2022-2023 DBE Goal Methodology

Click the link below to view the FFY 2022/2023/2024 DBE Goal PDF

2022-2024 DBE GOAL

Request for bids/invitation for bids (advertisement)

Click below to view the REQUEST FOR BIDS/INVITATION FOR BIDS document

HYS Advertisement- Apron_Beacon 3-20-0028-040

Federal Finding of No Significant Impact/Record of Decision and Final Environment Assessment – General Aviation Terminal Area Expansion

CLICK HERE: Federal Finding of No Significant Impact/Record of Decision and Final Environment Assessment – General Aviation Terminal Area Expansion

Notice of Public Hearing

NOTICE OF OPPORTUNITY OF PUBLIC HEARING

SPECIAL NOTICE

Notice of Opportunity of Public Hearing pursuant to 49 USC 47106(c)(1)(A)(i) of the US Code regarding an Environmental Assessment (EA). The City of Hays intends to undertake the following action at Hays Regional Airport: Acquire a 20.33-acre tract of land located east of the existing airport property; Potential long-term actions may include construction of hangars, parking and access facilities, and taxilanes and/or the extension of the aircraft apron. A public hearing will only be held if requested. In the event a request for a public hearing is made by the specified date, a Notice of Public Hearing will be published in this same newspaper. If a hearing is held, it will address the proposed action’s potential economic, social, and environmental impacts. Those wishing to request a public hearing on the project must make their request by email or letter no later than November 30, 2020. The EA describing the proposed action’s impacts will be available for public review until December 13, 2020. The draft EA may be viewed at the Hays Regional Airport or at www.flyhays.com. Comments must be received by email or letter no later than December 13, 2020, to: Jamie Salter, Airport Director, 3950 E 8th St., Hays, KS 67601; jsalter@haysusa.com

NOTICE TO AIRPORT CONSULTANTS

NOTICE TO AIRPORT CONSULTANTS

The City of Hays, Kansas (Sponsor) is hereby soliciting statements of qualifications and experience from qualified airport consultants for airfield development projects that are anticipated to occur within the next five years at the Hays Regional Airport (HYS) located in Hays, KS. Subject to future receipt of Federal funding under the FAA Airport Improvement Program (AIP) and/or State funding, these projects may include the following:

  1. Replace Airport Rotating Beacon. Estimated Cost $121,600
  2. Apron Rehabilitation. Estimated Cost $1,124,400
  3. Reconstruct Taxiway Mike Not Including Edge Lighting (Design and Construction). Estimated Cost $8,524,925
  4. Reconstruct Taxiway Mike Edge Lighting (Design and Construction). Estimated Cost $732,710
  5. Construct Snow Removal Equipment Building. Estimated Cost $1,098,000

The services to be provided may include, but are not limited to, preliminary design, final design, bidding, construction observation, and incidental special services such as geotechnical/subsurface investigations and topographic surveying.

The projects and estimated costs shown above are identified in the Airport’s Capital Improvement Program (CIP) prepared by Burns & McDonnell for the City of Hays, KS. This documentation is available for review upon request.

A qualification-based selection process conforming to FAA Advisory Circular (AC) 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects, will be utilized to select the most qualified firm. Fee information will not be considered in the selection process and must not be submitted with the statement of qualifications. Fees will be negotiated for projects as Federal funds become available.

Selection Criteria will include:

  1. Capability to perform all or most aspects of the project and recent experience in airport projects comparable to the proposed task.
  2. Key personnel’s professional qualifications and experience and availability for the proposed project; their reputation and professional integrity and competence; and their knowledge of FAA regulations, policies, and procedures.
  3. Capability to meet schedules or deadlines.
  4. Quality of projects previously undertaken and capability to complete projects without having major cost escalations or overruns.
  5. Qualifications and experience of sub-consultants regularly engaged by the consultant under consideration.
  6. Capability of a branch office that will do the work to perform independently of the home office, or conversely, its capability to obtain necessary support from the home office.
  7. Ability to furnish qualified inspectors for construction inspection.
  8. Understanding of the project’s potential challenges and the Sponsor’s special concerns.
  9. Degree of interest shown in undertaking the project and their familiarity with and proximity to the geographic location of the project.
  10. Capability to incorporate and blend aesthetic and architectural concepts with the project design while accomplishing the basic requirements that transportation facilities be functional, safe, and efficient.
  11. In meeting the Disadvantaged Business Enterprise (DBE) contract goal, evidence documenting that the consultant met the DBE goal, or by documenting that it made adequate good faith efforts to meet the DBE goal.
  12. Capability to conduct a Value Engineering (VE) study for projects that are particularly complex or have unique features.

The Sponsor intends to short-list up to three (3) of the highest rated firms based on the submittals and conduct phone, informal, and/or formal interviews.

Any subsequent contract with the City of Hays will be subject to the provisions of Section 2-576 through 2-580 of the City of Hays, Kansas, Code of Ordinances and is subject to applicable Federal Contract Provisions. These Federal Contract Provisions are found on the FAA’s website at: https://www.faa.gov/airports/aip/procurement/federal_contract_provisions/

Statements must be concise and contain no more than twenty-eight (28) pages of material (14 sheets of paper, double-sided). This excludes the front and back covers, the two-page cover letter (1 sheet of paper, double-sided), table of contents, section dividers, and resumes. Consultants must submit five (5) hard copies of their Statement and a PDF of their Statement (submitted via email) to the following person:

Jamie Salter, Airport Director

Hays Regional Airport

3950 E 8th St

Hays, KS 67601

jsalter@haysusa.com

All statements must be received by 5:00 p.m. on September 1, 2020. Statements received after this deadline will not be considered. The Sponsor reserves the right to reject any and/or all Statements. Submittals will become property of the Sponsor.

Statements are to be provided in a package marked with “Airport Statement of Qualifications” in the lower left-hand corner and the sender’s name and address in the upper left-hand corner. Please make the email subject line: “Airport Statement of Qualifications” and request delivery/read receipts to confirm it was received on time.

All questions must be submitted via email to the above contact by 5:00 p.m. on August 19, 2020. Answers will be sent via reply email no later than 5:00 p.m. on August 25, 2020. For more information, please contact Jamie Salter at jsalter@haysusa.com or (785)628-7370.

Public Notice/Air Carrier Consultation Meeting

PUBLIC NOTICE/AIR CARRIER CONSULTATION MEETING

INTENT TO SUBMIT A PASSENGER FACILITY CHARGE APPLICATION

TO IMPOSE AND USE PASSENGER FACILITY CHARGE AT

HAYS REGIONAL AIRPORT LOCATED IN HAYS, KANSAS

October 23, 2019

Pursuant to CFR 158.24, the City of Hays (city), owner and operator of the Hays Regional Airport (airport), hereby provides public notice of the city’s intention to file a passenger facility charge (PFC) application with the intent to impose and use the PFC at the airport to fund the local share of certain PFC eligible airport improvements.

Under 14 CFR 158.11, the airport will request the exemption of ATCO-nonscheduled/on-demand air carriers (filing FAA Form 1800-31) that enplane fewer than 500 passengers per year from the PFC.

PFC project descriptions and finance information are listed below:

Project #

Title

Description

City Share

33

Snow Removal Broom Procurement

Procure snow removal broom for snow clearing of critical areas

$17,185

34

Airport Wildlife Fence

Construct perimeter wildlife fence per Wildlife Hazard Assessment

$172,936

35

Taxi Lane India Reconstruction

Reconstruct failing asphalt taxi lane with concrete taxi lane

$57,026

37

Snow Removal Truck and Plow Procurement

Procure snow plow and carrier vehicle for snow clearing of critical areas

$29,110

Total PFC to Collect

$276,257

PFC level: $4.50 per enplaned passenger. As per section 158.23, an enplaned passenger is defined as a domestic, territorial, or international passenger enplaned in scheduled or non-scheduled service on aircraft in interstate or foreign commerce.

Proposed charge effective date: February 1, 2020

Estimated charge expiration date: May 1, 2024

Estimated total PFC revenue: $276,257

A 30 day period is provided for filing of comments by the public. Comments must be received by 5:00 p.m. on Monday, November 25, 2019.

The Hays Regional Airport will hold an air carrier consultation meeting at 3:00 p.m. on Tuesday, November 26, 2019 at the Hays Regional Airport conference room, 3950 East 8th Street, Hays, Kansas.

After the air carrier consultation meeting/public notice another 30 day period is provided for filing of comments. Comments must be received by 5:00 p.m. on Thursday, December 26, 2019.

Comments may be submitted to:

City of Hays

Hays Regional Airport

Jesse Rohr, Director of Public Works

1002 Vine Street

Hays, KS 67601

Requests for Bids / Invitation for Bids

REQUESTS FOR BIDS / INVITATION FOR BIDS

(Advertisement)

 

Hays, Kansas

Hays Regional Airport

AIP No. 3-20-0028-32

Sealed bids will be received until 3:00 p.m., April 8, 2015 and then publicly opened and read at City Hall, 1507 Main Street, Hays, Kansas 67601, for furnishing all labor, materials and equipment and performing all work necessary to: Rehabilitate Runway 4-22 at Hays Regional Airport, Hays, Kansas.

All proposals must be received at the address indicated herein above prior to the time and date specified for bid opening.  Bids received after the specified time and date of the bid opening will be returned unopened. The City of Hays, Kansas shall not be held responsible or accountable for delays in the delivery of any proposal by the U.S. Postal Service or other courier service.

Copies of the bid documents including instructions to bidders, technical specification, standard terms and conditions and proposal forms are on file and may be inspected at the following locations:

City of Hays, Kansas (Owner)

1507 Main Street

Hays, Kansas 67601

 

Drexel Technologies

110840 W. 86th Street

Lenexa, KS 66214

P:913.371.4430

www.drexeltech.com

 

Burns & McDonnell Engineering Company, Inc. (Engineer)

9400 Ward Parkway

Kansas City, Missouri 64114

P:816.822.9400

 

 

A complete paper set of Bid documents may be obtained from Drexel Technologies for a fee of $75.00 (taxes and/or delivery not included).  A compact disc (CD) containing the Bid documents or an electronic download of the Bid documents may be obtained from Drexel Technologies for a fee of $30.00.  A payment to Drexel Technologies will be required.  The payment for Bid Documents will not be refunded and the Bid Documents need not be returned.

All Proposal Forms shall be submitted within a bound Project Manual.  Proposal Forms detached from the Project Manual will be considered irregular and will be disqualified.

A prebid conference for this Project will be held at 2:00 P.M. (CDT), on March 25, 2015 in the Airport Terminal Building at the Hays Regional Airport, 3950 E. 8th, Hays, Kansas 67601.

Each proposal must be accompanied by a bid guaranty in the amount of five (5) percent of the total amount of the bid.  The bid guaranty may be by certified check or bid bond made payable to the City of Hays, Kansas.

Bids may be held by the City of Hays for a period not to exceed ninety (90) calendar days from the date of the bid opening for the purpose of evaluating bids prior to award of contract.

The right is reserved, as the City of Hays may require, to reject any and all bids and to waive any informality in the bids received.

This project is subject to the requirements of the Davis-Bacon Act, as amended. The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor.

This project is subject to the requirements of 49 CFR Part 26 Disadvantaged Business Enterprise Participation. The owner has established a contract goal of 2.6 percent participation for small business concerns owned and controlled by qualified disadvantaged business enterprises (DBE). The bidder shall make and document good faith efforts, as defined in Appendix A of 49 CFR Part 26, to meet the established goal.

Award of contract is also subject to the following Federal provisions:

Executive Order 11246 and DOL Regulation 41 CFR PART 60 – Affirmative Action to Ensure Equal Employment Opportunity

DOL Regulation 29 CFR Part 5 – Davis Bacon Act

DOT Regulation 49 CFR PART 29 – Governmentwide Debarment and Suspension and Governmentwide Requirements for Drug-free Workplace

DOT Regulation 49 CFR PART 30 – Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (Foreign Trade Restriction).

TITLE 49 United States Code, CHAPTER 501 – Buy American Preferences

Air Carrier Consultation Meeting

PUBLIC NOTICE/AIR CARRIER CONSULTATION MEETING

INTENT TO SUBMIT A PASSENGER FACILITY CHARGE APPLICATION

TO IMPOSE AND USE PASSENGER FACILITY CHARGE AT

HAYS REGIONAL AIRPORT LOCATED IN HAYS, KANSAS

August 18, 2014

Pursuant to CFR 158.24, the City of Hays (city), owner and operator of the Hays Regional Airport (airport), hereby provides public notice of the city’s intention to file a passenger facility charge (PFC) application with the intent to impose and use the PFC at the airport to fund the local share of certain PFC eligible airport improvements.

Under 14 CFR 158.11, the airport will request the exemption of ATCO-nonscheduled/on-demand air carriers (filing FAA Form 1800-31) that enplane fewer than 500 passengers per year from the PFC.

PFC project descriptions and finance information are listed below:

Project # Title Description City Share
30 Rehabilitate Terminal Building (design) Add Secure gate area, upgrade HVAC, roof, restrooms, etc. $17,565
31 Rehabilitate Terminal Building (construction) Add Secure gate area, upgrade HVAC, roof, restrooms, etc. $102,237
32 Rehabilitate Runway 4/22 Joint seal, spall repair, and panel replacement $68,340
Total PFC to collect $188,142

PFC level: $4.50 per enplaned passenger. As per section 158.23, an enplaned passenger is defined as a domestic, territorial, or international passenger enplaned in scheduled or non-scheduled service on aircraft in interstate or foreign commerce.

Proposed charge effective date: February 1, 2015

Estimated charge expiration date: April 30, 2018

Estimated total PFC revenue: $188,142.00

A 30 day period is provided for filing of comments by the public. Comments must be received by 5:00 p.m. on Tuesday, September 16, 2014.

The Hays Regional Airport will hold an air carrier consultation meeting at 3:00 p.m. on Wednesday, September 17, 2014 at the Hays Regional Airport conference room, 3950 East 8th Street, Hays, Kansas.

After the air carrier consultation meeting/public notice another 30 day period is provided for filing of comments. Comments must be received by 5:00 p.m. on Monday, October 20, 2014.

Comments may be submitted to:

City of Hays

Hays Regional Airport

I.D. Creech, Director of Public Works/Airport Manager

1002 Vine Street

Hays, KS 67601