
contract completion date and the actual date of substantial
completion. Also listed would be a contact person and their phone
number for each of these projects.
7. LOCAL EXPERIENCE: List the names, principals, and beginning
and ending dates for all contracts undertaken by the firm within
the McCall Market area since January 1, 1988. Annotate he list
as necessary to note specific acquaintance with local g ography,
geology, politics, colorful local characters and any other
relevant local condition.
8. LOCAL OFFICE: Identify how engineering staff for e
project will be locally housed and officed. Outline the
relationships between the local representatives and the firm's
home office, including fax, computer links and other essential
supporting relationships between the home office and fi ld staff.
9. FIRM REFERENCES: Submit 3 letters of reference as tlined
below:
a. One letter from a public agency, preferably an 'rport
improvement project. This letter is not to contain any
endorsement of the firm which would be improper for a public
agency to do. This letter will address the punctuality of the
firm in meeting the project schedule, a list of change orders
for the project and their rationale, and an assessment of
quality of work performed if the author is a Professional
Engineer (and deleted if the respondent is not a P.E.).
b. One letter from a local firm or agency (local being from
the McCall market area) again addressing the issues of
punctuality, a schedule and rationale for change orders, and an
assessment of the quality of work performed. An endorsement of
the firm may be a part of this letter.
c. One letter from a client of the firms choosing whose
project best represents the firm's most difficult and complex
project. The letter should describe the project and outline the
methods and techniques by which obstacles were overcome by the
engineers on the project.
10. SPECIAL QUALIFICATIONS:
Make a brief presentation of the firms experience since
January 1, 1988 in special engineering techniques and services
outlined below:
A. Value engineering studies
B. Energy conservation analysis
C. Life -cycle cost analysis
D. Environmental and archeological planning reseaccw. 4analei5
11. COVER LETTER: The above materials will be transmitted to
the city under a cover letter, outlining the firms interest in
providing the services. In this letter, the firms understanding
of the scope of services will be discussed and the firms
understanding of special problems associated with the project and
the firms understanding of the city's concerns about the project
will be set forth.
12. PRESENTATION: The quality of the presentation of the
materials listed above will be taken to represent the
firm and the quality of work, quality of writing, and ability of
the firm to relate to a lay ( non -engineer) public.
VALUE WEIGHTING OF CRITERIA:
The relative value of each selection criteria is as follows:
SELECTION CRITERIA WEIGHT
NO. 1 15%
NO. 2 10%
NO. 3 5%
NO. 4 10%
NO. 5 5%
NO. 6 15%
NO. 7 10%
NO. 8 5%
NO. 9 10%
NO. 10 5%
NO. 11 5%
NO. 12 5%
TOTAL: 100%
SCHEDULE FOR CONSULTANT SELECTION:
January 6, 1993:
January 14,
January 21,
January 28,
February 4,
February 5,
February 10,
February 11,
March 11, 1993:
Airport Advisory Committee recommends RFP
documents
1993: City Council considers Committee
recommendation and authorizes
advertisement of RFP
1993: First advertisement, RFP
1993: Second advertisement, RFP
1993: 5 p.m. closing date for receiving
Proposals
1993: Airport Committee acting as the Selection
Board reviews Responses and compiles
short list
1993: Board interviews short listed firms
and recommends selection to City Council
1993: City Council receives Committee
recommendation and approves commencement
of fee and contract negotiations
City Council receives negotiated contract
for approval OR acts to commence
negotiations with the firm recommended as
the second ranked in the selection
process.
MCCALL AIRPORT ENGINEERING SELECTION
SCOPE OF SERVICES
The Engineering consultant shall provide all required
professional services to design the pavcmcnt rchabilitation work
on tho Conoral �viation ramp and constructi4m-of a jet ramp on M lb
the North perimeter of the airportX-for the 1993 work element. The 51.
consultant will be engaged for a three year period and additional
work during that period may include the design and construction
of additional taxiway upgrading the AWOS I to AWOS III,
consultMion on the construction of a roadway which currently
represents an obstruction, consultation on the placement of a I
major collector sewer line across the airport property, updating
tho airport mactcr plan, preparation of future preapplications
and applications for FAA funding and other work as may be s
required or requested by the sponsor. Additional work is a
dependent upon the ability of the city to secure local matching cr
funds and FAA approval of future AIP grant funding.
S
This work will be performed and constructed under a Federal
Aviation Administration (FAA) Airport Improvement Program (AIP)
for which the Cityof McCall n`
{sponsor) shall be the sponsor and
is the airport owner. Some portion of the funds for the project
Nek
may come from the Idaho Department of Transportation, Bureau of
Aeronautics and from local funds. y,
The FAA preapplication and the Airport Capital Improvement
Plan should be reviewed by the consultant prior to submission and
are attached to this document.
Professional services to be provided include all airport K
planning services, civil, electrical, structural and geotechnical
engineering services required to accomplish the following items:
{ I. AVIATION PLANNING SERVICES:
T e consultant shall assist the sponsor in continuing the
g oairport master planning for the McCall Municipal Air •= t,
Q-. w ich may include the following activities:
1. Study designs to estahe framewo and detailed
work program.
2. Airport data coll all4o and fac' ity inventories.
3. Aeronautical ac�ti i y forec._ s and demand/capacity
analyses.
4. Facility riremen determinations.
5. Airport layout •-. terminal area plans.'
6. Environmentassessment studies/reports, airport noise
compati•' ity plans(Part 150 Studies), and other
envi mental related studies.
ess
7. Compatible land -use plannin in the vici
airports.
8. Airport site s
9. Airport d ve�ont sc•-=• es and cost estimates
10. Airport nia anning.
11. Particip in public information programs and/or
publ'- earings related to airport development and
anning projects.
X.ARCHITECT/ENGINEERING SERVICES:
This work element relates to the physical development of the
airport and the scope of work is outlined below in its four
sequential phases.
PHASE I: PRELIMINARY DESIGN
The preliminary design phase is intended to identify and
evaluate alternatives to ensure cost effective and practical
solutions for the work items identified. The consultant will
complete its evaluation of alternatives through contacts with
local authorities, review of the preapplication, field
investigations, consultation with the current consultant, and a
practical design approach. The design will take advantage of
local knowledge and experience and utilize expertise from recent
construction projects to design a cost effective project and
ensure competitive construction bids. Cost efficiencies will be
realized in lower initial cost and in lower long term
maintenance costs. Activities include:
1. Coordination with the Airport Manager,the Airport Safety
officer, the City's Airport Advisory Committee and the city
public works department which maintains the airport, with FBO's
and the United States Forest Service to minimize impacts on daily
operations.
2. Preparation of preliminary cost estimates and schematic
design for each element of the project.
3. Provide all geotechnical investigation and analysis and
pavement and other nondestructive testing and analysis required
for the design.
4. Provide survey data not currently available.
5. Prepare an overall construction phasing plan in order to
maximize project constructability and minimize interference with
airport operations. The phasing plan shall take into account
the forest fire suppression activity on the airport during the
summer,, months and any other private or public construction
occurring on the airport or its environs.
6. Determine Aircraft usage through coordination with
Airport staff, FBO's, and the Forest Service and design the
C VI-OZ C IA --
pavements to meet the..antieipatcd aircraft traffic.
PHASE II: ENGINEERING PHASE ACTIVITIES
1. Evaluate local conditions
a. inventory local material suppliers, sources and
capabilities
b. Evaluate drainage alternatives
c. Review electrical lighting layouts and determine
system relocation capabilities
2. Review and evaluate project layout
a. Vo ify- maeter }plan Idimensions and data
aiie- Review findings and recommendations with airport
personnel
3. Complete a soils investigation, soils report and
recommendations, including:
a. Field exploration including the excavation of test
pits and logging and classifying soils and securing
samples for testing.
b. Laboratory testing as follows will be conducted:
i. Compacted CBR test (3 compaction points/test)
ii. Standard Proctor (4 Point) compaction tests
Atterberg limit determinations
iv. Sieve Analysis
v. Unit weight and water content determinations
vi. FAA soil classifications for all samples
c. Complete necessary topography and site surveying,
including establishment of project control points
d. Complete pavement section alternatives analysis and
provide recommendations, including:
i. Conduct of an initial cost analysis, life cost
analysis, and analysis of locally available
resources for each alternative
ii. Develop a bidding strategy including procedures
and alternatives to assure competitive bidding
for the project.
e. Complete preliminary plan and profile design for the
proposed construction.
f. Complete preliminary plans for lighting, signing,
and electrical service for the proposed
construction.
g. Provide recommendations on project
construction phasing
h. Complete construction cost estimates for the
recommended alternatives
i. Provide 5 sets of review documents
j. Complete the preliminary design report including:
i., Geotechnical investigation report
ii. Topographical survey map ,
1.
In this phase, the consultant will provide well defined
construction requirements, with selected bid alternatives as
appropriate to ensure competitive construction bids. Construction
schedules will be closely coordinated ensure the best possible
weather conditions and the least interference with airport
operations. The consultant will assist the sponsor with the
advertisement, notification of local airport users, and generally
complete the final construction contact document for the project.
The following outline describes in greater detail the tasks and
work products.
Incorporate preliminary design comments and responds as
necessary to requests for additional information.
2. Provide final design drawings, specifications and
detailed construction cost estimates for the project.
3. Develop specifications using Advisory Circular
150/5370-10A, and any updates to the circular issued by
the date of the design documents.
4. Design all improvements in accordance with FAA standards
and guidelines and in accordance with Airport
Certification Manual and Airport Operations Manual.
5. Coordinate the design of the project with existing and
ultimate grades established at adjacent areas.
6. Provide for all required design of utilities and
services.
7. Complete final quantity calculations.
8. Solicit sponsor, State BOA, and FAA review
9. Provide sets of contract documents
10. Assist sponsor with advertising and
project requirements.
Assist sponsor with preparation
Provide review of all submittal
construction.
Provide technical assistance and
sponsor during construction.
14. Accomplish all work on a schedule to be negotiated
the sponsor during the preliminary design hase.
The budget for the 1993 work element is 50,000.
including change order contingency. The consultant
and approval.
interpretation of
11. of FAA application.
12. and shop drawings during
13. recommendations to the
iii.Preliminary plan
iv. Pavement section design and analysis
v. Drainage design analysis
vi. Construction cost estimates
vii.Engineer recommendations and executive summary
of the report
viii.Schedule and phasing recommendations
PHASE III: FINAL DESIGN
i
15.
With 1j
G►tira xi MA
1
shall
evaluate the feasibility of this budget and keep the
Airport appraised during each phase of the design. The
Consultant shall advise the sponsor of any options
available for reducing the construction costs to stay
within the budget, if it appears that likely construction
bid prices will exceed the budget.
PHASE IV: CONSTRUCTION INSPECTION AND SUPERVISION SERVICES
During this phase of the project, the consultant will assist
the sponsor in monitoring and documenting the progress for
quality, cost and liability control. The consultant will review
contractor pay requests, complete the necessary quality control
testing, establish necessary survey control, ensure the
consistency of the construction with the plans and
specifications, will continually inform the sponsor on the
project progress and problems, will conduct the final project
inspection, and complete the associated certification.
Activities in the phase will include the following:
1. Assist with prebid conference and the bid opening. Issue
addenda, prepare an abstract of bids and make
recommendations for award.
2. Assist in award notification to the successful bidder,
notify and return bid bonds to the unsuccessful bidders.
3. Solicit and review bonds, insurance certificates, an
construction schedules.
4. Conduct the preconstruction conference.
5. Complete construction staking, provide horizontal an
vertical control.
6. Provide resident inspection to monitor and document
construction progress, confirm conformance with
schedules, plans and specification, measure quantities
and document construction
pay estimates, document weather conditions,
conversations, problems or other conditions, site visits
by local officials or others.
7. Prepare change orders and supplemental agreements, if
required.
8. Prepare and submit inspection reports.
9. Prepare and confirm monthly payment requests.
10. Conduct necessary quality control testing.
11. Conduct periodic wage rate interviews.
12. Conduct a final project inspection with sponsor
personnel, FAA staff, and the contractor.
13. Prepare as -built record drawings and the final proje t
report.
III. SPECIAL SERVICES:
These services may or may not be required and may or may
not be performed by the firm. In many cases these services would
be subcontracted by the consultant or engaged directly by the
sponsor. Activities may include:
1. Soils investigations, including core sampling,
laboratory testing and related analysis and reporting.
2. Detailed mill, shop, and/or laboratory inspections of
materials and equipment.
3. Land surveys and topographic mapping.
4. Field and/or construction surveys.
5. Photogrammetry surveys.
6. Onsite construction inspection and management involving
the services of a full-time resident engineer(s), I
inspector(s), or managers.
7. Environmental research and reporting on site specific
issues.
8. Expert witness testimony in litigation involving specific
projects.
9. Public information activities, surveys and reports.
10. Project feasibility studies.
11. Preparation of as -built plans.
12. Assisting the sponsor in the preparation of
applications for local, state and federal grants for
airport improvements.
13. Updating the Airport layout plan
14. Preparation of property maps.
15. Preparation of a quality control plan.
16. Preparation of final project report.
ADDITIONAL INFORMATION:
1. The sponsor reserves the right to contract for additional
engineering services as may be required or requested and that
some of the services listed may not be required.
2. The contract period will be 3 years from the date of
execution of the contract documents.
3. Fee negotiations will follow the selection process.
Failure to reach agreement on fees will result in the city
initiating negotiations with the consultant ranked second by the
selection committee.
4. For the selection, the City's Airport Advisory committee
will function as the selection board. Respondents are
discouraged from contacting the members of the board prior to or
during the selection process.
5. Tentative Project Schedule:
Consultant contract execution: March 11, 1993
Commence design process: March 12, 1993
50% Design Review: April 7, 1993
Complete Design: May 5, 1993
Approve Plans, Specs call for bids May 13, 1993
Advertise for bids; May 20, and May 27, 1993
Open bids: June 9, 1993
Award bid: June 10, 1993
Award Construction contract: June 24, 1993
Execute Construction contract: June 25, 1993
Notice to Proceed issued: July 1, 1993
• p ction of Jct Apron conotruction:Nov. 1, 1993
1�. 4' -1.4tie44 et GA ramp rchais conot.: Nov. 1, 1993
ittaving of Jct Apron and GA Ramp; July 10, 1994
Completion of final engineers report:Sept.30, 199,
3
Cam ,\et,er‘ 01- CeAsk-r v c..\1; %
". ") 143
MCCALL AIRPORT ENGINEERING SELECTION
SUBMISSION FORMAT
1. 12 copies of the proposal will be submitted.
2. All material will be on 8 1/2" x 11" paper, maps, if
necessary, will be reduced or folded into 8 1/2" x 11" forma .
3. Each submittal will be bound.
4. Submittals must be received by 5 p.m. on February 4, 19 3 in
the City Clerk's office. Late submittals will not be considered.
Material postmarked by the submittal date but not received w 11
not be considered.
5. Submittals will be made in the following order:
Selection criteria #
A. Transmittal letter 11
B. Biographies 3
C. Personal references 2
D. Firm References 9
E. Airport Engineering Summary 1
F. Capacity 4
G. Local Experience 7
H. Local Office 8
I. Special Qualifications 10
J. Budget Compliance 6
K. Affirmative Action 5
6. The volume of information submitted is not a criteria.
Where possible, every effort should be made to present items
through K in the list above on one sheet of paper.
E
7. Submittals will be addressed as follows:
"Airport Engineer Services Selection Board"
c/o City Clerk
McCall City Hall, P.O. Box 1065
McCall, Idaho 83638
8. Questions about the scope of services, the format, and the
selection criteria should be addressed to: Arthur J.Schmidt,,City
Administrator, at the address above or by calling (208) 634-7142.
AIRPORT LEASE POLICY
CITY OF MCCALL
PURPOSE:
To ensure that the administrative effort undertaken by the
City of McCall in preparation of airport hangar and FBO leases
results in income for the City Airport Fund.
POLICY:
Before any work is undertaken preparing an airport lease, a
deposit of one half of the first year estimated lease fee shall
be deposited in the City Airport Fund. If a lease is executed
within 6 months of the date of the deposit, the amount deposited
shall be credited to the first year lease payment. If no lease
is executed, the deposit shall be forfeited after 6 months.
EXCEPTIONS:
If, due to unforeseen circumstances, the lease is executed
within a reasonable time but beyond the six month limitation, the
lessee may request that the City Council credit the deposit.
If, after the six month period, significant changes in the
lease require that a new lease be prepared, the maximum credit
that will be applied to the lease is 80% of the deposit.
ADOPTION:
This policy was adopted by the McCall City Council on
, 199_
Mayor
Clerk
Doc . 6 2
IDAHO BUREAU OF AERONAUTICS
ARPLICATIQN_T4_IDAR4 AIREORT AID PRQUTAM
Please Use Typewriter
PUBLIC ENTITY Cites of McCall
APPLICANT'S REPRESENTATIVE:
,�
Arthur J. Schmidt, Airport Manager
Name Title
P.O. Box 1065
Address
AIRPORT NAME McCall Munici_pal
Runway Length(s ) 6100'
Number of Based Aircraft 53
Number of Annual Operations:
Total 32s600
McCall„ ID 83638 By Emergency Aircraft _a)
City State Zip
By Air Express Aircraft -0-
(208) 634-7142
Phone Annual Gallons of Fuel Pumped22ILQQ0
SHORT DESCRIPTIONS OF PROJECTS AND PROPOSED FUNDING
(Use Additional Sheets if Necessary)
•
. . Volunteer
Total : Local : AIP : Idaho : Force : Labor and
:EQ. .a. ErdigIII Duagziniiuni_funill _a_funda a funda a fuIIda_lACguun a_Maitzlals
1 , Prepare an official : $6500 : ▪ $3250 . $3250 . .
: McCall Airport plat .
to facilitate hangar .
. ▪ leases .
2 , Construct "Airport 2000 . 1000 1000 ,
Regulation & Traffic ,
: Direction" signs ,
Totals 1_i8500 114250 i 1 $.425D 1---- i _
FUNDS ALLOCATED IN RESPONSE TO THIS APPLICATION WILL BE AVAILABLE AFTER
JULY 1, 1993.
THE FOLLOWING DOCUMENTS HAVE BEEN COMPLETED FOR THE AIRPORT:
Airport Master Plan
Airport Layout Plan
Height Limit Zoning
YES NO
[X] [ ]
[X] [ ]
INDICATE LOCAL MILL LEVY AND AMOUNT OF FINANCING USED TO SUPPORT ABOVE NAMED
A I RPORT .
(Mill Levy Supported by City or County Authorized 21-403 Through 21-406)
YES NO
County Mill [ ] [ X] % of Two Mills: Amt . Derived
City Mill [ ] [X] % of Three Mills: Amt. Derived
Other Sources [X.] [ ] Specify: The City will fund the local share from the
City's Airport Fund, an enterprise fund.
PROJECT TO BE SUPERVISED BY:
Charles P. Sundby., P.E. Pro iect Manager
Name Toothman-Orton Engineering Company
1802 N. 33rd St.
Title
Address
Boise,
ID 83703
City State Zip
(208) 342-5511
Phone
EXPECTED DATE FOR:
Beginning of Project July 1, 1993
Completion of Project August 31, 1993
Attest:
Mho r
Signature of Applicant's Representativc
Date
Arthur J. Schmidt
Date
AVISC TOOTHMAN
(Retired)
TOOTIIMAN-ORTON ENGINEERING COMPANY
CONSULTING ENGINEERS, SURVEYORS AND PLANNERS
December 28, 1990
1802 NORTH 31RD STREET
BOISE, IDAHO 83703
11LEPIION1 (208) 3d2-5111
Bud Schmidt, City Administrator
City of McCall
P.O. Box 1065
McCall, ID 83638
RE: McCall Airport Plat
RICHARD F. ORTON, JR . Ppt ^
PAUL S KUNZ. PF FI
TIMOTHY A. eURRFSS, PF
CHARLES P. SUNDRY. Pe
DAVID G POWEL L. PC
GLENN K RFNNFTT. LC
Dear Bud:
Pursuant to your request, I have defined the need and evaluated
alternatives for providing a "Plat" of the Airport, particularly
the hangar lease site area.
This evaluation was deemed necessary as a result of requirements
of lending institutions who may be asked to finance hangar con-
struction at the Airport. I have discussed this issue with Gor-
don Colburn and have concluded that a legally recordable survey
document, "plat", which provides precise descriptions of land
parcels, is necessary to support title insurance policies for
loans.
The Airport Layout Plan (ALP) is not a survey document or plat,
it is merely a planning document which demonstrates relative lo-
cations of features and services.
Once the need for a plat was established, I investigated methods
of preparing a suitable plat in a simple, cost-effective manner.
The finished product must meet legal requirements, provide ade-
quate information to meet immediate needs, and be readily modi-
fied as future needs evolve.
The following is considered to be the best approach to accomplish
the above.
1. Prepare a Record -of -Survey for the Airport outer
boundary. Tom Kerr has informed us that he has most of
the necessary information and could accomplish this work
for $2500 to $3000.
2. Prepare a plat based on the above Record -of -Survey which
establishes 3 larger blocks i.e. the area East of the
N.S. Taxiway, the area South of the E-W Taxiway, and the
remainder of the Airport. The first two blocks would
further be described as lots and parcels. Toothman-
Orton could accomplish this work for an estimated
additional cost of $3000 to $3500.
Total cost for a suitable plat is therefore in the range of $5500
to $6500.
TOOTIIAIAN-ORTON ENGINEERING COMPANY
Mr. Bud Schmidt
Page 2
I believe only a small amount of field work is required to accom-
plish the above work. This work might be accomplished during the
winter months. We are at present investigating two possible
means of funding, which are, a State -Local matching grant and
inclusion in the Pre -Application which is now before the FAA as a
reimbursable item in the next grant project. I will let you know
when I have received answers to these questions.
I encourage the City to pursue accomplishing this work as it ap-
pears to be an important factor in accomplishing hangar construc-
tion at the airport. Perhaps if the City "fronted" the cost it
could be gradually recouped through a "fee" associated with the
individual lot lease? This may warrant some consideration by the
Advisory Committee.
I hope this brief report provides the necessary information re-
quested. I look forward to discussing this further with you in
the near future.
Sincerely,
Charles P. Sndby, P.E.
Project Manager
TOOTHMAN-ORTON ENGINEERING COMPANY
CPS/cah
Job No. 8904-10-501
City of McCall
OFFICE OF THE CLERK
BOX 1065
MCCALL, IDAHO 83638
December 18, 1992
Idaho Department of Transportation,
Bureau of Aeronautics
3483 Rickenbacker
Boise, ID 83705-8775
Sirs:
This letter is to provide additional information about the City
of McCall's application for State Airport aid funds.
I. Airport Survey
The lack of a survey of the entire airport is now inhibiting
the development of the airport. We recently constructed two new
taxiways to provide additional land to lease for private hangars.
To date four new buildings have been constructed. More would be
constructed if commercial lenders would loan to interested
parties. They will not loan on the hangar construction since the
property is not surveyed. Where loans have been made, the
interested party has had to refinance a home or other asset to
secure the financing.
The city has attempted to develop the 20 acre area south of
the GA aprons for lease spaces, thereby generating an income
stream to the airport. The lack of a survey is an immediate and
urgent need.
Rule No. 39.D.04 outlines Allocation priorities. This
project meets the requirement for priorities "e" and "f", which
require that consideration be given to assuring the maximum use
and benefit of available federal funds. In this case a prior
investment of FAA funds is being underutilized. Further.,
priority is to be given to projects which protect prior public
investments (f). This project would meet that criteria.
II. "Airport Regulation and Traffic Direction" Signs:
This project is proposed by airport users. As a resort
area, we have many pilots operate on the field who have never
been to the area before. That public, combined with the
intermittent USFS firefighting activity on the airport can and
has resulted in confusion about the local rules, patterns,
procedures, and safety operations. It is felt that installation
of large signs with regulations written and diagrammed would
improve airport operational safety.
Rule No. 39.D.04 prioritizes safety as a issue to be
addressed in the allocation of Idaho Airport funds.
The City of McCall is the owner of the McCall Municipal Airport
and eligible for the program. It meets all the minimum
requirements for eligibility under this program and has a
sterling record of stewardship of federal and state grant
assistance and compliance with safety and operation requirements.
Sincerely,
ArthuJ. Schmidt,
Airport Manager
The actual rental paid by lessee under such
leases shall be the applicable base rate plus
an annual upward adjustment at the end of each
year for the succeeding year, based upon the
Consumer Price Index , U.S. City Average, all
Urban Consumers (1967=100), published by the
U.S. Department of Labor Bureau of Labor
Statistics.
D. Time of Payment.
All land lease rental fees shall be paid annually
in advance.
E. Commercial and large scale projects including
more than an aircraft hangar.
The Mayor and Council shall determine the term
and rental to be paid on commercial and large
scale projects on a case by case basis.
SECTION II. FUEL FLOWAGE FEE.
There is hereby imposed a fuel flowage fee on all
aircraft fuels delivered to the McCall Municipal
Airport in the amount of $00.04 per gallon, which
fee shall be paid by all fixed base operators selling
fuel on said airport.
SECTION III. TIE -DOWN FEES.
A. There is hereby imposed aircraft tie -down rental
fees at the McCall Municipal Airport, which fees
shall be in the amount hereinafter set forth
opposite the type of area of tie -down:
Hard -surfaced tie -down areas $1700
All other tie -down areas _
Itinerant aircraft parking fees for overnight
parking shell be $2.00 per night.
B. All fees shall be paid in advance to the Airport
Manager. Monthly fees paid in advance for six
(6) months or more shall be reduced by ten
percent (10%) .
SECTION IV. LANDING FEES.
Landing fees are fixed by Section 8-14-7 of the Village Code
of McCall, Idaho, and are included herein for convenience of
fixed base operators and airport tenants and the general public
when inquiries are made concerning fees payable at the McCall
Municipal Airport. Said code section provides as follows:
RESOLUTION NO. %0 -90
A RESOLUTION ESTABLISHING LAND LEASE RENTAL RATES AND FT1EL
FLOWAGE FEES AND TIME OF PAYMENT 'THEREOF, AT THE McCALL
MUNICIPAL AIRS CE ;RT, AND SETTING FORTH AND REPEALING RESOLUTION G2 NO.S AS SET
BY CITY ORDIN7 g D
ADOPTED MAY 24, 1990.
WHEREAS, the McCall Airport Advisory Committee has studied lend
lease rates and fuel flowage fees established for various
municipal airports in the State of Idaho, and has recommended that
the City adopt and establish the rates hereinafter set forth; and
WHEREAS, the Mayor and Council deem it to be necessary and
coveni ent for fixed base operators, airport tenants and the
1 public inquiring about fees and charges at the McCall
general such fees
Municipal Airport, to include in one document, all of
therefor the City ordinance establishing landing fees shall be
included herein.
NOV, THEREFORE, BE IT RESOLVED by the Mayor and Council of the
City of McCall, Idaho, as follows:
SECTION I. LAND LEASE RATES.
A. Annual base rates for leases of land not covered by
buildings or structures and including paved areas
are hereby set and established as follows:
$00. 053 per square foot through 12/ 31/ 92
$00. 0 75 per square foot effective 1/ 1/ 93
$00. 10 per square foot effective 1! 1d 95
B. Annual base rates for leased land covered by
buildings and structures are hereby established
as follows:
$00.073 per square foot through 6/30/90
$00. 10 per square foot. effective 1/ it 90 /
$00. 15 per square foot effective 1/ 1/ 96 ✓
$00. 20 per square foot effective 1/ 1/
C. General Conditions.
The annual base rates above set forth shall be
guaranteed for ten years from the date of lease,
at the end of which time such base rate shall be
adjusted to the then current annual base rate;
thereafter at the end of each succeeding five
year period such annual base rate shall be ad-
justed to the then current annual base rate,
all as hereafter established by the Mayor and
Council.
A. There is hereby imposed on all owners and operators
of commercial aircraft landing in the McCall
Municipal Airport, landing fees as follows:
Fifty cents ($.50) per thousand (1,000) pounds gross
weight of each aircraft, with a minimum fee of three
dollars ($3.00) per aircraft per landing.
B. The Airport Manager shall collect such landing fees
and remit them each week to the city clerk who shall
credit such fees to the airport fund.
C. This ordinance shall not apply to fixed base operators
at the McCall Municipal Airport, flights by or for the
United States Forest Service and student training flights.
SECTION V. REPEALER,. Resolution No. 7-90 adopted nay 24, 1990,
be, and the same is hereby repealed.
Dated this 28th day of June, 1990.
7.7SOLu 1ION NO. 7-90-3
NO. 11041292061
MEMORANDUM OF UNDERSTANDING
BETWEEN THE
UNITED STATES DEPARTMENT OF AGRICULTURE, FOREST SERVICE
PAYETTE NATIONAL FOREST
AND THE
CITY OF McCALL
This Memorandum of Understanding is made and entered into by and between the United States Depart-
ment of Agriculture, Forest Service, Payette National Forest, hereinafter referred to as the Forest Service, and
the City of McCall, hereinafter referred to as the City.
WITNESSETH:
WHEREAS, the Forest Service is responsible for fire protection and suppression on all National Forest
System lands and other lands, including State and private lands, protected under contract or agreement, and
for support in cooperation with the State of Idaho in its fire protection and suppression activities; and,
WHEREAS, the City is concerned and interested in the suppression of fires and the protection of lands
adjacent to the City of McCall; and,
WHEREAS, the City is responsible for operation and maintenance of the facilities at the airport and has
established maximum approved gross weights for aircraft using the airport; and,
WHEREAS, the Forest Service has a need to operate retardant aircraft from the McCall airport and wants to
help insure that the runway, taxiways, and other facilities at the airport are maintained in a safe and usable
condition.
NOW, THEREFORE, in consideration of the above premises, the parties hereto agree as follows:
A. THE CITY AGREES TO:
1. Maintain the west side taxiway, for the Forest Service in a manner and to the degree in which the
remainder of the taxiways at the airport are maintained. Maintenance will include snow plowing
of the taxiway stub from the runway, due west to the Airport property line, a distance of approxi-
mately 263 feet. This is to allow Forest Service administrative aircraft access to the Smokejumper
Base during the winter months. Plowing of the west side taxiway to the north end of the runway
is not required.
2. Permit the Forest Service continued use of the runway and taxiways for large four engine air
tanker aircraft during the fire season. Only aircraft of 140,000 Ibs gross weight for dual tandem,
110,000 Ibs gross weight for dual gear, and 80,000 Ibs gross weight for single gear or less will
be used.
B. THE FOREST SERVICE AGREES TO:
1. Participate in maintenance projects at the airport by providing manpower, when available, to
assist in removing brush, trees, rocks, and doing other labor intensive projects, when requested
by the City.
2. Maintenance and upkeep costs for maintaining the Forest Service constructed taxiway on the
west side of the airport will be obligated on a purchase order. (The amount for the Forest Service
share is 32 percent of the City of McCall Master Plan projection for operation and maintenance
costs.)
C. IT IS MUTUALLY AGREED AND UNDERSTOOD BY AND BETWEEN THE PARTIES THAT:
1. Any specific damage to facilities at the airport due to the operation of Forest Service aircraft will
not be compensated for under this Memorandum of Understanding. Claims for damages shall
be considered under appropriate claims procedures.
2. The amount paid by the Forest Service to the City, for maintenance/upkeep, will be adjusted at
the end of each 5-year period, based on the CPI-W change over the 5-year period. For example,
if the CPI-W rose, (or fell), 3 percent annually for the 5 years, the amount paid to the City would
be adjusted by 15 percent for the next 5 years. The maximum adjustment for any 5-year period
will be 25 percent even if the cumulative CPI-W exceeds that percentage.
3. This Memorandum of Understanding is not a fund obligation document. All payments for
maintenance/upkeep will be handled via purchase order.
4. No member of, or Delegate to Congress, or Resident Commissioner, shall be admitted to any
share or part of this Memorandum of Understanding, or to any benefit to arise therefrom; but this
provision shall not be construed to extend to this Memorandum of Understanding if made with
a corporation for its general benefit.
5. This Memorandum of Understanding may be revised as necessary by mutual consent and by
issuance of a written amendment signed and dated by both parties.
6. Either parry may terminate this Memorandum of Understanding by providing 60 days written
notice. Unless terminated by written notice, this Memorandum of Understanding shall remain in
effect until September 30, 1995.
7. To comply with Public Law 91-190, the National Environmental Policy Act of 1969, the City and
the Forest Service agree to direct their program activities covered by this Memorandum of
Understanding toward managing and enhancing the environment for the widest range of benefi-
cial uses without its degradation or risk to health or safety or other undesirable conse-
quences. The City further agrees to assist the Forest Service in the preparation of environmental
statements as required by section 102(2) (c) of PL 91-190 for all major Federal actions taken under
this Memorandum of Understanding which might significantly affect the quality of the human
environment or be highly controversial in regard to unresolved conflicts concerning the use of
resources.
IN WITNESS WHEREOF, the parties hereto executed this Memorandum of Understanding as of the last date
written below.
Gary E. Sayer, Actin
Payette National Forest
orest Supervisor
Representative
- City of McCall
Date
Date
FLITELINE SYSTEMS
PO Box 28
Ten Sleep, Wyoming .82442
Telephone/Fax.,(307) 366-2708
December 21, 1992`
City of McCall
Airport Advisory Committee
PO Box 1065
McCall, Idaho 83638
the Airport Advisory Committees
T am writing this letter to apologize for ,erecting a building at the
airport that is not in compliance with your color code. When
purchasing o.ur buildings, we deal exclusively with SteVe Olson at
Wedgcor, Inc. in Denver. In July,'92, during the pr.el.iminary
planning stage of the McCall project, I told Steve the Airport was
requiring the building to be tan or mustard colored, and we talked
about thatfor a while because it was not in keeping with our normal
color combination.
During August and September there were many changes in the design as
we worked with Kim Allen of Toothman-Orton Engineering to match the
building to the .site. The color consideration got .lost in .the
shuffle and when Steve sent the design up to North Dakota far
fabrication the facter'y assumed that since it was a Fliteline
building it would be our usual light gray with blue trim. When the
contract for fabrication was sent out, I overlooked the color change,
signed it, and sent it back. I was not at the site when the building
:was being erected so was not aware of the problem until Kim recently
Called to tell me Bud Schmidt wanted the building painted.
Once again; I want to apologize for the mistake and'say that it is
not unreasonable for you to want it painted. If you would consider
the following items before making that decision, though, I would
-.appreciate it.. Light gray with blue trim has become our signature'
color and pilots have come to equate it with a quality product from a
company that stands behind it's work. Although it may look out of
place new, if the other three buildings in the complex are cempleted
in gray I think they will look fine and be an attractive addition to
your airport.
I talked to a paint contractor and he said we could. use the factory
color to paint over the gray, but it would differ slightly from the •
next building we will be putting up because of the underlying color.
Our reason for originally choosing gray was because it retains its
new look much longer than other colors we have. seen in our travels
around airports. The others seem to oxidize much quicker. The paint
that is on the building now was baked on under controlled conditions
at the factory and has a twenty year warranty. To repaint will cost
in the neighborhood of $1a,000.00 and we cannot hope :to duplicate the.
quality of the existing job.
T hope the members of the advisory committee will find the time to go
out to the airport and Look' at the building and visualize it with the
other buildings complete. Thais was an honest mistake and we would
like a variance so we can leave the color as is.
DEPARTMENT OF ADMINISTRATION STATEHOUSE - BOISE, IDAHO 83720
December 14, 1992
Larry Chalfant
City of McCall
P O Box 1065
McCall, Idaho 83638
Dear Mr. Chalfant:
I arm returning the attached request so that it can be
completed and returned for entry into our data system.
Right now we don't have access to any rotary snowplows,
however, we will be glad to conduct a search on the city's
behalf.
If you have any questions, please feel free to call me at 334-
3477 or 1-800-722-1629.
Sincerely,
Bruce Hutchinson
Inventory Specialist
Idaho Federal Surplus Property
Statehouse Mail
Boise, Idaho 83720-3204