Loading...
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