jefferson county international airport awos installation...

26
Jefferson County International Airport AWOS Installation Project AIP No. 3-53-0134-014 prepared for Federal Aviation Administration and Port of Port Townsend Engineer’s Design Report July 2014 Vincent Castro Project Designer prepared by 728 134 th Street SW, Suite 200 Everett, WA 98204-5322 www.reidmiddleton.com Ph. (425) 741-3800 Fax (425) 741-3900 File No. 232014.002

Upload: buikhanh

Post on 16-Mar-2018

215 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport AWOS Installation Project AIP No. 3-53-0134-014 prepared for

Federal Aviation Administration and Port of Port Townsend Engineer’s Design Report July 2014

Vincent Castro

Project Designer

prepared by

728 134th Street SW, Suite 200

Everett, WA 98204-5322 www.reidmiddleton.com

Ph. (425) 741-3800 Fax (425) 741-3900 File No. 232014.002

Page 2: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport i July 2014 AWOS Installation Project Engineer's Design Report

Jefferson County International Airport AWOS Installation Project

Engineer’s Design Report prepared for Federal Aviation Administration and Port of Port Townsend AIP No. 3-53-0134-014 July 2014

The engineering material and data contained in this report were prepared under the supervision and direction of the undersigned, whose seal as a registered professional engineer is affixed below.

Ben Sommer, P.E. Project Engineer/Manager

728 134th Street SW, Suite 200 Everett, WA 98204

425-741-3800 (Fax 425-741-3900) File No. 232014.002

Page 3: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport ii July 2014 AWOS Installation Project Engineer's Design Report

Table of Contents

PROJECT DESCRIPTION ......................................................................................................... 1 

BENEFIT-COST ANALYSIS ..................................................................................................... 2 

SITE SELECTION ....................................................................................................................... 2 

BID PACKAGE ............................................................................................................................ 3 

ENVIRONMENTAL CONSIDERATIONS ............................................................................... 3 

PROJECT SCHEDULE ............................................................................................................... 4 

ENGINEER’S OPINION OF PROBABLE CONSTRUCTION COSTS ................................ 4 

APPENDICES

A – PROJECT SCHEDULE

B – ENGINEER’S OPINION OF PROBABLE CONSTRUCTION COSTS

C – SPONSOR CERTIFICATIONS

D – PROJECT PHOTOGRAPHS

Page 4: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport 1 July 2014 AWOS Installation Project Engineer's Design Report

Jefferson County International Airport

AWOS Installation Project

AIP No. 3-53-0134-014

Engineer's Design Report

PROJECT DESCRIPTION

To fulfill a need for accurate weather information at Jefferson County International Airport, this project proposes to acquire, install, and operate an Automated Weather Observation System (AWOS). The project will consist of grading and clearing, electrical equipment, localized drainage improvements, acquiring AWOS equipment, installing a tower and foundations, computer equipment and software, and other appurtenances to complete the AWOS. A Benefit–Cost Analysis was conducted to determine Federal Aviation Administration (FAA) funding eligibility of an AWOS system at Jefferson County International Airport. A completed Form 7460 was submitted and a new Unicom frequency was requested from the FAA for a continuous broadcast system. A maintenance plan must be established and approved by the FAA. Finally, a design was developed to install and commission the AWOS III-P. Work included in this project is consistent with FAA design criteria, detailed in the following FAA Advisory Circulars (ACs). 1. AC 150/5220-16D Automated Weather Observing Systems (AWOS) for Non-Federal

Applications

2. AC 150/5300-13A Airport Design 3. AC 150/5345-7E Specifications for L-824 Underground Electrical Cable for Airport

Lighting Circuits 4. AC 150/5345-26D Specifications for L-823 Plug and Receptacle, Cable Connectors 5. AC 150/5345-42F Specification for Airport Light Base and Transformer Housings,

Junction Boxes, and Accessories 6. AC 150/5345-47C Isolation Transformers for Airport Lighting Systems 7. AC 150/5370-2F Operational Safety on Airports during Construction 8. AC 150/5370-10F Standards for Specifying Construction of Airports

Page 5: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport 2 July 2014 AWOS Installation Project Engineer's Design Report

BENEFIT-COST ANALYSIS

The AWOS Benefit-Cost Analysis was conducted in two phases. AWOS Benefit-Cost Analysis (Phase I) The AWOS Benefit-Cost Analysis (Phase I) was formally submitted to the FAA on January 9, 2014. The Phase I document is based on the criteria established in FAA Order 7031.2C, Chapter 4, paragraph 46c(1b). According to AirNav, Jefferson County International Airport has 159 operations per day (for a 12-month period ending June 30, 2012). This traffic consists of air taxi services (3 percent), general aviation itinerant (60 percent), and local general aviation traffic (37 percent). The Jefferson County International Airport is located approximately 30 nautical miles from the nearest FAA Contract Weather Observation Station. In the AWOS Benefit-Cost Analysis (Phase I), an AR factor of 1.0 was used. The total benefit in dollars of an AWOS III-P at Jefferson County International Airport was calculated at $224,568. The life cycle cost for an AWOS III-P is $128,970. Therefore, the total benefit-cost value for this project is 1.74, which meets the eligibility criteria of a benefit-cost ratio of 1.0 or greater. AWOS Benefit-Cost Analysis (Phase II) The development of the AWOS Benefit-Cost Analysis (Phase II) was based on information collected from the following outlets: AirNav; AirportIQ 5010; the Jefferson County International Airport Master Plan (currently being updated); FAA AC 150/5220-16D; recent construction bid tabulations; and conversations with the Port, FAA, and AWOS manufacturers. A number of items on the AWOS Benefit-Cost Analysis (Phase II) requested data regarding specific operations by aircraft type and size. Unfortunately, the Port does not track or record this information. Jefferson County International Airport does not possess a contract tower and the Port does not have the capability to monitor air traffic to the extent requested. Therefore, these categories on the form were left blank. Based on the analysis, all work (including engineering design, site development, equipment cost, and installation of an AWOS III-P) for this project is eligible for FAA funding at a 90 percent participation level.

SITE SELECTION

Three potential sites were identified and evaluated for development as an AWOS site at the Jefferson County International Airport. The recommended alternative is located on the north side of the runway and west of the airport’s segmented circle. This is the preferred site for the following reasons: The preferred site avoids conflict with future airport development plans.

Page 6: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport 3 July 2014 AWOS Installation Project Engineer's Design Report

The preferred site is the only alternative, according to FAA Order 6560.20B, that meets the criteria for allowing construction of a 30- to 33-foot tower to provide wind data at the height preferred by the FAA.

BID PACKAGE

The anticipated procurement cost for the AWOS III-P equipment is less than $100,000, and there are two FAA-approved AWOS III-P vendors. It appears from reviewing the FAA’s requirements for Procurement and Contracting that the AWOS equipment acquisition falls within the FAA’s Small Purchase Procurement category, which provides the sponsor with an expedient method of procuring equipment and uses an abbreviated bid package. The bid package will follow the FAA’s small purchase procurement procedures for Procurement and Contracting under AIP requirements. The Port of Port Townsend intends to separate the AWOS equipment procurement from the site development work; therefore, two separate bid packages were developed for this project. Small Purchase Site Development The Small Purchase Site Development bid package will consist of all construction and materials related to the AWOS site development and installation of an AWOS III-P. Small Purchase Equipment Procurement The Small Purchase Equipment Procurement bid package will consist of all equipment for an AWOS facility, Type III-P. An AWOS III-P includes observations for altimeter setting, density altitude, visibility, variable visibility, temperature, dew point, wind speed, wind gust, wind direction, variable wind direction, day/night, cloud height, sky condition, and precipitation identification sensors. The Port has expressed interest in reporting weather observation data to the FAA national network through the National Aerospace Data Interchange Network (NADIN). An AWOS III or better is required to send data to NADIN. NADIN provides real-time weather observations and allows public access through Flight Service Stations, the National Weather Service, commercial airports, and other internet-based weather sources. Accurate weather information allows pilots to make informed decisions regarding fuel management, diversions, alternate planning, whether to attempt an approach, and what type of approach to use. This information is a significant benefit to air ambulance pilots, private pilots, government agencies, businesses, and the surrounding communities.

ENVIRONMENTAL CONSIDERATIONS

A submittal regarding the location and perceived environmental impacts was submitted to the FAA on January 21, 2014. On January 28, 2014, the sponsor received notification that the project has been deemed Categorically Excluded from the requirements to prepare an Environmental Assessment, pursuant to FAA Order 1050.1E, Paragraph 309(c).

Page 7: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport 4 July 2014 AWOS Installation Project Engineer's Design Report

PROJECT SCHEDULE

The intended timeline for this project provides engineering and design services in the spring of 2014 and construction activities in the summer/fall of 2014, with the understanding that acquiring the frequencies for the system may carry the commissioning of the AWOS facilities into the 2015 calendar year. See the enclosed schedule outline in Appendix A.

ENGINEER’S OPINION OF PROBABLE CONSTRUCTION COSTS

An engineer’s estimate of construction quantities and probable costs for the AWOS Installation Project at Jefferson County International Airport is provided in Appendix B. The quantities and costs are based on current field practices, other airport construction contracts, and contacts made with local contractors. sah\23\14\002\design report\final\design report final.doc\vc

Page 8: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport July 2014 AWOS Installation Project Engineer's Design Report

APPENDIX A

PROJECT SCHEDULE

Page 9: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

ID Completion Date1 Preliminary Engineering 8/19/20142 Notice of Proposed Construction (7460) 5/28/20143 Review Period 6/26/20144 FCC Frequency Procurement (Port) 7/14/20145 Grant Preapplication 5/30/20146 Submit Grant Preapplication 5/30/20147 OMM & MOA (Port) 8/19/20148 Equipment Procurement 6/25/20149 Draft Project Manual 6/3/201410 Submit Project Manual 6/3/201411 Review Period 6/5/201412 Receive Comments from Port/FAA 6/5/201413 Incorporate Review Comments 6/10/201414 Solicit Quotes 6/18/201415 Receive Quotes 6/18/201416 Quote Review 6/23/201417 Port Commission Approval 6/25/201418 Site Development 8/13/201419 50% Design 6/11/201420 CSPP 6/11/201421 Submit 50% Design & CSPP Package 6/12/201422 Review Period 6/16/201423 Receive Comments from Port/FAA 6/16/201424 Final Design 7/7/201425 Review Period 7/10/201426 Receive Comments from Port/FAA 7/10/201427 Incorporate Review Comments 7/22/201428 Solicit Quotes 7/22/201429 Receive Quotes 8/5/201430 Quote Review 8/5/201431 Port Commission Approval 8/13/201432 Grant Acquisition 8/20/201433 Contract Award 8/13/201434 Grant Application 8/19/2014

Task Name

AWOS INSTALLATION PROJECTJEFFERSON COUNTY INTERNATIONAL AIRPORT

Updated 07/23/14SCHEDULE

Page 10: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

35 Submit Grant Application 8/20/201436 Begin Construction Oct-1437 Complete Construction Oct-1538 Record Drawings Complete Dec-1539 Project Closeout Jan-16

Page 11: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport July 2014 AWOS Installation Project Engineer's Design Report

APPENDIX B

ENGINEER’S OPINION OF PROBABLE CONSTRUCTION COSTS

Page 12: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Date: 7/23/2014

BASIC BID: AWOS SITE DEVELOPMENTItem No. Tech. Prov. Description

Approx. Qty. Unit Unit Price Total Price

1 A-101 FOD Prevention and Traffic Control 1 LS 4,500.00$ 4,500.00$ 2 A-105 Mobilization 1 LS 5,000.00$ 5,000.00$ 3 A-105 Utility Locate 1 LS 1,000.00$ 1,000.00$ 4 A-110 Construction Survey 1 LS 5,000.00$ 5,000.00$ 5 A-201 Trench Excavation Safety Provisions 1 LS 500.00$ 500.00$ 6 P-152 Unclassified Excavation 100 CY 32.00$ 3,200.00$ 7 P-160 Silt Fence 600 LF 5.00$ 3,000.00$ 8 P-160 Gravel Construction Entrance 1 EA 2,500.00$ 2,500.00$ 9 T-902 Hydroseeding 0 6 AC 2 000 00$ 1 200 00$

PORT OF PORT TOWNSEND

AIP NO. 3-53-0134-014

AWOS Installation ProjectJEFFERSON COUNTY INTERNATIONAL AIRPORT

ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COSTS

9 T 902 Hydroseeding 0.6 AC 2,000.00$ 1,200.00$ 10 L-126 AWOS Site Preparation 1 LS 22,000.00$ 22,000.00$

47,900.00$ 4,311.00$

52,211.00$ TOTAL BASIC BID A PLUS SALES TAX

Subtotal BASIC BID APlus Sales Tax (9.0%)

Port of Port TownsendJefferson County International AirportAWOS Installation Project

Page 13: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport July 2014 AWOS Installation Project Engineer's Design Report

APPENDIX C

SPONSOR CERTIFICATIONS

Page 14: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION

AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION

SELECTION OF CONSULTANTS

Port of Port Townsend Jefferson County International Airport

3-53-0134-014

(Sponsor) (Airport) (Project Number)

To fulfill a need for accurate weather information at Jefferson County International Airport, this project proposes to acquire, install, and operate an Automated Weather Observation System (AWOS). The project will consist of minor grading and clearing, electrical equipment, fencing, acquiring AWOS equipment, installing a tower and various foundations, computer equipment and software, and other appurtenances to complete the AWOS. The intended timeline for this project is to provide engineering and design services in the spring of 2014 and construction activities in the summer/fall of 2014, with the understanding that acquiring the frequencies for the system may carry the commissioning of the AWOS facilities into the 2015 calendar year. The project site work is scheduled to be performed under a single phase. (Work Description)

Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General standards for selection of consultant services within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. Sponsors may use other qualifications-based procedures provided they are equivalent to specific standards in 49 CFR 18 and FAA Advisory Circular 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects.

Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standard.

Yes No N/A

1. Solicitations were (will be) made to ensure fair and open competition from a wide area of interest.

2. Consultants were (will be) selected using competitive procedures based on qualifications, experience, and disadvantaged enterprise requirements with the fees determined through negotiations.

3. A record of negotiations has been (will be) prepared reflecting considerations involved in the establishment of fees, which are not significantly above the sponsor’s independent cost estimate.

4. If engineering or other services are to be performed by sponsor force account personnel, prior approval was (will be) obtained from the FAA.

5. The consultant services contracts clearly establish (will establish) the scope of work and delineate the division of responsibilities between all parties engaged in carrying out elements of the project.

6. Costs associated with work ineligible for AIP funding are (will be) clearly identified and separated from eligible items in solicitations, contracts, and related project documents.

7. Mandatory contact provisions for grant-assisted contracts have been (will be) included in consultant services contracts.

8. The cost-plus-percentage-of-cost methods of contracting prohibited under

Page 15: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Yes No N/A

Federal standards were not (will not be) used.

9. If the services being procured cover more than the single grant project

referenced in this certification, the scope of work was (will be) specifically described in the advertisement, and future work will not be initiated beyond five years.

I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked “no” that is correct and complete.

Port of Port Townsend (Name of Sponsor)

(Signature of Sponsor’s Designated Official Representative)

Larry Crockett (Typed Name of Sponsor’s Designated Official Representative)

Executive Director (Typed Title of Sponsor’s Designated Official Representative)

(Date)

Page 16: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION

AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION

PROJECT PLANS AND SPECIFICATIONS

Port of Port Townsend Jefferson County International Airport

3-53-0134-014

(Sponsor) (Airport) (Project Number)

To fulfill a need for accurate weather information at Jefferson County International Airport, this project proposes to acquire, install, and operate an Automated Weather Observation System (AWOS). The project will consist of minor grading and clearing, electrical equipment, fencing, acquiring AWOS equipment, installing a tower and various foundations, computer equipment and software, and other appurtenances to complete the AWOS. The intended timeline for this project is to provide engineering and design services in the spring of 2014 and construction activities in the summer/fall of 2014, with the understanding that acquiring the frequencies for the system may carry the commissioning of the AWOS facilities into the 2015 calendar year. The project site work is scheduled to be performed under a single phase. (Work Description)

Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement.

Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.

Yes No N/A

1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set forth in the advisory circulars, or State standard, is necessary other than those previously approved by the FAA.

2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least two manufacturers can meet the specification.

3. The development included (to be included) in the plans is depicted on the airport layout plan approved by the FAA.

4. Development that is ineligible for AIP funding has been (will be) omitted from the plans and specifications.

5. The process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 are (will be) included in the project specifications.

6. If a value engineering clause is incorporated into the contract, concurrence was (will be) obtained from the FAA.

7. The plans and specifications incorporate (will incorporate) applicable

Page 17: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Yes No N/A

requirements and recommendations set forth in the Federally approved environmental finding.

8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 150/5370-2 have been (will be) discussed with the FAA as well as incorporated into the specifications, and a safety/phasing plan has FAA’s concurrence, if required.

9. The project was (will be) physically completed without Federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design.

I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked “no” that is correct and complete.

Port of Port Townsend (Name of Sponsor)

(Signature of Sponsor’s Designated Official Representative)

Larry Crockett (Typed Name of Sponsor’s Designated Official Representative)

Executive Director (Typed Title of Sponsor’s Designated Official Representative)

(Date)

Page 18: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION

AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION

EQUIPMENT/CONSTRUCTION CONTRACTS

Port of Port Townsend Jefferson County International Airport

3-53-0134-014

(Sponsor) (Airport) (Project Number)

To fulfill a need for accurate weather information at Jefferson County International Airport, this project proposes to acquire, install, and operate an Automated Weather Observation System (AWOS). The project will consist of minor grading and clearing, electrical equipment, fencing, acquiring AWOS equipment, installing a tower and various foundations, computer equipment and software, and other appurtenances to complete the AWOS. The intended timeline for this project is to provide engineering and design services in the spring of 2014 and construction activities in the summer/fall of 2014, with the understanding that acquiring the frequencies for the system may carry the commissioning of the AWOS facilities into the 2015 calendar year. The project site work is scheduled to be performed under a single phase. (Work Description)

Title 49, United States Code (USC), section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards.

Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A

1. A code or standard of conduct is (will be) in effect governing the performance of the sponsor’s officers, employees, or agents in soliciting and awarding procurement contracts.

2. Qualified personnel are (will be) engaged to perform contract administration, engineering supervision, construction inspection, and testing.

3. The procurement was (will be) publicly advertised using the competitive sealed bid method of procurement.

4. The bid solicitation clearly and accurately describes (will describe):

a. The current Federal wage rate determination for all construction projects, and

b. All other requirements of the equipment and/or services to be provided.

5. Concurrence was (will be) obtained from FAA prior to contract award under any of the following circumstances:

a. Only one qualified person/firm submits a responsive bid,

b. The contract is to be awarded to other than the lowest responsible

Page 19: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Yes No N/A

bidder,

c. Life cycle costing is a factor in selecting the lowest responsive bidder, or

d. Proposed contract prices are more than 10 percent over the sponsor’s cost estimate.

6. All contracts exceeding $100,000 require (will require) the following provisions:

a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent;

b. Conditions specifying administrative, contractual, and legal remedies, including contract termination, for those instances in which contractors violate or breach contact terms; and

c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)), Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738.

7. All construction contracts contain (will contain) provisions for:

a. Compliance with the Copeland “Anti-Kick Back” Act, and

b. Preference given in the employment of labor (except in executive, administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans.

8. All construction contracts exceeding $2,000 contain (will contain) the following provisions:

a. Compliance with the Davis-Bacon Act based on the current Federal wage rate determination; and

b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327-330), Sections 103 and 107.

9. All construction contracts exceeding $10,000 contain (will contain) appropriate clauses from 41 CFR Part 60 for compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity.

10. All contracts and subcontracts contain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and 49 CFR 26 for Disadvantaged Business Enterprises.

11. Appropriate checks have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. Department of Transportation (DOT) element and appearing on the DOT Unified List.

I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked “no” that is correct and complete.

Port of Port Townsend (Name of Sponsor)

(Signature of Sponsor’s Designated Official Representative)

Larry Crockett (Typed Name of Sponsor’s Designated Official Representative)

Executive Director

Page 20: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

(Typed Title of Sponsor’s Designated Official Representative)

(Date)

U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION

AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION

CONSTRUCTION PROJECT FINAL ACCEPTANCE

Port of Port Townsend Jefferson County International Airport

3-53-0134-014

(Sponsor) (Airport) (Project Number)

To fulfill a need for accurate weather information at Jefferson County International Airport, this project proposes to acquire, install, and operate an Automated Weather Observation System (AWOS). The project will consist of minor grading and clearing, electrical equipment, fencing, acquiring AWOS equipment, installing a tower and various foundations, computer equipment and software, and other appurtenances to complete the AWOS. The intended timeline for this project is to provide engineering and design services in the spring of 2014 and construction activities in the summer/fall of 2014, with the understanding that acquiring the frequencies for the system may carry the commissioning of the AWOS facilities into the 2015 calendar year. The project site work is scheduled to be performed under a single phase. (Work Description)

Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program. General standards for final acceptance and close out of federally funded construction projects are in Title 49, Code of Federal Regulations, Part 18.50. The sponsor shall determine that project costs are accurate and proper in accordance with specific requirements of the grant agreement and contract documents.

Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.

Yes No N/A

1. The personnel engaged in project administration, engineering supervision, construction inspection and testing were (will be) determined to be qualified as well as competent to perform the work.

2. Daily construction records were (will be) kept by the resident engineer/construction inspector as follows:

a. Work in progress,

b. Quality and quantity of materials delivered,

c. Test locations and results,

d. Instructions provided the contractor,

e. Weather conditions,

f. Equipment use,

g. Labor requirements,

h. Safety problems, and

i. Changes required.

Page 21: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Yes No N/A

3. Weekly payroll records and statements of compliance were (will be) submitted by the prime contractor and reviewed by the sponsor for Federal labor and civil rights requirements (Advisory Circulars 150/5100-6 and 150/5100-15).

4. Complaints regarding the mandated Federal provisions set forth in the contract documents have been (will be) submitted to the FAA.

5. All tests specified in the plans and specifications were (will be) performed and the test results documented as well as made available to the FAA.

6. For any test results outside of allowable tolerances, appropriate corrective actions were (will be) taken.

7. Payments to the contractor were (will be) made in compliance with contract provisions as follows:

a. Payments are verified by the sponsor’s internal audit of contract records kept by the resident engineer, and

b. If appropriate, pay reduction factors required by the specifications are applied in computing final payments and a summary of pay reductions made available to the FAA.

8. The project was (will be) accomplished without significant deviations, changes, or modifications from the approved plans and specifications, except where approval is obtained from the FAA.

9. A final project inspection was (will be) conducted with representatives of the sponsor and the contractor and project files contain documentation of the final inspection.

10. Work in the grant agreement was (will be) physically completed and corrective actions required as a result of the final inspection is completed to the satisfaction of the sponsor.

11. If applicable, the as-built plans, an equipment inventory, and a revised airport layout plan have been (will be) submitted to the FAA.

12. Applicable close out financial reports have been (will be) submitted to the FAA.

I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked “no” that is correct and complete.

Port of Port Townsend (Name of Sponsor)

(Signature of Sponsor’s Designated Official Representative)

Larry Crockett (Typed Name of Sponsor’s Designated Official Representative)

Executive Director (Typed Title of Sponsor’s Designated Official Representative)

(Date)

Page 22: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION

AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION

DRUG-FREE WORKPLACE

Port of Port Townsend Jefferson County International Airport

3-53-0134-014

(Sponsor) (Airport) (Project Number)

To fulfill a need for accurate weather information at Jefferson County International Airport, this project proposes to acquire, install, and operate an Automated Weather Observation System (AWOS). The project will consist of minor grading and clearing, electrical equipment, fencing, acquiring AWOS equipment, installing a tower and various foundations, computer equipment and software, and other appurtenances to complete the AWOS. The intended timeline for this project is to provide engineering and design services in the spring of 2014 and construction activities in the summer/fall of 2014, with the understanding that acquiring the frequencies for the system may carry the commissioning of the AWOS facilities into the 2015 calendar year. The project site work is scheduled to be performed under a single phase. (Work Description)

Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug-free workplace within Federal grant programs are described in Title 49, Code of Federal Regulations, Part 29. Sponsors are required to certify they will be, or will continue to provide, a drug-free workplace in accordance with the regulation. The AIP project grant agreement contains specific assurances on the Drug-Free Workplace Act of 1988.

Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.

Yes No N/A

1. A statement has been (will be) published notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition.

2. An ongoing drug-free awareness program has been (will be) established to inform employees about:

a. The dangers of drug abuse in the workplace;

b. The sponsor's policy of maintaining a drug-free workplace;

c. Any available drug counseling, rehabilitation, and employee assistance programs; and

d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace.

3. Each employee to be engaged in the performance of the work has been (will be) given a copy of the statement required within item 1 above.

4. Employees have been (will be) notified in the statement required by item 1 above that, as a condition employment under the grant, the employee will:

a. Abide by the terms of the statement; and

b. Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction.

Page 23: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Yes No N/A

5. The FAA will be notified in writing within ten calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title of the employee, to the FAA. Notices shall include the project number of each affected grant.

6. One of the following actions will be taken within 30 calendar days of receiving a notice under item 4b above with respect to any employee who is so convicted:

a. Take appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or

b. Require such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency.

7. A good faith effort will be made to continue to maintain a drug-free workplace through implementation of items 1 through 6 above.

I have prepared documentation attached hereto with site(s) for performance of work (street address, city, county, state, zip code). There are no such workplaces that are not identified in the attachment. I have prepared additional documentation for any above items marked “no” and attached it hereto. I certify that, for the project identified herein, responses to the forgoing items are accurate as marked and attachments are correct and complete.

Port of Port Townsend (Name of Sponsor)

(Signature of Sponsor’s Designated Official Representative)

Larry Crocket (Typed Name of Sponsor’s Designated Official Representative)

Executive Director (Typed Title of Sponsor’s Designated Official Representative)

(Date)

Page 24: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

Jefferson County International Airport July 2014 AWOS Installation Project Engineer's Design Report

APPENDIX D

PROJECT PHOTOGRAPHS

Page 25: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

AIP #: 3-53-0134-014 Jefferson County International Airport Project #: 232014.002 1 Photographs

AWOS INSTALLATION PROJECT Jefferson County International Airport

Port Townsend, Washington

Photo 1: AWOS SITE – View facing from West to East

Page 26: Jefferson County International Airport AWOS Installation Projectportofpt.com/wp-content/uploads/Design-Report-Final.pdf ·  · 2014-07-24AC 150/5220-16D Automated Weather Observing

AIP #: 3-53-0134-014 Jefferson County International Airport Project #: 232014.002 2 Photographs

Photo 2: Surveyed location for true north