HomeMy WebLinkAboutAECOM - Professional Services Agreement - FY2020 FAA approved projects - 2/4/2020AECOM
AECOM 319-232-6531 tel
501 Sycamore Street 319-232-0271 fax
Suite 222
Waterloo, Iowa 50703
www.aecom.com
RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36
FAA AIP 3-19-0094-0047-2020
RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL
APRON
FAA AIP 3-19-0094-0046-2020
REMOVE TREES
FAA AIP 3-19-0094-0047-2020
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 project shall be a cost plus fixed fee not to exceed One Hundred Ninety -
Four Thousand One Hundred Dollars ($194,100.00). See attached Exhibit B, Consultant Cost Summary.
General Conditions
Except as specifically amended by this Individual Project Agreement, Services shall be provided in
accordance with the Consultant Services Agreement for the Waterloo Regional Airport, entered between
AECOM Technical Services, Inc. CATS") and the City of Waterloo ("Client") dated
APPROVED: APPROVED:
CITY OF WATERLOO, IOWA AECOM TECHNICAL SERVICES, INC.
By
Date
Quentin M. Hart, Mayor
-z `Lt
By6d 1,
Douglas . S el, P.E.
Associate Vice President
Date January 31, 2020
AECOM
EXHIBIT A
SCOPE OF SERVICES
RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36
FAA AIP 3-19-0094-0047-2020
RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL
APRON
FAA AIP 3-19-0094-0046-2020
REMOVE TREES
FAA AIP 3-19-0094-0047-2020
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
I. Project Description
The project consists of three distinct and separate projects described as the Reconstruct
Taxiway B South of Runway 18/36, Reconstruct West Terminal Apron and Remove Trees,
each of which are further defined below:
The first project is the Reconstruct Taxiway B South of Runway 18/36, which consists of the
following major work items:
• Reconstructing the portion of Taxiway B between Runway 18/36 and Taxiway A,
including a strip across Runway 6/24 at the Taxiway B intersection,
• Reconstructing a 200-foot portion of Taxiway C contiguous with and north of Taxiway
B to the recently reconstructed portion of Taxiway C (AIP Grant 045),
• Replacing Taxiways B and C edge lighting systems, associated airfield guidance
signage and power cables. Replacing the Taxiway B home -run cable to the electrical
vault will be investigated.
• Removing Taxiways A and B shoulder pavements.
The second project is the Reconstruct West Terminal Apron and Clean/Reseal Joints East
Terminal Apron. The Terminal Apron project will incorporate, for re -bidding purposes, the
plans and specifications.
The third project will remove trees that are penetrations to the FAA Part 77 surfaces located
in approach to Runway 18, approach to Runway 12 and midfield and west of the center of
Runway 18/36.
It is anticipated that design and construction of this project will be funded in part with Federal
funds received through the above -listed Federal Aviation Administration (FAA) Airport
Improvement Program (AIP) under Grants.
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 is divided into the following tasks:
AECOM
1. Pre-Desiqn Conference. This task consists of a pre -design conference called by the
Sponsor and held between the Sponsor, 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 meeting. The minutes will document the
requirements set forth in this pre -design conference. The project manager will be in
attendance.
2. Data Collection and Review. This task consists of the collection of existing data
applicable to this project and related to the proposed work site. Record drawings of
completed projects, 2017 Pavement Management Report and utility information will
be compiled as background information for the project.
3. Subsurface Information. This task consists of completing pavement cores and
collection of subsurface soils data on an approximate 350-foot grid along Taxiway B.
Subsurface investigations shall be completed in accordance with AC 150/5340-6F.
Subsurface information will be collected for design and construction of the proposed
improvements.
1) Soil borings and pavement cores will be taken at the locations identified in
the following table. Figure 1 depicts the proposed locations.
Pavement
Cores
Soil
Borings
CBR
Tests
Description of Location(s)
1
Taxiway A at the Taxiway NB Intersection
2
Taxiway B Shoulder
5
5
3
Taxiway B between Taxiway A and the "Y"
Intersection. Space every 350 feet with
the first core/boring 350 feet north of the
Runway 6/24 edge of pavement and the
last core/boring within the Taxiway B/C
Intersection.
1
Runway 6/24 within the width of Taxiway B
1
1
1
Taxiway B between the "Y" Intersection
and Runway 18/36
1
Runway 18/36 near Taxiway B
1
Taxiway C west of the "Y" Intersection
12
6
4
Total
2) Perform Laboratory Testing
• Atterberg Limits (ASTM D4318) - 3 Tests
• Liquid Limits and Plasticity Index - 3 Tests
• Moisture Content - 12 Tests
• Moisture Density Relationship (ASTM D1557 Modified) - 4 Tests
• California Bearing Ratio (ASTM D1883) - 4 Tests
• Hydrometer - Sieve Analysis (ASTM D422) - 3 Tests
AECOM
3) Prepare Geotechnical Report. Submit a draft report for Sponsor and FAA
review. Submit a final report after addressing Sponsor and FAA comments.
4. Field Survey. This task consists of a field survey to collect the following topographic
information to assist in the preparation of the plans for the project:
1) existing survey control network;
2) bearings of Taxiways A, B, and C and Runway 18/36;
3) existing pavement edges, pavement type and pavement joint intersections
for PCC pavement;
4) edge lights, signs, and navigational aids (including VORTAC access
roads);
5) drainage structures and drainageways;
6) pavement markings;
7) location of proposed pavement cores and soil borings and;
8) other horizontal and vertical data within the survey limits.
Cross -sections of Taxiways A, B, and C and Runway 18/36 every 50 feet out to at
least the Object Free Area will be collected. Property surveys are not included in this
task. Figure 1 depicts the field survey limits.
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.
6. Design Aircraft. This task consists of determining the critical design aircraft to be
used for the design of this project through coordination with the Sponsor and the
FAA. 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 FAA AC 150/5000-17 Critical Aircraft and Regular Use
Determination will be used to define the design aircraft.
7. Pavement Design. This task consists of summarizing the pavement evaluation, the
determination of the design aircraft and reconstruction recommendations for the
taxiway pavement design, and preparation of the final pavement design forms for the
project. Alternative pavement designs will be completed for rigid and flexible
pavement sections. Life cycle costing will evaluate each alternative to determine the
most economic pavement section to use for reconstruction of the taxiway pavement.
8. Preparation of Design Plans for Taxiway B. 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 with those sheets to be submitted at
30% noted with an asterisk and all sheets to be submitted at the 90% and final
submittals:
1) Title Sheet*
2) Legend, General Notes, Schedule of Drawings and Quantities, and Seal
3) General Project Layout*
4) Construction Safety and Operations Plan*
5) Taxiway Phasing Plan (Phase 1 - Runway 18/36 Closure)*
6) Taxiway Phasing Plan (Phase 2 - All work out of Runway Safety Areas)*
7) Typical Sections
AECOM
8) Pollution Prevention Plan
9) Sediment and Erosion Control Plan
10) Sediment and Erosion Control Plan
11) Sediment and Erosion Control Plan
12) Sediment and Erosion Control Plan
13) Sediment and Erosion Control Details
14) Existing Conditions, Boring Locations and Demo Plan*
15) Existing Conditions, Boring Locations and Demo Plan*
16) Existing Conditions, Boring Locations and Demo Plan*
17) Existing Conditions, Boring Locations and Demo Plan*
18) Existing Conditions, Boring Locations and Demo Plan*
19) Geometric Layout*
20) Geometric Layout*
21) Taxiway Grading and Drainage Plan
22) Taxiway Grading and Drainage Plan
23) Taxiway Grading and Drainage Plan
24) Taxiway Grading and Drainage Plan
25) Taxiway Grading and Drainage Plan
26) Subdrain Plan and Profiles
27) Subdrain Plan and Profiles
28) Subdrain Plan and Profiles
29) Taxiway Plan and Profile*
30) Taxiway Plan and Profile*
31) Taxiway Plan and Profile*
32) Taxiway Plan and Profile*
33) Taxiway Plan and Profile*
34) Taxiway Jointing Plan
35) Taxiway Jointing Plan
36) Taxiway Jointing Plan
37) Taxiway Jointing Plan
38) Pavement Jointing Details
39) Taxiway Supplemental Elevations
40) Taxiway Supplemental Elevations
41) Taxiway Supplemental Elevations
42) Taxiway Supplemental Elevations
43) Taxiway Supplemental Elevations
44) Taxiway Marking Plan*
45) Taxiway Marking Plan*
46) Taxiway Marking Details
47) Taxiway Lighting and Signage Layout Plan
48) Taxiway Lighting and Signage Layout Plan
49) Taxiway Lighting and Signage Layout Plan
50) Taxiway Lighting and Signage Layout Plan
51) Airfield Electrical Details
52) Airfield Electrical Details
53) Guidance Sign Details
54) Taxiway Cross Sections
55) Taxiway Cross Sections
56) Taxiway Cross Sections
57) Taxiway Cross Sections
58) Taxiway Cross Sections
59) Taxiway Cross Sections
60) Taxiway Cross Sections
61) Taxiway Cross Sections
62) Taxiway Cross Sections
63) Taxiway Cross Sections
AECOM
64) Taxiway Cross Sections
65) Taxiway Cross Sections
66) Taxiway Cross Sections
67) Taxiway Cross Sections
68) Taxiway Cross Sections
69) Taxiway Cross Sections
70) Taxiway Cross Sections
71) Taxiway Cross Sections
72) Taxiway Cross Sections
73) Taxiway Cross Sections
9. Preparation of Design Plans for East and West Terminal Apron. This task consists
of attaching the issued -for -bid plans dated May 8, 2018, of this project to the Taxiway
B plans. The Taxiway B plans will be identified as Base Bid 1 and the East/West
Terminal Apron plans will be identified as Base Bid 2. The following sheets will be
submitted at the 90% and Final submittals:
1) Title Sheet
2) Index of Sheets and Quantities
3) General Notes and Legend
4) Phasing Plan Phases 1 and 2
5) Existing Conditions and Removals
6) Soil Boring Logs
7) Grading and Drainage Plan
8) Storm Sewer Inlet Details
9) Miscellaneous Subdrain Details
10) Alignment Locations
11) Pavement Profiles
12) Typical Sections
13) Jointing Plan
14) Jointing Details
15) Supplemental Elevations
16) Joint Sealing Plan
17) Marking Plan
18) Marking Details
10. Proiect Manual. This task consists of the preparation of the project manual for the
project. The technical specifications and corresponding contract documents will be
in compliance with Advisory Circular (AC) 150/5370-10H. The Taxiway B project will
be identified as Base Bid 1 and the West and East Terminal Apron project as Base
Bid 2.
11. Construction Safety and Phasing Plan. This task consists of the preparation of a
separate Construction Safety and Phasing Plan (CSPP) in accordance with AIP
Sponsor Guide Section 960 and AC 150/5370-2G. The draft CSPP will be submitted
to FAA for review. A final CSPP will be prepared and submitted that will address
comments received. The final CSPP will be submitted as a stand-alone PDF and
included in an appendix of the project manual.
12. Airspace Submittal. This task consists of preparation and submittal of FAA 7460-1
forms electronically through the FAA's OEAAA website for temporary construction
items, including contractor's staging area, access routes, work areas limits and
construction equipment. Air space forms will be submitted during design phase of
project once element locations are defined for FAA determinations to be received
prior to anticipated construction start. Prior to making the 7460-1 submittal, plans
showing the study point shall be provided for FAA review.
AECOM
13. Estimate of Probable Construction Cost. This task consists of the preparation of a
detailed estimate of construction costs based upon the detailed plans and
specifications. The Taxiway B project will be identified as Base Bid 1 and the West
and East Terminal Apron project as Base Bid 2.
This statement of probable construction cost 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 Sponsor 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.
14. Engineer's Design Report. This task consists of the preparation of an Engineer's
Design Report in accordance with the AIP Sponsor Guide Section 920 effective at
the time of the agreement. This report will be submitted to the Sponsor and FAA for
review and comment. Written responses will be provided to Sponsor and FAA
comments.
15. Update Airfield Guidance Sign Plan. Not included.
16. Update Airport Layout Plan. Not included.
17. Update 2017 Pavement Management Plan. Update to reflect new pavements for
Taxiway B South of Runway 18/36, Taxiway B and Runway 6/24 intersection,
Taxiway C and West Terminal Apron pavements. New pavement features and
sample units will be identified and inventory completed in the field. An update to the
MicroPaver Database is also included in this item. Submit a draft PMP for Sponsor
and FAA review followed by a final PMP after addressing comments. The PMP shall
be submitted electronically.
18. 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. QC reviews shall be
conducted on submittals and comments addressed prior to submitting to the Sponsor
and FAA.
19. DBE Program. This task consists of working with the Sponsor to update its 3-year
Disadvantaged Business Enterprise (DBE) program for the FY20-FY22 period in
accordance with U.S. Department of Transportation (DOT), 49 CFR Part 26 and
determine the DBE participation goal for this project.
20. Conferences and Meetings. This task consists of conferences and meetings that will
be attended by ATS for the purpose of coordination with the Sponsor, 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 Sponsor around the time of the 90% submittal. ATS will prepare
agendas and minutes for all formal meetings.
21. Bid Assistance. This task consists of assisting the Sponsor to distribute documents,
issue addendum for bids, conducting the bid opening on -site, providing answers and
interpretation of the bid documents to questions from bidders, analyzing the bids
received, and preparing a recommendation of award to the Sponsor. The following
documents will be provided as part of this task:
AECOM
1) Pre -Bid Conference Agenda and Minutes
2) Addenda
3) Tabulation of Bids
4) Letter of Analysis of Bids and Recommendation of Award
22. Grant Application(s). This task consists of assisting the Sponsor in preparation of
grant application(s).
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. FM. An Adobe Acrobat (PDF) file of the 30% Engineer's Design
Report containing the final Geotechnical Report and a PDF of the
30% Geometric Sheets (at half size).
b. Sponsor. Two hard copies of the 30% Engineer's Design Report
containing the final Geotechnical Report and 30% Geometric Sheets
(at half size) in the appendices.
c. ATS. Two hard copies of the 30% Engineer's Design Report
containing the final Geotechnical Report and 30% Geometric Sheets
(at half size) in the appendices.
2) 90% Submittal
a. FAA. Adobe Acrobat (PDF) files of the 90% Engineer's Design
Report, plans, project manual and Draft CSPP. The Engineer's
Design Report will contain written responses to the 30% comments.
b. Sponsor. Two sets of half-size plans, two copies of the project
manual and two copies of the Engineer's Design Report.
c. ATS. Two sets of half-size plans, two copies of the project manual
and two copies of the Engineer's Design Report.
3) Final Submittal
a FAA. PDF files of the Final Engineer's Design Report, plans, project
manual and Revised CSPP. The Engineer's Design Report will
contain written responses to the 90% comments.
b. Sponsor. Two copies of written responses to 90% comments and
two hard copies of the plans, project manual, project construction
cost estimate, project budget and revised Engineer's Design Report.
c. ATS. Two copies of written responses to 90% comments and two
hard copies of the plans, project manual, project construction cost
estimate, project budget and revised Engineer's Design Report.
4) Issued for Bid Submittal
a. FAA. Electronic copies of the plans and project manual as Acrobat
PDF files.
b. Sponsor. 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\PROFWLO Recon Taxi B Recon W Term Remove Trees.docx
0
ca
0
0
J
= • O
L L
MO
W
(o O
N 0)
C
J 00
- N
L
to
(/) L.L
Exhibit B
Reconstruct Taxiway B South of Runway 18/36
Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron
Remove Trees
Waterloo Regional Airport
Waterloo, Iowa
FAA AIP 3-19-0094-0046-2020 AND FAA AIP 3-19-0094-0047-2020
Engineering Services
Consultant Cost Summary
Direct Labor Cost
Category Hours Rate/Hour Amount
Senior Professional 116 $91.25 $10,585.00
Project Professional 164 $65.90 $10,807.60
Staff Professional 350 $50.70 $17,745.00
Professional 188 $34.00 $6,392.00
CADD Operator II 0 $41.10 $0.00
CADD Operator I 438 $23.95 $10,490.10
Senior Technician 96 $40.00 $3,840.00
Technician 96 $27.70 $2,659.20
Project Support 136 $34.60 $4,705.60 $67,224.50
1584
II. Payroll Burden and Overhead Costs 133.02% $89,422.03
III. Direct Project Expenses
Category Units Rate/Unit Amount
Mileage 2000 0.580 1,160.00
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 18 25.00 450.00
Miscellaneous, Other 500.00
IV. AECOM Estimated Actual Costs
Rounded
V. Subcontract Expense
Braun Intertec
VI. Estimated Actual Costs
VII. Fixed Fee (15% of Items I & II) Rounded
VIII. Maximum Amount Payable
$3,845.00
$160,491.53
$160,500.00
$10,100.00
$170,600.00
$23,500.00
$194,100.00
Reconstruct Taxiway B South of Runway 18/36
Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron
Remove Trees
Waterloo Regional Airport
Waterloo, Iowa
FAA AIP 3-19-0094-0046.2020 AND FAA AIP 3-19-0094-0047-2020
Engineering Services
Staff Hour Estimate
Item
No.
Description
Senior
Prof
Project
Prof
Staff
Prof
Prof
CADD
Operator II
CADD
Operator I
Senior
Technician
Technican
Project
Support
Totals
1
Pre -Design Conference
4
4
2
Data Collection and Review
4
8
8
8
8
36
3
Subsurface Information
4
4
4
Field Survey
40
80
80
200
5
Base Mapping & Digital Terrain Model
4
16
40
60
6
Design Aircraft
4
16
20
7
Pavement Design
8
24
32
8
Preparation of Design Plans for Taxiway B
0
1) Title Sheet
2
2
2) Legend, General Notes, Schedule of Drawings and Quantities, Seal
8
16
24
3) General Project Layout
4
8
12
4) Construction Safety and Operations Plan
8
16
24
5) Taxiway Phasing Plan (Phase 1 - Runway 18/36 Closure)
4
4
8
16
6) Taxiway Phasing Plan (Phase 2 - All work out of Runway Safety Areas)
8
16
24
7) Typical Sections
4
8
12
8) Pollution Prevention Plan
8
8
16
9) Sediment and Erosion Control Plan
8
12
16
36
10) Sediment and Erosion Details
8
8
16
11) Existing Conditions, Boring Locations and Demo Plan
2
8
10
12) Geometric Layout
8
12
20
13) Taxiway Grading and Drainage Plans
12
12
4
28
14) Subdrain Plan and Profiles
12
12
4
28
15) Taxiway Plan and Profile
18
18
8
40
16) Taxiway Jointing Plan
16
16
32
17) Pavement Jointing Details
8
8
16
18) Taxiway Paving Plan with Supplemental Elevations
8
16
24
19) Taxiway Marking Plan
4
8
12
20) Taxiway Marking Details
4
8
12
21) Taxiway Lighting and Signaqe Layout Plan
8
24
32
22) Airfield Electrical Details
16
24
40
23) Guidance Sign Details
4
8
12
24) Taxiway Cross Sections
12
12
16
40
9
Preparation of Design Plans for East and West Terminal Apron
8
24
32
10
Project Manual
24
24
40
88
11
Construction Safety and Phasing Plan
24
24
40
88
12
Airspace Submittal
16
16
32
13
Estimate of Probable Construction Cost -
4
8
0
8
20
14
Engineer's Design Report
4
8
4
4
8
28
15
Update Airfield Guidance Sign Plan (NOT INCLUDED)
-
0
0
0
16
Update Airfield Layout Plan (NOT INCLUDED)
0
0
0
17
Update 2017 Pavement Management Plan
4
24
24
40
18
16
16
140
18
Quality Review
8
8
19
DBE Program
24
18
16
56
20
Conferences and Meetings
40
24
16
80
21
Bid Assistance
12
16
16
8
52
22
Grant Application
4
4
23
Design Administration
24
24
24
72
Total Design Services
116
164
350
188
0
438
96
96
136
1584
FEDERAL CONTRACT PROVISIONS FOR A/E AGREEMENTS
ALL REFERENCES MADE HEREIN TO "CONTRACTOR", "PRIME CONTRACTOR", "BIDDER",
"OFFEROR", AND "APPLICANT" SHALL PERTAIN TO THE ARCHITECT/ENGINEER (A/E).
ALL REFERENCES MADE HEREIN TO "SUBCONTRACTOR", "SUB -TIER CONTRACTOR" OR
"LOWER TIER CONTRACTOR" SHALL PERTAIN TO ANY SUBCONSULTANT 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 § 200.333, 2 CFR § 200.336, and FAA Order 5100.38
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 less 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 disability be excluded from participating in any activity conducted with or benefitingfrom Federal
assistance.
This provision binds the contractor and sub -tier 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 of
1964.
CIVIL RIGHTS — TITLE VI ASSURANCE
Reference: 49 USC § 47123 and FAA Order 1400.11
A) Title VI Solicitation Notice
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 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.
Page 1 of 11 Updated November 12, 2019
B) Title VI Clauses for Compliance with Nondiscrimination Requirements
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees asfollows:
1) Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the
Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they maybe amended from time to
time, which are herein incorporated by reference and made a part of this contract.
2) 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 Nondiscrimination Acts and
Authorities, including employment practices when the contract covers any activity, project, or program
set forth in Appendix B of 49 CFR part 21.
3) 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 of equipment, each potential subcontractor
or supplier will be notified by the contractor of the contractor's obligations under this contract and the
Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin.
4) Information and Reports: The contractor will provide all information and reports required by the
Nondiscrimination Acts and Authorities, 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 by
the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance withsuch
Nondiscrimination Acts and Authorities and instructions. Where any information required of a
contractor is in the 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.
5) 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 notlimited to:
a. Withholding payments to the contractor under the contract until the contractorcomplies; and/or
b. Cancelling, terminating, or suspending a contract, in whole or in part.
6) Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in
every subcontract, including procurements of materials and leases of equipment, unless exempt by the
Nondiscrimination Acts and Authorities, 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.
Page 2 of 11 Updated November 12, 2019
C) Title VI List of Pertinent Nondiscrimination Authorities
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 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;
• 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).
Page 3 of 11 Updated November 12, 2019
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 contractor agrees 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.
ENERGY CONSERVATION REQUIREMENTS
Reference: 2 CFR § 200, Appendix II (H)
Contractor and each subcontractor agree to comply with mandatory standards and policies relating to
energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (42 U.S.C. 6201 et seq).
FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)
Reference: 29 USC § 201, et seq.
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of
29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in
full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and
part time workers.
The Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The
Consultant must address any claims or disputes that pertain to a referenced requirement directly with the
U.S. Department of Labor — Wage and Hour Division.
OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
Reference: 20 CFR part 1910
All contracts and subcontracts that result from this solicitation incorporate by reference the requirements
of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work
environment that is free from recognized hazards that may cause death or serious physical harm to the
employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's
compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR
Part 1910). 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.
Page 4 of 11 Updated November 12, 2019
RIGHT TO INVENTIONS
Reference: 2 CFR § 200 Appendix II (F) and 37 CFR §401
Contracts or agreements that include the performance of experimental, developmental, or research work
must provide for the rights of the Federal Government and the Owner in any resulting invention as
established by 37 CFR part 401, Rights to Inventions Made by Non-profit Organizations and Small Business
Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by
reference the patent and inventions rights as specified within in the 37 CFR §401.14. Contractor must
include this requirement in all sub -tier contracts involving experimental, developmental or research work.
SEISMIC SAFETY
Reference: 49 CFR part 41
In the performance of design services, the Consultant agrees to furnish a building design and associated
construction specification that conform to a building code standard which provides a level of seismic safety
substantially equivalent to standards as established by the National Earthquake Hazards Reduction Program
(NEHRP). Local building codes that model their building code after the current version of the International
Building Code (IBC) meet the NEHRP equivalency level for seismic safety. At the conclusion of the design
services, the Consultant agrees to furnish the Owner a "certification of compliance" that attests
conformance of the building design and the construction specifications with the seismic standards of
NEHRP or an equivalent building code.
TAX DELINQUENCY AND FELONCY CONVICTION
Reference: Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (Pub. L.
113-76) and DOT Order 4200.6
Certification - The applicant represents that it is not a corporation that has any unpaid Federal tax liability
that has been assessed, for which all judicial and administrative remedies have been exhausted or have
lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority
responsible for collecting the tax liability. A tax delinquency is any unpaid Federal tax liability that has been
assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that
is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting
the tax liability.
Certification - The applicant represents that it is not a corporation that was convicted of a criminal violation
under any Federal law within the preceding 24 months. A felony conviction means a conviction within the
preceding twenty four (24) months of a felony criminal violation under any Federal law and includes
conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a
felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559.
Page 5 of 11 Updated November 12, 2019
TRADE RESTRICTION CERTIFICATION
Reference: 49 USC § 50104 and 49 CFR part 30
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant
contract, the Offeror:
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 as published by the Office of the United States Trade
Representative (U.S.T.R.);
b) has not knowingly entered into any contract or subcontract for this project with a person that is a
citizen or national of a foreign country included on the list of countries that discriminate against
U.S. firms as published by the U.S.T.R; and
c) has not entered into any subcontract for any product to be used on the Federal on the project that
is produced in a foreign country included on the list of countries that discriminate against U.S.
firms published by the U.S.T.R.
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 subject to prosecution
under Title 18, United States Code, Section 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor
learns that its certification or that of a subcontractor was erroneous when submitted or has become
erroneous by reason of changed circumstances. The Contractor must require subcontractors provide
immediate written notice to the Contractor if at any time it learns that its certification was erroneous by
reason of changed circumstances.
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 an Offeror or subcontractor:
a) who is owned or controlled by one or more citizens or nationals of a foreign country included on
the list of countries that discriminate against U.S. firms published by the U.S.T.R. or
b) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign
country on such U.S.T.R. list or
c) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list;
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.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in in all lower tier subcontracts. The contractor may rely on
the certification of a prospective subcontractor that it is not a firm from a foreign country included on the
list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has
knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an
award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract
or subcontract for default at no cost to the Owner or the FAA.
Page 6 of 11 Updated November 12, 2019
VETERAN'S PREFERENCE
Reference: 49 USC § 47112(c)
In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor
and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United
States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans,
Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632)
owned and controlled by disabled veterans. This preference only applies when there are covered veterans
readily available and qualified to perform the work to which the employment relates.
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $3,500
DISTRACTED DRIVING
Reference: 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), the 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.
In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its
employees and other work personnel that decrease crashes by distracted drivers, including policies that ban
text messaging while driving motor vehicles while performing work activities associated with the project. The
Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve
driving a motor vehicle in performance of work activities associated with the project.
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000
TERMINATION OF CONTRACT
Reference: 2 CFR § 200 Appendix II (B)
Termination for Convenience
The Owner may, by written notice to the Consultant, terminate this Agreement for its convenience and
without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as
explicitly directed by the Owner, the Contractor must immediately discontinue all services affected.
Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models,
drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and
materials prepared by the Engineer under this contract, whether complete or partially complete.
Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed
up through the date the Consultant receives the termination notice. Compensation will not include
anticipated profit on non -performed services.
Owner further agrees to hold Consultant harmless for errors or omissions in documents that are
incomplete as a result of the termination action under this clause.
Termination by Default
Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are
essential to the completion of the work per the terms and conditions of the Agreement. The party initiating
Page 7 of 11 Updated November 12, 2019
the termination action must allow the breaching party an opportunity to dispute or cure the breach.
The terminating party must provide the breaching party [7] days advance written notice of its intent to
terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions
necessary to cure the breach, and the effective date of the termination action. The rights and remedies in
this clause are in addition to any other rights and remedies provided by law or under this agreement.
a) Termination by Owner: The Owner may terminate this Agreement in whole or in part, for the failure
of the Consultant to:
1) Perform the services within the time specified in this contract or by Owner approved extension;
2) Make adequate progress so as to endanger satisfactory performance of the Project;
3) Fulfill the obligations of the Agreement that are essential to the completion of the Project.
Upon receipt of the notice of termination, the Consultant must immediately discontinue all services
affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must
deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs,
estimates, summaries, and other documents and materials prepared by the Engineer under this contract,
whether complete or partially complete.
Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed
up through the date the Consultant receives the termination notice. Compensation will not include
anticipated profit on non -performed services.
Owner further agrees to hold Consultant harmless for errors or omissions in documents that are
incomplete as a result of the termination action under this clause.
If, after finalization of the termination action, the Owner determines the Consultant was not in default of
the Agreement, the rights and obligations of the parties shall be the same as if the Owner issued the
termination for the convenience of the Owner.
b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the
Owner:
1) Defaults on its obligations under this Agreement;
2) Fails to make payment to the Consultant in accordance with the terms of this Agreement;
3) Suspends the Project for more than [180] days due to reasons beyond the control of the
Consultant.
Upon receipt of a notice of termination from the Consultant, Owner agrees to cooperate with Consultant
for the purpose of terminating the agreement or portion thereof, by mutual consent. If Owner and
Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without
prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement
based upon the Owner's breach of the contract.
In the event of termination due to Owner breach, the Engineer is entitled to invoice Owner and to receive
full payment for all services performed or furnished in accordance with this Agreement and all justified
reimbursable expenses incurred by the Consultant through the effective date of termination action. Owner
agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of
the termination action under this clause.
Page 8 of 11 Updated November 12, 2019
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000
DEBARMENT AND SUSPENSION
Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, and DOT Order 4200.5
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.
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.
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000
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 forthe District of
Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated
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
Page 9 of 11 Updated November 12, 2019
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 1
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 or lower tier
subcontractor with the clauses set forth in paragraphs 1 through 4 of thissection.
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
Reference: 31 U.S.C. § 1352 — Byrd Anti -Lobbying Amendment; 2 CFR part 200, Appendix II (1); and 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 Bidder or
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 Member of Congress
in connection with the awarding of any Federal contract, the making of any Federal grant, 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 person for
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 complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
3) The undersigned shall require that the language of this certification be included in the award
documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under
grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose
accordingly.
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.
P
Page 10 of 11 Updated November 12, 2019
ROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000
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
Reference: 2 CFR § 200 Appendix II (G)
Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the
Clean Air Act (42 U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §
1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The
Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal
Aviation Administration.
Contractor must include this requirement in all subcontracts that exceeds $150,000.
Page 11 of 11 Updated November 12, 2019