Loading...
HomeMy WebLinkAboutAecom Technical Services-2/6/2017AECOM AECOM 319-232-6531 tel 501 Sycamore Street 319-232-0271 fax Suite 222 Waterloo, Iowa 50703 www.aecom.com AMENDMENT NUMBER 1 RECONSTRUCT TAXIWAY C SOUTH OF RUNWAY 12/30 TO THE INDIVIDUAL PROJECT AGREEMENT RECONSTRUCT TAXIWAY C NORTH OF RUNWAY 12/30 FAA AIP 3-19-0094-045 WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Project Description: See attached Exhibit A, Scope of Services. Scope of Services: See attached Exhibit A, Scope of Services. Compensation Compensation for Services for this Amendment shall be a lump sum fee of Eighty -Seven Thousand Eight Hundred Dollars ($87,800.00), raising the lump sum free from $130,500.00 to $218,300.00. See attached Exhibit B, Consultant Cost Summary. General Conditions Except as specifically amended by this Amendment to the Individual Project Agreement (Agreement), Services shall be provided in accordance with the Professional Services Agreement for the Waterloo Regional Airport, entered between AECOM Technical Services, Inc. (ATS) and the City of Waterloo (Client) dated April 15, 2014. The conditions in the attached Exhibit C, Federal Contract Provisions for A/E Agreements of this Amendment shall replace Exhibit B, Federal Provisions of the Professional Services Agreement. APPROVED: APPROVED: CITY OF WATERLOO, IOWA By Date 4 Page 1 of 8 AECOM TECHNICAL SERVICES, INC. Date January 23, 2017 AECOM EXHIBIT A SCOPE OF SERVICES RECONSTRUCT TAXIWAY C SOUTH OF RUNWAY 12/30 I. Project Description The project is described as the following elements that were previously designed for a bid package in 2016 for which bids were rejected because of funding limitations: a) Reconstruction of Taxiway C beginning at Runway 12/30 and extending northward to and ending at the Runway 18 end of Runway 18/36 (aka Taxiway C North) and the complete removal of Taxiway C-1 (removal of pavement, lighting and airfield guidance signage) and regrading/re-seeding of the area. b) Repairing a failed pavement joint on Runway 12/30 north of Taxiway B1, joint and crack sealing west of the Taxiway C Safety Area and pavement marking not completed as part of a bid package in 2015. In addition to the above elements, reconstruction of Taxiway C south of Runway 12/30 (aka Taxiway C South) is included. The project will be bid as two (2) separate bid packages: • Package 1 - Taxiway C Reconstruction and Runway 18/36, Taxiways A, B and E, and Terminal Apron Pavement Remarking o Taxiway C Reconstruction o Runway 18/36 Pavement Marking — Add Alternate Bid o Taxiway and Apron Marking — Add Alternate Bid o Performed Joint Sealant for Taxiway C — Add Alternate Bid Package 2 - Runway 12/30 Pavement Repairs and Remarking o Runway 12/30 Pavement Joint Repair o Runway 12/30 Joint and Crack Sealing o Runway 12/30 Pavement Marking It is anticipated that design and construction of this project will be funded in part with federal funds received through a Federal Aviation Administration (FAA) Airport Improvement Program (AIP) grant. II. Scope of Services The work to be performed by ATS shall encompass and include detailed work, services, materials, equipment and supplies necessary to provide preliminary design, develop final plans, develop specifications, provide construction cost estimates and provide bidding services. Work shall be divided into the following tasks: 1. Pre -Design Conference. This task consists of a pre -design conference called by the Client and held between the Client, ATS and the FAA. The pre -design conference will be conducted by conference call. The purpose of this conference is to discuss various items relating to design parameters, airport safety, routing of aircraft and equipment, sequencing of construction operations, environmental considerations and civil rights requirements. ATS will prepare and distribute an agenda and the minutes of this conference. The minutes will document the requirements set forth in this pre -design conference. It is anticipated that the project manager will be in attendance. 2. Data Collection and Review. This task consists of the collection of existing data applicable to Taxiway C South and related to the proposed work site. Record Page 2 of 8 AECOM drawings of completed projects and utility information will be compiled as background information. Data has already been collected and reviewed for the other elements of the project. 3. Subsurface Information. Not applicable, as this task was completed under the Agreement. No additional pavement cores or collection of subsurface soils data will take place on Taxiway C South. 4. Field Survey. This task consists of a field survey of Taxiway C South to collect topographic information to locate existing pavement edges, lights, signs, drainage structures, drainage ways, and other horizontal and vertical data to assist in the preparation of the plans. Survey for other areas was completed under the Agreement. Property surveys are not included in this task. 5. Base Mapping and Digital Terrain Model. This task consists of the preparation of a project base map and digital terrain model prepared from the field survey and record documents of completed projects for Taxiway C South. Base mapping and digital terrain model for other areas were completed under the Agreement. 6. Design Aircraft. This task consists of determining the fleet mix and critical design aircraft to be used for the design of Taxiway C South through coordination with the Sponsor and the FAA. In addition to supporting Runway 12/30 operations, Taxiway C South also serves as an exit taxiway from Runway 18/36. The fleet mix (and possibly the critical design aircraft) will be different than the fleet mix for Taxiway C North, which was completed under the Agreement. As part of this task, data will be evaluated to confirm with the airport sponsor the aircraft types and number of operations by occasional aircraft that use or are projected to use the Waterloo Regional Airport. A list of design aircraft and number of operations that form the basis for the pavement design and standard geometrics to reconstruct the taxiway will be presented with the pavement design. The most current version of Draft AC 150/5000 -XX, Critical Aircraft for Regular Use Determination, will be used to define the design aircraft. 7. Pavement Design. This task consists of determining the pavement section for Taxiway C South and preparing final pavement design forms. It is assumed the pavement section for Taxiway C South will consist of a PCC surface course underlain by an aggregate base course (matching the Taxiway C North pavement section) but possibly with different course thicknesses. The pavement section for Taxiway C North was determined under the Agreement. This task does not include alternative pavement designs or life cycle cost analysis. 8. Preparation of Bid Documents. This task consists of the preparation of the final design plans for this project. Plans will be prepared in compliance with current FAA requirements in effect at the time the plans are prepared. This task includes the preparation of the following sheets: Bid Package 1 - Taxiway C Reconstruction and Pavement Markings 1) Title Sheet, Seal 2) Schedule of Drawings and Quantities 3) General Notes and Legend 4) Construction Safety and Operations 5) Taxiway Phasing Plan (Phase 1 - Runway 18/36 Closure) 6) Taxiway Phasing Plan (Phase 2 - Runway 12/30 Closure) 7) Taxiway Phasing Plan (Phase 3 - All Work Out of Runway Safety Areas) 8) Phasing Details Page 3 of 8 AECOM 9) Typical Sections (Existing and Proposed) 10) Typical Sections (Existing and Proposed) 11) Typical Sections (Existing and Proposed) 12) Taxiway Existing Conditions, Boring Locations and Demo Plan 13) Taxiway Existing Conditions, Boring Locations and Demo Plan 14) Taxiway Existing Conditions, Boring Locations and Demo Plan 15) Geometric Layout 16) Geometric Layout 17) Pollution Prevention Plan 18) Erosion Control Plan 19) Erosion Control Plan 20) Erosion Control Plan 21) Erosion Control Details 22) Taxiway Plan and Profile 23) Taxiway Plan and Profile 24) Taxiway Plan and Profile 25) Taxiway Grading and Drainage Plans 26) Taxiway Grading and Drainage Plans 27) Taxiway Grading and Drainage Plans 28) Taxiway Subdrain Plan 29) Taxiway Subdrain Plan 30) Taxiway Subdrain Plan 31) Storm Sewer Details 32) Subdrain Details 33) Pavement Jointing Plan 34) Pavement Jointing Plan 35) Pavement Jointing Plan 36) Pavement Jointing Plan 37) Pavement Jointing Plan 38) Pavement Jointing Plan 39) Pavement Jointing Details 40) Pavement Jointing Details 41) Supplemental Elevation Plan 42) Supplemental Elevation Plan 43) Supplemental Elevation Plan 44) Supplemental Elevation Plan 45) Supplemental Elevation Plan 46) Supplemental Elevation Plan 47) Taxiway Lighting Plan 48) Taxiway Lighting Plan 49) Taxiway Lighting Plan 50) Taxiway Lighting Plan 51) Miscellaneous Electrical Details 52) Miscellaneous Electrical Details and Light Location Table 53) Electrical Handhole Details 54) Guidance Sign Details and Legends 55) Pavement Marking Plan 56) Pavement Marking Plan 57) Pavement Marking Plan 58) Pavement Marking Plan 59) Pavement Marking Plan 60) Pavement Marking Plan 61) Pavement Marking Plan 62) Pavement Marking Plan 63) Pavement Marking Plan 64) Pavement Marking Plan Page 4 of 8 AECOM 65) Pavement Marking Plan 66) Pavement Marking Plan 67) Pavement Marking Plan 68) Pavement Marking Plan 69) Marking Details 70) Marking Details 71) Taxiway Cross Sections 72) Taxiway Cross Sections 73) Taxiway Cross Sections 74) Taxiway Cross Sections 75) Taxiway Cross Sections 76) Taxiway Cross Sections 77) Taxiway Cross Sections 78) Taxiway Cross Sections 79) Taxiway Cross Sections 80) Taxiway Cross Sections 81) Taxiway Cross Sections 82) Taxiway Cross Sections 83) Taxiway Cross Sections 84) Taxiway Cross Sections 85) Taxiway Cross Sections 86) Taxiway Cross Sections 87) Taxiway Cross Sections Bid Package 2 — Runway 12/30 Pavement Repairs and Remarking 1) Title Sheet, Seal 2) Schedule of Drawings and Quantities 3) General Notes and Legend 4) Construction Safety and Operations 5) Taxiway Phasing Plan (Phase 1 — Runway 18/36 Closure) 6) Taxiway Phasing Plan (Phase 2 — Runway 12/30 Closure) 7) Taxiway Phasing Plan (Phase 3 — All Work Out of Runway 8) Phasing Details 9) Runway 12/30 Pavement Joint Repair Existing Rehabilitation Plan 10) Runway 12/30 Pavement Joint Repair Existing Rehabilitation Plan 11) Runway 12/30 Joint and Crack Repair Existing Conditions 12) Runway 12/30 Joint and Crack Repair Existing Conditions 13) Runway 12/30 Joint and Crack Repair Existing Conditions 14) Runway 12/30 Joint and Crack Repair Existing Conditions Safety Areas) Conditions and Conditions and and Details and Details and Details and Details 9. Project Manuals. This task consists of the preparation of two separate project manuals (one for each Bid Package) using the Project Manual dated May 20, 2016. 10. Construction Safety and Phasing Plans. This task consists of updating the Construction Safety and Phasing Plan (CSPP) prepared previously under the Agreement and conditionally approved by the FAA on June 14, 2016. The updated CSPP shall be in accordance with AIP Sponsor Guide Section 960 and Advisory Circular 150/5370-2F. The updated CSPP will include Taxiway C South and shall be submitted to FAA for review and comments as part of the 90% submittal. A final CSPP will be prepared to address comments received and re -submitted for FAA upload to OE/AAA website for review by other FAA divisions and Federal agencies. A copy of the FAA -approved CSPP will be included in both project manuals. Page 5 of 8 AECOM 11. Airspace Submittal. This task consists of preparation and submittal of FAA 7460-1 forms electronically through the FAA's OE/AAA website for temporary construction items, including contractor's staging area, access routes and construction equipment. Air space forms will be submitted during design phase of project once element locations are defined in order for FAA determinations to be received prior to the anticipated construction start. 12. Estimate of Probable Construction Cost. This task consists of the preparation of detailed estimates of construction costs (one for each bid package) based upon the detailed plans and specifications. This statement of probable construction costs prepared by ATS represents ATS's best judgment as a design professional at the time the estimate is drawn. It is recognized, however, that neither ATS nor the Client has any control over the cost of labor, materials or equipment; over the contractor's method of determining bid prices; or over competitive bidding or market conditions. Accordingly, ATS cannot and does not guarantee that bids will not vary from any statement of Probable Construction Cost or other cost estimates prepared by ATS. An update to the Capital Improvement Program (CIP) budget for the project will be prepared as part of this task. 13. Engineer's Design Report. This task consists of updating the 90% Engineer's Design Report (Report) prepared previously under the Agreement and dated April 30, 2016. The updated Report shall be in accordance with the AIP Sponsor Guide Section 920 effective at the time of this Amendment. The updated Report will include Taxiway C South and will be submitted to the Client and FAA for review and comments. Responses will be provided to comments. A final version of the Report will be prepared and submitted to the Client and FAA. 14. Update Airfield Guidance Sign Plan. Not applicable, as this task was completed under the Agreement. 15. Update Airport Layout Plan. Not applicable, as this task was completed under the Agreement. 16. Quality Review. This task consists of the quality review of work elements on the project. During the course of this project, quality reviews will be conducted by senior technical personnel that are not directly involved in the project. 17. DBE Program. Not applicable, as this task was completed under the Agreement. 18. Conferences and Meetings. This task consists of conferences and meetings that will be attended by ATS for the purpose of coordination with the Client, information exchange and general understanding of the status and direction of the project. It is anticipated that an on-site field meeting will be held during design, and a meeting will be held with the Client around the time of the 90% submittal. 19. Bid Assistance. This task consists of assisting the Client in advertising for and receiving bids, attending the bid opening, analyzing the bids received, and preparing a recommendation to the Client and FAA for award of contract. The following documents will be provided as part of this task: 1) Letter of Recommendation 2) Tabulation of Bids Page 6 of 8 AECOM 20. Pre -Bid Conference. This task consists of attending and conducting a Pre -Bid Conference at the project site for prospective bidders. ATS will prepare and distribute an agenda and the minutes of this conference. 21. Bid Document Interpretation. This task consists of answering bid document interpretation questions from bidders, and preparing and issuing any required addenda. 22. Grant Application. This task consists of assisting the Client in preparation of grant application. 23. Design Administration. This task consists of office administration and coordination of the project. Interoffice meetings, general day-to-day administrative responsibilities, and typing of interoffice memoranda and minutes of meetings are included in this task. This task includes preparation and submittal of the following: 1) 30% Submittal a. FAA. One hard copy and one electronic copy of the updated 90% Engineer's Design Report and 30% Geometric Sheets for Taxiway C south of Runway 12/30. b. Client. Two hard copies of the updated 90% Engineer's Design Report and 30% Geometric Sheets for Taxiway C south of Runway 12/30. c. ATS. Two hard copies of the updated 90% Engineer's Design Report and 30% Geometric Sheets for Taxiway C south of Runway 12/30. 2) 90% Submittal — Bid Packages 1 and 2 a. FAA. One hard copy of half-size set of plans, one hard copy of the project manual, one hard copy of the updated CSPP, and one hard copy of the revised 90% Engineer's Design Report containing written responses to the 30% comments. In addition to the hard copies, FAA will be provided with electronic copies as three separate Acrobat PDF files. b. Client. Two sets of half-size plans, two copies of the project manual, two hard copies of the updated CSPP and two copies of the revised 90% Engineer's Design Report. c. ATS. Two sets of half-size plans, two copies of the project manual, two hard copies of the updated CSPP and two copies of the revised 90% Engineer's Design Report. 3) Final Submittal — Bid Packages 1 and 2 a. FAA. One electronic copy of written responses to 90% comments, and an electronic copy of the plans, project manuals, project construction cost estimates, project budgets and final Engineer's Design Report. b. Client. Two copies of written responses to 90% comments and two hard copies of the plans, project manuals, project construction cost estimates, project budgets and final Engineer's Design Report. c. ATS. Two copies of written responses to 90% comments and two hard copies of the plans, project manuals, project construction cost estimates, project budgets and final Engineer's Design Report. Page 7 of 8 AECOM 4) Issued for Bid Submittal — Bid Packages 1 and 2 a. FAA. Electronic copies of the plans and project manual as Acrobat PDF files. b. Client. Two copies of the plans and project manual. c. ATS. Twenty copies of the plans, project manual and proposal fomes to be provided to plan rooms and potential contractors and suppliers. O:\Administration\AGREE\PROF\ALO Recon Taxi C North of Runway 12 30 Amendment 1.docx Page 8 of 8 Amendment No. 1 - Reconstruct Taxiway C South of Runway 12/30 Waterloo Regional Airport Waterloo, Iowa FAA AIP 3-19-0094-045 Engineering Services Consultant Cost Summary I. Direct Labor Cost Category Hours Rate/Hour Amount Senior Professional 94 $80.00 $7,520.00 Project Professional 0 $57.00 $0.00 Staff Professional 148 $44.50 $6,586.00 Professional 132 $36.45 $4,811.40 CADD Operator II 166 $33.80 $5,610.80 CADD Operator I 85 $24.45 $2,078.25 Senior Technician 32 $34.60 $1,107.20 Technician 32 $25.60 $819.20 Project Support 64 $29.90 $1,913.60 753 II. Payroll Burden and Overhead Costs III. Direct Project Expenses 139.14% Exhibit B $30,446.45 $42,363.19 Category Units Rate/Unit Amount Mileage 2000 0.540 1,080.00 Per Diem 0 50.00 0.00 Lodging 0 90.00 0.00 B/W Copies 20,000 0.06 1,200.00 Color Copies 500 0.22 110.00 Plan Copier 100 0.50 50.00 EDM Equipment 30 12.50 375.00 GPS Equipment 30 25.00 750.00 Miscellaneous, Other 500.00 $4,065.00 IV. AECOM Estimated Actual Costs $76,874.64 Rounded $76,900.00 V. Subcontract Expense $0.00 VI. Estimated Actual Costs $76,900.00 VII. Fixed Fee (15% of Items I & II) Rounded $10,900.00 VIII. Maximum Amount Payable (Lump Sum) $87,800.00 Exhibit B Amendment No. 1 - Reconstruct Taxiway C South of Runway 12/30 Waterloo Regional Airport Waterloo, Iowa FAA AIP 3-19-0094-045 Engineering Services Staff Hour Estimate Item No. Description Senior Prof Project Prof Staff Prof Prof CADD Operator II CADD Operator I Senior Technician Technician Project Support Totals DESIGN PHASE 1 Pre -Design Conference 4 4 2 Data Collection and Review 4 8 8 20 3 Subsurface Information 0 0 4 Field Survey 8 32 32 72 5 Base Mapping & Digital Terrain Model 4 8 8 8 28 6 Design Aircraft 4 8 12 7 Pavement Design 4 16 20 8 Preparation of Bid Documents Bid Package No. 1 - Taxiway C Reconstruction and Pavement Markings 1) Title Sheet, Seal 1 1 2) Schedule of Drawings and Quantities 3) General Notes and Legend 4) Construction Safety and Operations 4 4 4 4 4 4 8 8 8 8 5) Taxiway Phasing Plan (Phase 1 -Runway 18/36 Closure) 1 1 6) Taxiway Phasing Plan (Phase 2 - Runway 12/30 Closure) 4 4 8 7) Taxiway Phasing Plan (Phase 3 - All work out of Runway Safety Areas) 1 1 8) Phasing Detats 1 1 9) Typical Sections (Existing and Proposed) 1 1 10) Typical Sections (Existing and Proposed) 1 1 11) Typical Sections (Existing and Proposed) 12) Taxiway Existing Conditions, Boring Locations and Demo Plan 13) Taxiway Existing Conditions, Boring Locations and Demo Plan 4 4 1 1 8 1 1 14) Taxiway Existing Conditions, Boring Locations and Demo Plan 4 4 8 15) Geometric Layout 1 1 18) Geometric Layout 4 4 8 17) Pollution Prevention Plan 4 2 6 18) Erosion Control Pian 1 1 19) Erosion Control Plan 1 1 20) Erosion Control Plan 4 4 8 21) Erosion Control Details 1 1 22) Taxiway Plan and Profile 1 1 23) Taxiway Plan and Profile 1 1 24) Taxiway Plan and Profile 25) Taxiway Grading and Drainage Plans 26) Taxiway Grading and Drainage Plans 8 8 1 1 16 1 1 27) Taxiway Grading and Drainage Plans 8 8 16 28) Taxiway Subdrain Pian 1 1 29) Taxiway Subdrain Plan 1 1 30) Taxiway Subdrain Plan 8 8 16 31) Storm Sewer Details 1 1 32) Subdrain Details 1 1 33) Pavement Jointing Plan 1 1 34) Pavement Jointing Plan 1 1 35) Pavement Jointing Plan 1 1 36) Pavement Jointing Plan 1 1 37) Pavement Jointing Pian 1 1 38) Pavement Jointing Plan 8 8 18 39) Pavement Jointing Details 1 1 40) Pavement Jointing Details 4 4 8 41) Supplemental Elevation Plan 1 1 42) Supplemental Elevation Plan 1 1 43) Supplemental Elevation Plan 1 1 44) Supplemental Elevation Pian 45) Supplemental Elevation Plan 1 1 1 1 46) Supplemental Elevation Plan 8 a 16 47) Taxiway Lighting Plan 1 1 48) Taxiway Lighting Plan 1 1 49) Taxiway Lighting Plan 1 1 50) Taxiway Lighting Plan 51) Miscellaneous Electrical Details 8 8 1 16 1 52) Miscellaneous Electrical Details and Light Location Table 4 4 8 53) Electrical Handhole Details 1 1 54) Guidance Sign Details and Legends 4 4 8 55) Pavement Marking Plan 1 1 58) Pavement Marking Plan 57) Pavement Marking Plan 1 1 1 1 58) Pavement Marking Plan 1 1 59) Pavement Marking Plan 1 1 60) Pavement Marking Plan 1 1 61) Pavement Marking Plan 1 1 62) Pavement Marking Plan 63) Pavement Marking Plan 1 1 1 1 64) Pavement Marking Plan 1 1 85) Pavement Marking Plan 1 1 66) Pavement Marking Plan 1 1 67) Pavement Marking Plan 1 1 68) Pavement Marking Plan 1 1 69) Marking Details 1 1 70) Marking Details 1 1 71) Taxiway Cross Sections 1 1 Exhibit B Amendment No. 1 - Reconstruct Taxiway C South of Runway 12/30 Waterloo Regional Airport Waterloo, Iowa FAA AIP 3-19-0094-045 Engineering Services Staff Hour Estimate 72) Taxiway Cross Sections 1 1 73) Taxiway Cross Sections 1 1 74) Taxiway Cross Sections 1 1 75) Taxiway Cross Sections 1 1 76) Taxiway Cross Sections 1 1 77) Taxiway Cross Sections 1 1 78) Taxiway Cross Sections 1 1 79 Taxiway Cross Sections 1 1 80) Taxiway Cross Sections 1 1 81) Taxiway Cross Sections 1 1 82) Taxiway Cross Sections 1 1 83) Taxiway Cross Sections 1 1 84) Taxiway Cross Sections 1 1 85) Taxiway Cross Sections 4 2 6 86) Taxiway Cross Sections 4 2 6 87) Taxiway Cross Sections 4 2 6 Bid Package No. 2- Runway 12/30 Pavement Repairs and Remarking 1) Title Sheet, Seal 1 1 2) Schedule of Drawings and Quantities 4 4 8 3) General Notes and Legend 4 4 8 4) Construction Safety and Operations 4 4 8 5) Taxiway Phasing Plan (Phase 1 - Runway 18/38 Closure) 1 1 6) Taxiway Phasing Plan (Phase 2 - Runway 12/30 Closure) 4 4 8 7) Taxiway Phasing Plan (Phase 3 - All work out of Runway Safety Areas) 1 1 8) Phasing Details 1 1 9) Runway 12/30 Pavement Joint Repair Existing Conditions and Rehabilitation Plan 1 1 10) Runway 12/30 Pavement Joint Repair Existing Conditions and Rehabilitation Plan 4 4 8 16 11) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details 1 1 12) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details 1 1 13) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details 1 1 14) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details 1 1 9 Project Manuals 8 16 40 84 10 Construction Safety and Phasing Plan 12 12 11 Airspace Submittal 12 12 12 Estimate of Probable Construction Cost - 2 Estimates 2 12 12 28 13 Engineer's Design Report 4 8 8 20 14 Update Airfield Guidance Sign Plan 0 15 Update Airport Layout Plan 0 16 Quality Review 12 12 15 DBE Program 0 18 Conferences and Meetings 24 24 19 Bid Assistance 8 8 16 20 Pre -Bid Conference 4 4 21 Bid Document Interpretation 8 8 16 22 Grant Application 4 4 23 Design Administration 24 18 16 58 Total Design Services 94 0 148 132 166 85 32 32 64 753 EXHIBIT "C" FEDERAL CONTRACT PROVISIONS FOR A/E AGREEMENTS ALL REFERENCES MADE HEREIN TO "CONTRACTOR", "BIDDER", AND "OFFEROR" SHALL PERTAIN TO THE ARCHITECT/ENGINEER (A/E). ALL REFERENCES MADE HEREIN TO "SUBCONTRACTOR" SHALL PERTAIN TO ANY AND ALL SUBCONSULTANTS UNDER CONTRACT WITH THE A/E. ALL REFERENCES MADE HEREIN TO "SPONSOR" AND "OWNER" SHALL PERTAIN TO THE STATE, CITY, AIRPORT AUTHORITY OR OTHER PUBLIC ENTITY EXECUTING CONTRACTS WITH THE A/E. ACCESS TO RECORDS AND REPORTS Reference: 2 CFR § 200.326, 2 CFR § 200.333 The contractor must maintain an acceptable cost accounting system. The contractor agrees to provide the Sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The contractor agrees to maintain all books, records and reports required under this contract for a period of not Tess than three years after final payment is made and all pending matters are closed. CIVIL RIGHTS—GENERAL Reference: 49 USC § 47123 The contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefitingfrom Federal assistance. This provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of1964. This provision also obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport through the Airport Improvement Program, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein; structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision ofsimilar services or benefits; or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. Page 1 of 12 Updated Jan 19, 2016 CIVIL RIGHTS — TITLE VI ASSURANCES 1) Title VI Solicitation Notice Reference: Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally -Assisted Programs at the Federal Aviation Administration The (Name of Sponsor), in accordance with the provisions of Title VI of the Civil Rights Actof 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifiesall bidders that it will affirmatively ensure that any contract entered into pursuant tothis advertisement, disadvantaged business enterprises will be afforded full and fairopportunity to submit bids in response to this invitation and will not be discriminated against onthe grounds of race, color, or national origin in consideration for an award. 2) Title VI Clauses for Compliance with Nondiscrimination Requirements Reference: Appendix A of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees asfollows: a) Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they maybe amended from time to time, which are herein incorporated by reference and made a part of this contract. b) Non-discrimination: The contractor, with regard to the work performed by it during thecontract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. c) Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases ofequipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. d) Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined bythe sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is inthe exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will setforth what efforts it has made to obtain the information. e) Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: i. Withholding payments to the contractor under the contract until the contractorcomplies; and/or ii. Cancelling, terminating, or suspending a contract, in whole or in part. Page 2 of 12 Updated Jan 19, 2016 f) Incorporation of Provisions: The contractor will include the provisions of paragraphs a)through f) in every subcontract, including procurements of materials and leases of equipment,unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractorwill take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition,the contractor may request the United States to enter into the litigation to protect the interests of the United States. 3) Title VI List of Pertinent Nondiscrimination Authorities Reference: Appendix E of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally -Assisted Programs at the Federal Aviation Administration During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the followingnon- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. • § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles 11 and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; Page 3 of 12 Updated Jan 19, 2016 • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). DISADVANTAGED BUSINESS ENTERPRISE Reference: 49 CFR part 26 Contract Assurance (§ 26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carryout applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) calendar days fromthe receipt of each payment the prime contractor receives from the Sponsor. The prime contractoragrees further to return retainage payments to each subcontractor within thirty (30) calendar days afterthe subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Sponsor. This clause applies to both DBE and non -DBE subcontractors. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) Reference: 29 USC § 201, et seq. All contracts and subcontracts that result from this solicitation incorporate the following provisionsby reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor—Wage and Hour Division. Page 4 of 12 Updated Jan 19, 2016 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES Reference: 49 CFR part 20, AppendixA The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his orher knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidderor offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Memberof Congress in connection with the awarding of any Federal contract, the making of any Federalgrant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any personfor influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a.Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall completeand submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for makingor entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 Reference: 20 CFR part 1910 All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor— Occupational Safety and Health Administration. RIGHT TO INVENTIONS Reference: 2 CFR § 200 Appendix II(F) All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Page 5 of 12 Updated Jan 19, 2016 TRADE RESTRICTION CLAUSE Reference: 49 CFR part 30 The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a) is not owned or controlled by one or more citizens of a foreign country included in the listof countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b) has not knowingly entered into any contract or subcontract for this project with a person that isa citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c) has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certifyto the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification isa material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation ofthe contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of businessdealings. This certification concerns a matter within the jurisdiction of an agency ofthe United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subjectto prosecution under Title 18, United States Code, Section 1001. Page 6 of 12 Updated Jan 19, 2016 TEXTING WHEN DRIVING (References: Executive Order 13513, and DOT Order3902.10) In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performingwork related to a grant or sub -grant. The contractor must promote policies and initiatives for employees and other work personnelthat decrease crashes by distracted drivers, including policies to ban text messaging while driving. The contractor must include these policies in each third party subcontract involved on this project. VETERAN'S PREFERENCE Reference: 49 USC § 47112(c) In the employment of labor (except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States Code, Section 47112. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. Page 7 of 12 Updated Jan 19, 2016 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000 TERMINATION OF CONTRACT Reference: 2 CFR § 200 Appendix II(B) a) The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services must be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed orin progress, delivered to the Sponsor. b) If the termination is for the convenience of the Sponsor, an equitable adjustment in thecontract price will be made, but no amount will be allowed for anticipated profit on unperformed services. c) If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may takeover the work and prosecute the same to completion by contract or otherwise. In such case, the contractor is liable to the Sponsor for any additional cost occasioned to the Sponsorthereby. d) If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination will be deemed to have been effected forthe convenience of the Sponsor. In such event, adjustment in the contract price will be madeas provided in paragraph 2 of this clause. e) The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. Page 8 of 12 Updated Jan 19, 2016 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000 DEBARMENT AND SUSPENSION (NON -PROCUREMENT) References: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility CERTIFICATE REGARDING DEBARMENT AND SUSPENSION (BIDDER OR OFFEROR) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDINGLOWER TIER PARTICIPANTS) The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: https://www.sam.gov. 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy, including suspension and debarment. Page 9 of 12 Updated Jan 19, 2016 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000 BREACH OF CONTRACT TERMS Reference 2 CFR § 200 Appendix II(A) Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessaryto enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. CLEAN AIR AND WATER POLLUTION CONTROL References: 49 CFR § 18.36(i)(12) and 2 CFR § 200 Appendix II(G) Contractors and subcontractors agree: 1. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; 2. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; 3. That, as a condition for the award of this contract, the contractor or subcontractor will notifythe awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed onthe EPA List of Violating Facilities; 4. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS Reference: 2 CFR § 200 Appendix II (E) 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer ormechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation ata rate not less than one and one-half times the basic rate of pay for all hours worked in excess offorty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated Page 10 of 12 Updated Jan 19, 2016 damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess ofthe standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs) through 4 and also a clause requiring the subcontractor to include these clauses in any Iowertier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of thissection. Page 11 of 12 Updated Jan 19, 2016 THIS PAGE INTENTIONALLY LEFT BLANK Page 12 of 12 Updated Jan 19, 2016 AECOM AECOM 319-232-6531 tel 501 Sycamore Street 319-232-0271 fax Suite 222 Waterloo, Iowa 50703 www.aecom.com AMENDMENT NUMBER 1 RECONSTRUCT TAXIWAY C SOUTH OF RUNWAY 12/30 TO THE INDIVIDUAL PROJECT AGREEMENT RECONSTRUCT TAXIWAY C NORTH OF RUNWAY 12/30 FAA AIP 3-19-0094-045 WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Project Description: See attached Exhibit A, Scope of Services. Scope of Services: See attached Exhibit A, Scope of Services. Compensation Compensation for Services for this Amendment shall be a lump sum fee of Eighty -Seven Thousand Eight Hundred Dollars ($87,800.00), raising the lump sum free from $130,500.00 to $218,300.00. See attached Exhibit B, Consultant Cost Summary. General Conditions Except as specifically amended by this Amendment to the Individual Project Agreement (Agreement), Services shall be provided in accordance with the Professional Services Agreement for the Waterloo Regional Airport, entered between AECOM Technical Services, Inc. (ATS) and the City of Waterloo (Client) dated April 15, 2014. The conditions in the attached Exhibit C, Federal Contract Provisions for A/E Agreements of this Amendment shall replace Exhibit B, Federal Provisions of the Professional Services Agreement. APPROVED: APPROVED: CITY OF WATERLOO, IOWA By J 7 AECOM TECHNICAL SERVICES, INC. 2 Date / / 7 Date January 23, 2017 Page 1 of 8 ACOM EXHIBIT A SCOPE OF SERVICES RECONSTRUCT TAXIWAY C SOUTH OF RUNWAY 12/30 I. Project Description The project is described as the following elements that were previously designed for a bid package in 2016 for which bids were rejected because of funding limitations: a) Reconstruction of Taxiway C beginning at Runway 12/30 and extending northward to and ending at the Runway 18 end of Runway 18/36 (aka Taxiway C North) and the complete removal of Taxiway C-1 (removal of pavement, lighting and airfield guidance signage) and regrading/re-seeding of the area. b) Repairing a failed pavement joint on Runway 12/30 north of Taxiway B1, joint and crack sealing west of the Taxiway C Safety Area and pavement marking not completed as part of a bid package in 2015. In addition to the above elements, reconstruction of Taxiway C south of Runway 12/30 (aka Taxiway C South) is included. The project will be bid as two (2) separate bid packages: • Package 1 - Taxiway C Reconstruction and Runway 18/36, Taxiways A, B and E, and Terminal Apron Pavement Remarking o Taxiway C Reconstruction o Runway 18/36 Pavement Marking — Add Alternate Bid o Taxiway and Apron Marking — Add Alternate Bid o Performed Joint Sealant for Taxiway C — Add Alternate Bid • Package 2 - Runway 12/30 Pavement Repairs and Remarking o Runway 12/30 Pavement Joint Repair o Runway 12/30 Joint and Crack Sealing o Runway 12/30 Pavement Marking It is anticipated that design and construction of this project will be funded in part with federal funds received through a Federal Aviation Administration (FAA) Airport Improvement Program (AIP) grant. II. Scope of Services The work to be performed by ATS shall encompass and include detailed work, services, materials, equipment and supplies necessary to provide preliminary design, develop final plans, develop specifications, provide construction cost estimates and provide bidding services. Work shall be divided into the following tasks: 1. Pre -Design Conference. This task consists of a pre -design conference called by the Client and held between the Client, ATS and the FAA. The pre -design conference will be conducted by conference call. The purpose of this conference is to discuss various items relating to design parameters, airport safety, routing of aircraft and equipment, sequencing of construction operations, environmental considerations and civil rights requirements. ATS will prepare and distribute an agenda and the minutes of this conference. The minutes will document the requirements set forth in this pre -design conference. It is anticipated that the project manager will be in attendance. 2. Data Collection and Review. This task consists of the collection of existing data applicable to Taxiway C South and related to the proposed work site. Record Page 2 of 8 AECOM drawings of completed projects and utility information will be compiled as background information. Data has already been collected and reviewed for the other elements of the project. 3. Subsurface Information. Not applicable, as this task was completed under the Agreement. No additional pavement cores or collection of subsurface soils data will take place on Taxiway C South. 4. Field Survey. This task consists of a field survey of Taxiway C South to collect topographic information to locate existing pavement edges, lights, signs, drainage structures, drainage ways, and other horizontal and vertical data to assist in the preparation of the plans. Survey for other areas was completed under the Agreement. Property surveys are not included in this task. 5. Base Mapping and Digital Terrain Model. This task consists of the preparation of a project base map and digital terrain model prepared from the field survey and record documents of completed projects for Taxiway C South. Base mapping and digital terrain model for other areas were completed under the Agreement. 6. Design Aircraft. This task consists of determining the fleet mix and critical design aircraft to be used for the design of Taxiway C South through coordination with the Sponsor and the FAA. In addition to supporting Runway 12/30 operations, Taxiway C South also serves as an exit taxiway from Runway 18/36. The fleet mix (and possibly the critical design aircraft) will be different than the fleet mix for Taxiway C North, which was completed under the Agreement. As part of this task, data will be evaluated to confirm with the airport sponsor the aircraft types and number of operations by occasional aircraft that use or are projected to use the Waterloo Regional Airport. A list of design aircraft and number of operations that form the basis for the pavement design and standard geometrics to reconstruct the taxiway will be presented with the pavement design. The most current version of Draft AC 150/5000 -XX, Critical Aircraft for Regular Use Determination, will be used to define the design aircraft. 7. Pavement Design. This task consists of determining the pavement section for Taxiway C South and preparing final pavement design forms. It is assumed the pavement section for Taxiway C South will consist of a PCC surface course underlain by an aggregate base course (matching the Taxiway C North pavement section) but possibly with different course thicknesses. The pavement section for Taxiway C North was determined under the Agreement. This task does not include altemative pavement designs or life cycle cost analysis. 8. Preparation of Bid Documents. This task consists of the preparation of the final design plans for this project. Plans will be prepared in compliance with current FAA requirements in effect at the time the plans are prepared. This task includes the preparation of the following sheets: Bid Package 1 - Taxiway C Reconstruction and Pavement Markings 1) Title Sheet, Seal 2) Schedule of Drawings and Quantities 3) General Notes and Legend 4) Construction Safety and Operations 5) Taxiway Phasing Plan (Phase 1 - Runway 18/36 Closure) 6) Taxiway Phasing Plan (Phase 2 - Runway 12/30 Closure) 7) Taxiway Phasing Plan (Phase 3 - All Work Out of Runway Safety Areas) 8) Phasing Details Page 3 of 8 AKOM 9) Typical Sections (Existing and Proposed) 10) Typical Sections (Existing and Proposed) 11) Typical Sections (Existing and Proposed) 12) Taxiway Existing Conditions, Boring Locations and Demo Plan 13) Taxiway Existing Conditions, Boring Locations and Demo Plan 14) Taxiway Existing Conditions, Boring Locations and Demo Plan 15) Geometric Layout 16) Geometric Layout 17) Pollution Prevention Plan 18) Erosion Control Plan 19) Erosion Control Plan 20) Erosion Control Plan 21) Erosion Control Details 22) Taxiway Plan and Profile 23) Taxiway Plan and Profile 24) Taxiway Plan and Profile 25) Taxiway Grading and Drainage Plans 26) Taxiway Grading and Drainage Plans 27) Taxiway Grading and Drainage Plans 28) Taxiway Subdrain Plan 29) Taxiway Subdrain Plan 30) Taxiway Subdrain Plan 31) Storm Sewer Details 32) Subdrain Details 33) Pavement Jointing Plan 34) Pavement Jointing Plan 35) Pavement Jointing Plan 36) Pavement Jointing Plan 37) Pavement Jointing Plan 38) Pavement Jointing Plan 39) Pavement Jointing Details 40) Pavement Jointing Details 41) Supplemental Elevation Plan 42) Supplemental Elevation Plan 43) Supplemental Elevation Plan 44) Supplemental Elevation Plan 45) Supplemental Elevation Plan 46) Supplemental Elevation Plan 47) Taxiway Lighting Plan 48) Taxiway Lighting Plan 49) Taxiway Lighting Plan 50) Taxiway Lighting Plan 51) Miscellaneous Electrical Details 52) Miscellaneous Electrical Details and Light Location Table 53) Electrical Handhole Details 54) Guidance Sign Details and Legends 55) Pavement Marking Plan 56) Pavement Marking Plan 57) Pavement Marking Plan 58) Pavement Marking Plan 59) Pavement Marking Plan 60) Pavement Marking Plan 61) Pavement Marking Plan 62) Pavement Marking Plan 63) Pavement Marking Plan 64) Pavement Marking Plan Page 4 of 8 AECOM 65) Pavement Marking Plan 66) Pavement Marking Plan 67) Pavement Marking Plan 68) Pavement Marking Plan 69) Marking Details 70) Marking Details 71) Taxiway Cross Sections 72) Taxiway Cross Sections 73) Taxiway Cross Sections 74) Taxiway Cross Sections 75) Taxiway Cross Sections 76) Taxiway Cross Sections 77) Taxiway Cross Sections 78) Taxiway Cross Sections 79) Taxiway Cross Sections 80) Taxiway Cross Sections 81) Taxiway Cross Sections 82) Taxiway Cross Sections 83) Taxiway Cross Sections 84) Taxiway Cross Sections 85) Taxiway Cross Sections 86) Taxiway Cross Sections 87) Taxiway Cross Sections Bid Package 2 — Runway 12/30 Pavement Repairs and Remarking 1) Title Sheet, Seal 2) Schedule of Drawings and Quantities 3) General Notes and Legend 4) Construction Safety and Operations 5) Taxiway Phasing Plan (Phase 1 — Runway 18/36 Closure) 6) Taxiway Phasing Plan (Phase 2 — Runway 12/30 Closure) 7) Taxiway Phasing Plan (Phase 3 — All Work Out of Runway Safety Areas) 8) Phasing Details 9) Runway 12/30 Pavement Joint Repair Existing Conditions and Rehabilitation Plan 10) Runway 12/30 Pavement Joint Repair Existing Conditions and Rehabilitation Plan 11) Runway 12/30 Joint and Crack Repair Existing Conditions and Details 12) Runway 12/30 Joint and Crack Repair Existing Conditions and Details 13) Runway 12/30 Joint and Crack Repair Existing Conditions and Details 14) Runway 12/30 Joint and Crack Repair Existing Conditions and Details 9. Project Manuals. This task consists of the preparation of two separate project manuals (one for each Bid Package) using the Project Manual dated May 20, 2016. 10. Construction Safety and Phasing Plans. This task consists of updating the Construction Safety and Phasing Plan (CSPP) prepared previously under the Agreement and conditionally approved by the FAA on June 14, 2016. The updated CSPP shall be in accordance with AIP Sponsor Guide Section 960 and Advisory Circular 150/5370-2F. The updated CSPP will include Taxiway C South and shall be submitted to FM for review and comments as part of the 90% submittal. A final CSPP will be prepared to address comments received and re -submitted for FAA upload to OE/AAA website for review by other FAA divisions and Federal agencies. A copy of the FAA -approved CSPP will be included in both project manuals. Page 5 of 8 AECOM 11. Airspace Submittal. This task consists of preparation and submittal of FAA 7460-1 forms electronically through the FAA's OE/AAA website for temporary construction items, including contractor's staging area, access routes and construction equipment. Air space forms will be submitted during design phase of project once element locations are defined in order for FAA determinations to be received prior to the anticipated construction start. 12. Estimate of Probable Construction Cost. This task consists of the preparation of detailed estimates of construction costs (one for each bid package) based upon the detailed plans and specifications. This statement of probable construction costs prepared by ATS represents ATS's best judgment as a design professional at the time the estimate is drawn. It is recognized, however, that neither ATS nor the Client has any control over the cost of labor, materials or equipment; over the contractors method of determining bid prices; or over competitive bidding or market conditions. Accordingly, ATS cannot and does not guarantee that bids will not vary from any statement of Probable Construction Cost or other cost estimates prepared by ATS. An update to the Capital Improvement Program (CIP) budget for the project will be prepared as part of this task. 13. Engineer's Design Report. This task consists of updating the 90% Engineer's Design Report (Report) prepared previously under the Agreement and dated April 30, 2016. The updated Report shall be in accordance with the AIP Sponsor Guide Section 920 effective at the time of this Amendment. The updated Report will include Taxiway C South and will be submitted to the Client and FAA for review and comments. Responses will be provided to comments. A final version of the Report will be prepared and submitted to the Client and FAA. 14. Update Airfield Guidance Sign Plan. Not applicable, as this task was completed under the Agreement. 15. Update Airport Layout Plan. Not applicable, as this task was completed under the Agreement. 16. Quality Review. This task consists of the quality review of work elements on the project. During the course of this project, quality reviews will be conducted by senior technical personnel that are not directly involved in the project. 17. DBE Program. Not applicable, as this task was completed under the Agreement. 18. Conferences and Meetings. This task consists of conferences and meetings that will be attended by ATS for the purpose of coordination with the Client, information exchange and general understanding of the status and direction of the project. It is anticipated that an on-site field meeting will be held during design, and a meeting will be held with the Client around the time of the 90% submittal. 19. Bid Assistance. This task consists of assisting the Client in advertising. for and receiving bids, attending the bid opening, analyzing the bids received, and preparing a recommendation to the Client and FAA for award of contract. The following documents will be provided as part of this task: 1) Letter of Recommendation 2) Tabulation of Bids Page 6 of 8 AECOM 20. Pre -Bid Conference. This task consists of attending and conducting a Pre -Bid Conference at the project site for prospective bidders. ATS will prepare and distribute an agenda and the minutes of this conference. 21. Bid Document Interpretation. This task consists of answering bid document interpretation questions from bidders, and preparing and issuing any required addenda. 22. Grant Application. This task consists of assisting the Client in preparation of grant application. 23. Design Administration. This task consists of office administration and coordination of the project. Interoffice meetings, general day-to-day administrative responsibilities, and typing of interoffice memoranda and minutes of meetings are included in this task. This task includes preparation and submittal of the following: 1) 30% Submittal a. FAA. One hard copy and one electronic copy of the updated 90% Engineer's Design Report and 30% Geometric Sheets for Taxiway C south of Runway 12/30. b. Client. Two hard copies of the updated 90% Engineer's Design Report and 30% Geometric Sheets for Taxiway C south of Runway 12/30. c. ATS. Two hard copies of the updated 90% Engineer's Design Report and 30% Geometric Sheets for Taxiway C south of Runway 12/30. 2) 90% Submittal — Bid Packages 1 and 2 a. FAA. One hard copy of half-size set of plans, one hard copy of the project manual, one hard copy of the updated CSPP, and one hard copy of the revised 90% Engineer's Design Report containing written responses to the 30% comments. In addition to the hard copies, FAA will be provided with electronic copies as three separate Acrobat PDF files. b. Client. Two sets of half-size plans, two copies of the project manual, two hard copies of the updated CSPP and two copies of the revised 90% Engineer's Design Report. c. ATS. Two sets of half-size plans, two copies of the project manual, two hard copies of the updated CSPP and two copies of the revised 90% Engineer's Design Report. 3) Final Submittal — Bid Packages 1 and 2 a. FAA. One electronic copy of written responses to 90% comments, and an electronic copy of the plans, project manuals, project construction cost estimates, project budgets and final Engineer's Design Report. b. Client. Two copies of written responses to 90% comments and two hard copies of the plans, project manuals, project construction cost estimates, project budgets and final Engineer's Design Report. c. ATS. Two copies of written responses to 90% comments and two hard copies of the plans, project manuals, project construction cost estimates, project budgets and final Engineer's Design Report. Page 7 of 8 AECOM 4) Issued for Bid Submittal — Bid Packages 1 and 2 a. FAA. Electronic copies of the plans and project manual as Acrobat PDF files. b. Client. Two copies of the plans and project manual. c. ATS. Twenty copies of the plans, project manual and proposal forms to be provided to plan rooms and potential contractors and suppliers. O:\Administration\AGREE\PROF\ALO Recon Taxi C North of Runway 12 30 Amendment 1.docx Page 8 of 8 Amendment No. 1 - Reconstruct Taxiway C South of Runway 12/30 Waterloo Regional Airport Waterloo, Iowa FAA AIP 3-19-0094-045 Engineering Services Consultant Cost Summary I. Direct Labor Cost Category Hours Rate/Hour Amount Senior Professional 94 $80.00 $7,520.00 Project Professional 0 $57.00 $0.00 Staff Professional 148 $44.50 $6,586.00 Professional 132 $36.45 $4,811.40 CADD Operator II 166 $33.80 $5,610.80 CADD Operator I 85 $24.45 $2,078.25 Senior Technician 32 $34.60 $1,107.20 Technician 32 $25.60 $819.20 Project Support 64 $29.90 $1,913.60 753 II. Payroll Burden and Overhead Costs III. Direct Project Expenses 139.14% Exhibit B $30,446.45 $42,363.19 Category Units Rate/Unit Amount Mileage 2000 0.540 1,080.00 Per Diem 0 50.00 0.00 Lodging 0 90.00 0.00 B/W Copies 20,000 0.06 1,200.00 Color Copies 500 0.22 110.00 Plan Copier 100 0.50 50.00 EDM Equipment 30 12.50 375.00 GPS Equipment 30 25.00 750.00 Miscellaneous, Other 500.00 $4,065.00 IV. AECOM Estimated Actual Costs $76,874.64 Rounded $76,900.00 V. Subcontract Expense $0.00 VI. Estimated Actual Costs $76,900.00 VII. Fixed Fee (15% of Items I & II) Rounded $10,900.00 VIII. Maximum Amount Payable (Lump Sum) $87,800.00 Exhibit B Amendment No. 1 - Reconstruct Taxiway C South of Runway 12/30 Waterloo Regional Airport Waterloo, Iowa FAA AIP 3-19-0094-045 Engineering Services Staff Hour Estimate Item No. Description Senior Prof Project Prof Staff Prof Prof CADD Operator II CADD Operator I Senior Technician Technician Project Sup ort Totals DESIGN PHASE 1 Pre -Design Conference 4 4 2 Data Collection and Review 4 8 8 20 3 Subsurface Information 0 0 4 Field Survey 8 32 32 72 5 Base Mapping & Digital Terrain Model 4 8 8 8 28 6 Design Aircraft 4 8 12 7 Pavement Design 4 16 20 8 Preparation of Bid Documents Bid Package No. 1 - Taxiway C Reconstruction and Pavement Markings 1) Title Sheet, Seal 1 1 2) Schedule of Drawings and Quantities 4 4 8 3) General Notes and Legend 4 4 8 4) Construction Safety and Operations 4 4 8 5) Taxiway Phasing Plan (Phase 1 - Runway 18/36 Closure) 1 1 6) Taxiway Phasing Plan (Phase 2 - Runway 12/30 Closure) 4 4 8 7) Taxiway Phasing Plan (Phase 3 - All work out of Runway Safety Areas) 1 1 8) Phasing Details 1 1 9) Typical Sections (Existing and Proposed) 1 1 10) Typical Sections (Existing and Proposed) 1 1 11) Typical Sections (Existing and Proposed) 4 4 8 12) Taxiway Existing Conditions, Boring Locations and Demo Plan 1 1 13) Taxiway Existing Conditions, Boring Locations and Demo Plan 1 1 14) Taxiway Existing Conditions, Boring Locations and Demo Plan 4 4 8 15) Geometric Layout 1 1 16) Geometric Layout 4 4 8 17) Pollution Prevention Plan 4 2 6 18) Erosion Control Plan 1 1 19) Erosion Control Plan 1 1 20) Erosion Control Plan 4 4 8 21) Erosion Control Details 1 1 22) Taxiway Plan and Profile 1 1 23) Taxiway Plan and Profile 1 1 24) Taxiway Plan and Profile 8 8 16 25) Taxiway Grading and Drainage Plans 1 1 26) Taxiway Grading and Drainage Plans 1 1 27) Taxiway Grading and Drainage Plans 8 8 18 28) Taxiway Subdrain Plan 1 1 29) Taxiway Subdrain Plan 1 1 30) Taxiway Subdrain Plan 8 8 16 31) Storm Sewer Details 1 - 1 32) Subdrain Details 1 1 33) Pavement Jointing Plan 1 1 34) Pavement Jointing Plan 1 1 35) Pavement Jointing Plan 1 1 36) Pavement Jointing Plan 1 1 37) Pavement Jointing Plan 1 1 38) Pavement Jointing Plan 8 8 16 39) Pavement Jointing Details 1 1 40) Pavement Jointing Details 4 4 8 41) Supplemental Elevation Plan 1 1 42) Supplemental Elevation Plan 1 1 43) Supplemental Elevation Plan 1 1 44) Supplemental Elevation Plan 1 1 45) Supplemental Elevation Plan 1 1 48) Supplemental Elevation Plan 8 8 16 47) Taxiway Lighting Plan 1 1 48) Taxiway Lighting Plan 1 1 49) Taxiway Lighting Plan 1 1 50) Taxiway Lighting Plan 8 8 16 51) Miscellaneous Elechical Details 1 1 52) Miscellaneous Electrical Details and Light Location Table 4 4 8 53) Electrical Handhole Details 1 1 54) Guidance Sign Details and Legends 4 4 8 55) Pavement Marking Plan 1 1 56) Pavement Marking Plan 1 1 57) Pavement Marking Plan 1 1 58) Pavement Marking Plan 1 1 59) Pavement Marking Plan 1 1 60) Pavement Marking Plan 1 1 61) Pavement Marking Plan 1 1 82) Pavement Marking Plan 1 1 83) Pavement Marking Plan 1 1 64) Pavement Marking Plan 1 1 65) Pavement Marking Plan 1 1 66) Pavement Marking Plan 1 1 67) Pavement Marking Plan 1 1 68) Pavement Marking Plan 1 1 69) Marking Details 1 1 70) Marking Details 1 1 71) Taxiway Cross Sections 1 1 Exhibit B Amendment No. 1 - Reconstruct Taxiway C South of Runway 12130 Waterloo Regional Airport Waterloo, Iowa FAA AIP 3-19-0084-045 Engineering Services Staff Hour Estimate 72) Taxiway Cross Sections 1 1 73) Taxiway Cross Sections 1 1 74) Taxiway Cross Sections 1 1 75) Taxiway Cross Sections 1 1 76) Taxiway Cross Sections 1 1 77) Taxiway Cross Sections1 1 78) Taxiway Cross Sections 1 1 79) Taxiway Cross Sections 1 1 80) Taxiway Cross Sections 1 1 81) Taxiway Cross Sections 1 1 82) Taxiway Cross Sections 1 1 83) Taxiway Cross Sections 1 1 84) Taxiway Cross Sections 1 1 85) Taxiway Cross Sections 4 2 6 88) Taxiway Cross Sections 4 2 6 87) Taxiway Cross Sections 4 2 6 Bid Package No. 2- Runway 12/30 Pavement Repairs and Remarking 1) Title Sheet, Seal 1 1 2) Schedule of Drawings and Quantities 4 4 8 3) General Notes and Legend 4 4 8 4) Construction Safety and Operations 4 4 8 5) Taxiway Phasing Plan (Phase 1 - Runway 18/38 Closure) 1 1 8) Taxiway Phasing Plan (Phase 2 - Runway 12/30 Closure) 4 4 8 7) Taxiway Phasing Plan (Phase 3 - All work out of Runway Safety Areas) 1 1 8) Phasing Details 1 1 9) Runway 12/30 Pavement Joint Repair Existing Conditions and Rehabilitation Plan 1 1 10) Runway 12/30 Pavement Joint Repair Existing Conditions and Rehabilitation Plan 4 4 8 16 11) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details 1 1 12) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details 1 1 13) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details 1 1 14) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details 1 1 9 Project Manuals 8 16 40 64 10 Construction Safety and Phasing Plan 12 12 11 Airspace Submittal 12 12 12 Estimate of Probable Construction Cost - 2 Estimates 2 12 12 26 13 Engineers Design Report 4 8 8 20 14 Update Airfield Guidance Sign Plan 0 15 Update Airport Layout Plan 0 16 Quality Review 12 12 15 DBE Program 0 18 Conferences and Meetings 24 24 19 Bid Assistance 8 8 16 20 Pre -Bid Conference 4 4 21 Bid Document Interpretation 8 8 16 22 Grant Application 4 4 23 Design Administration 24 16 18 58 Total Design Services 94 0 148 132 166 85 32 32 64 753 EXHIBIT "C" FEDERAL CONTRACT PROVISIONS FOR A/E AGREEMENTS ALL REFERENCES MADE HEREIN TO "CONTRACTOR", "BIDDER", AND "OFFEROR" SHALL PERTAIN TO THE ARCHITECT/ENGINEER (A/E). ALL REFERENCES MADE HEREIN TO "SUBCONTRACTOR" SHALL PERTAIN TO ANY AND ALL SUBCONSULTANTS UNDER CONTRACT WITH THE A/E. ALL REFERENCES MADE HEREIN TO "SPONSOR" AND "OWNER" SHALL PERTAIN TO THE STATE, CITY, AIRPORT AUTHORITY OR OTHER PUBLIC ENTITY EXECUTING CONTRACTS WITH THE A/E. ACCESS TO RECORDS AND REPORTS Reference: 2 CFR § 200.326, 2 CFR § 200.333 The contractor must maintain an acceptable cost accounting system. The contractor agrees to provide the Sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The contractor agrees to maintain all books, recordsand reports required under this contract for a period of not Tess than three years after final payment is made and all pending matters are closed. CIVIL RIGHTS—GENERAL Reference: 49 USC § 47123 The contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin,sex, age, or handicap be excluded from participating in any activity conducted with or benefitingfrom Federal assistance. This provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of1964. This provision also obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport through the Airport Improvement Program, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein; structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision ofsimilar services or benefits; or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. Page 1 of 12 Updated Jan 19, 2016 CIVIL RIGHTS —TITLE VI ASSURANCES 1) Title VI Solicitation Notice Reference: Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally -Assisted Programs at the Federal Aviation Administration The (Name of Sponsor), in accordance with the provisions of Title VI of the Civil Rights Actof 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fairopportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 2) Title VI Clauses for Compliance with Nondiscrimination Requirements Reference: Appendix A of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees asfollows: a) Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they maybe amended from time to time, which are herein incorporated by reference and made a part of this contract. b) Non-discrimination: The contractor, with regard to the work performed by it during thecontract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. c) Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases ofequipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. d) Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined bythe sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is inthe exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will setforth what efforts it has made to obtain the information. e) Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: i. Withholding payments to the contractor under the contract until the contractorcomplies; and/or ii. Cancelling, terminating, or suspending a contract, in whole or in part. Page 2 of 12 Updated Jan 19, 2016 f) Incorporation of Provisions: The contractor will include the provisions of paragraphs a)through f) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractorwill take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 3) Title VI List of Pertinent Nondiscrimination Authorities Reference: Appendix E of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally -Assisted Programs at the Federal Aviation Administration During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. • § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and 111 of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; Page 3 of 12 Updated Jan 19, 2016 • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). DISADVANTAGED BUSINESS ENTERPRISE Reference: 49 CFR part 26 Contract Assurance (§ 26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carryout applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract,which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) calendar days fromthe receipt of each payment the prime contractor receives from the Sponsor. The prime contractoragrees further to return retainage payments to each subcontractor within thirty (30) calendar days afterthe subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Sponsor. This clause applies to both DBE and non -DBE subcontractors. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) Reference: 29 USC § 201, et seq. All contracts and subcontracts that result from this solicitation incorporate the following provisionsby reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor —Wage and Hour Division. Page 4 of 12 Updated Jan 19, 2016 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES Reference: 49 CFR part 20, Appendix A The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his orher knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidderor offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Memberof Congress in connection with the awarding of any Federal contract, the making of any Federalgrant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any personfor influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall completeand submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed whenthis transaction was made or entered into. Submission of this certification is a prerequisite for makingor entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 Reference: 20 CFR part 1910 All contracts and subcontracts that result from this solicitation incorporate the following provisionsby reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor— Occupational Safety and Health Administration. RIGHT TO INVENTIONS Reference: 2 CFR § 200 Appendix II(F) All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Page 5 of 12 Updated Jan 19, 2016 TRADE RESTRICTION CLAUSE Reference: 49 CFR part 30 The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b) has not knowingly entered into any contract or subcontract for this project with a person that isa citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c) has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certifyto the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification isa material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation ofthe contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subjectto prosecution under Title 18, United States Code, Section 1001. Page 6 of 12 Updated Jan 19, 2016 TEXTING WHEN DRIVING (References: Executive Order 13513, and DOT Order3902.10) In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decreasecrashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. The contractor must promote policies and initiatives for employees and other work personnelthat decrease crashes by distracted drivers, including policies to ban text messaging while driving. The contractor must include these policies in each third party subcontract involved on this project. VETERAN'S PREFERENCE Reference: 49 USC § 47112(c) In the employment of labor (except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States Code, Section 47112. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. Page 7 of 12 Updated Jan 19, 2016 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000 TERMINATION OF CONTRACT Reference: 2 CFR § 200 Appendix II(B) a) The Sponsor may, by written notice, terminate this contract in whole or in part at any time,either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services must be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed orin progress, delivered to the Sponsor. b) If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price will be made, but no amount will be allowed for anticipated profit on unperformed services. c) If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may takeover the work and prosecute the same to completion by contract or otherwise. In such case, the contractor is liable to the Sponsor for any additional cost occasioned to the Sponsorthereby. d) If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination will be deemed to have been effected forthe convenience of the Sponsor. In such event, adjustment in the contract price will be madeas provided in paragraph 2 of this clause. e) The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. Page 8 of 12 Updated Jan 19, 2016 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000 DEBARMENT AND SUSPENSION (NON -PROCUREMENT) References: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility CERTIFICATE REGARDING DEBARMENT AND SUSPENSION (BIDDER OR OFFEROR) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: https://www.sam.gov. 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy, including suspension and debarment. Page 9 of 12 Updated Jan 19, 2016 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING 5100,000 BREACH OF CONTRACT TERMS Reference 2 CFR § 200 Appendix II(A) Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessaryto enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. CLEAN AIR AND WATER POLLUTION CONTROL References: 49 CFR § 18.36(i)(12) and 2 CFR § 200 Appendix II(G) Contractors and subcontractors agree: 1. That any facility to be used in the performance of the contract or subcontract or to benefit fromthe contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; 2. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; 3. That, as a condition for the award of this contract, the contractor or subcontractor will notifythe awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed onthe EPA List of Violating Facilities; 4. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS Reference: 2 CFR § 200 Appendix II (E) 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer ormechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation ata rate not Tess than one and one-half times the basic rate of pay for all hours worked in excess offorty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract forthe District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated Page 10 of 12 Updated Jan 19, 2016 damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess ofthe standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs) through 4 and also a clause requiring the subcontractor to include these clauses in any lowertier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor orlower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of thissection. Page 11 of 12 Updated Jan 19, 2016 THIS PAGE INTENTIONALLY LEFT BLANK Page 12 of 12 Updated Jan 19, 2016