HomeMy WebLinkAboutAECOM Technical Services-12/21/2015A XOM
Please return this copy to:
City Clerk ® Finance Dept.
715 Mulberry St.
Waterloo, IA 50703
RECONSTRUCT TAXIWAY C
NORTH OF RUNWAY 12/30
FAA AIP 3-19-0094-045
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
AECOM
501 Sycamore Street
Suite 222
Waterloo, Iowa 50703
www.aecom.wnn
319-232-6531 tel
319-232-0271 fax
Project Description: See attachment and incorporated herein.
Scope of Services: See attachment and incorporated herein.
Compensation
Compensation for Services for this project shall be a lump sum fee of One Hundred Thirty
Thousand Five Hundred Dollars ($130,500.00). See attachment and incorporated herein.
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. (ATS) and the City of Waterloo (Client) dated April 15,
2014. The conditions in the attached Exhibit B, Federal Contract Provisions Attachment, are
included in this agreement and shall replace Exhibit B of the Consultant Services Agreement dated
April 15, 2014.
APPROVED:
CITY OF W TERLOO, IOWA i /o
By
IL Ernest G. Clark, Mayor
�2-0\/I�-
APPROVED:
AECOM TECHNICAL SERVICES, INC.
By
ouglas Schindel, P.E.
Associate Vice President
Date
XCOM
SCOPE OF SERVICES
RECONSTRUCT TAXIWAY C
NORTH OF RUNWAY 12/30
FAA AIP 3-19-0094-045
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
1. Project Description
The project is described as the reconstruction of Taxiway C beginning at Runway 12/30 and
extending northwards to and ending at the Runway 18 end of Runway 18/36 and the
complete removal of Taxiway C-1 (removal ot pavement, lighting and airtield guidance
signage) and regrading/reseedirig of the area. The project also includes repairing of a
failed pavement joint on Runway 12/30 north of Taxiway B1, joint and crack sealing west ot
the Runway 18/36 hold position and pavement marking not completed as part of the 2015
FAA AIP Program. Depictions of these work areas are provided on the attached CIP Data
Sheets as Attachment A to this task order. It is anticipated that design and construction of
this project will be funded in part with tederal tunds received through a Federal Aviation
Administration (FAA) Airport lmprovement Program (AIP) grant.
11. Scope of Services
The work to be performed by ATS shall encompass and include detailecl work, services,
materials, equipment and supplies necessary to provide preliminary design, develop final
pians, develop specifications, provide construction cost estimates and provide bidding
services. Work shall be divided into the foliowing tasks:
1. Pre-Desiqn Conterence. This task consists ot a pre -design conterence called by
the Client and held between the Client, ATS and the FAA. The pre -design
conterence will be conducted by conterence caIl. The purpose ot this conference is
to discuss various items relating to design parameters, airport safety, routing of
aircraft and equipment, sequencing of construotion operations, environmental
considerations and civil rights requirements. ATS will prepare and distribute an
agenda and the minutes ot this meeting. The minutes will document the
requirements set torth in this pre -design conference. lt is anticipated that the
project manager will be in attendance.
2. Data Collection and Review. This task consists ot the collection ot existing data
applicable to this project and related to the proposed work site. Record drawings of
completed projects and utility information will be compiled as background
intormation for the project.
3. Subsurface lntormation. This task consists ot completing pavement cores and
collection ot subsurface soils data on an approximate 200 foot grid along Taxiway
C and Taxiway C-1. Subsurface investigations shall be completed in accordance
with FAA Advisory Circular AC 150/5320-6E. Subsurface intormation will be
oollected tor design and construction ot the proposed improvements.
4. Field Survev. This task consists of a tield survey to collect topographic information
to locate existing pavement edges, Iights, signs, drainage structures, drainage
ways, pavement oracks and other horizontal and vertical data to assist in the
preparation ot the plans tor the project. Property surveys are not included in this
task.
AXOM
5. Base MapinQ and Diqital 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. Desiqn Aircraft. This task consists of determining the critical design aircraft to be
used for the design of this project through coordination with the Client and the FAA.
As part of this task, data will be evaluated to confirm with the Client, 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 niost
current version of Draft AC 1 5015000 -XX, Critical Aircraft for Regular Use
Determination will be used to define the design aircraft.
7. Pavement Desiqn. 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 pavernent 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. Preoaration of Desicin Plans. 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:
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 - Runway 12/30 Closure)
7) Taxiway Phasing Plan (Phase 3 - All work out Runway Safety Areas)
8) Phasing Detalis
9) Typical Sections (Existing and Proposed)
10) Taxiway Existing Conditions, Boring Locations and Demo Plan, lncluding
Safety Areas
11) Taxiway Existing Conditions, Boring Locations and Demo Plan, lncluding
Safety Areas
12) Taxiway Existing Conditions, Boring Locations and Demo Plan, lncluding
Safety Areas
13) Taxiway Existing Conditions, Boring Locations and Demo Plan, lncluding
Safety Areas
14) Taxiway Existing Conditions, Boring Locations and Demo Plan, lncluding
Safety Areas
15) Geometric Layout
16) Geometric Layout
17) Taxiway Grading and Drainage Plan
18) TaxiwayGrading and Drainage Plan
19) Taxiway Grading and Drainage Plan
20) Taxiway Grading and Drainage Plan
21) TaxiwayGrading and Drainage Plan
22) Taxiway Plan and Profile
23) Taxiway Plan and Profile
XCOM
24) Taxiway Plan and Profile
25) Taxiway Plan and Profile
26) Taxiway Plan and Profile
27) Taxiway Paving PIan with Supplemental Elevations
28) Taxiway Paving PIan with Supplemental Elevations
29) Taxiway Paving PIan with Supplemental Elevations
30) Taxiway Paving PIan with Supplemental Elevations
31) Taxiway Paving PIan with Supplemental Elevations
32) Paving Details
33) Taxiway Marking PIan
34) Taxiway Marking PIan
35) Taxiway Marking Details
36) Taxiway Lighting and Signage Layout PIan
37) Taxiway Lighting and Signage Layout PIan
38) Taxiway Lighting and Signage Layout Plan
39) Taxiway Lighting and Signage Layout Plan
40) Airfield Electrical Details
41) Airfield Electrical Details
42) Guidance Sign Details
43) Taxiway Cross Sections
44) Taxiway Cross Sections
45) Taxiway Cross Sections
46) Taxiway Cross Sections
47) Taxiway Cross Sections
48) Taxiway Cross Sections
49) Taxiway Cross Sections
50) Taxiway Cross Sections
51) Runway 12/30 Existing Conditions and Rehabilitation PIan
52) Runway 12/30 Pavement Marking PIan and Details
9. Project 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 current FM requirements in effect at the time the specifications
are prepared. Project manual will incorporate the most recent FAA Central
Modifications to the standard technical specifications.
10. Construction Safety and Phasinci PIan. This task consists of the preparation of a
separate Construction Safety and Phasing Plan (CSPP) in accordance with AIP
Sponsor Guide Section 960 and Advisory Circular 1 50/5370-2F. 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 included in the project
manual.
11. Airspace Submittal. This task consists of preparation and submittal of FAA 7460-1
forms electronically through the FAAs OEAAA 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 anticipated construction start.
12. 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. 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 Client has any control
over the cost of labor, materials or equipment; over the contractor's method of
AXOM
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 lmprovement Prograrn (CIP) budget for the project will be
prepared as part of tbis task.
13. Enqineer's Desicin 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 Client and FAA for
review and comment. Responses will be provided to comments.
14. Update Airfield Guidance Siqn Plan. This task consists of updating the FAR Part
139 Airfield Guidance Sign PIan to reflect the elimination of Taxiway C-1 and the
new configuration of Taxiway C, including revisions to and elimination of airfield
guidance signage within the project area.
15. Update Airport Lavout Plan. This task consists of updating the Airport Layout PIan
Sheet, Sheet No. 2 from the Airport Layout Plan drawing set to reflect the
elimination of Taxiway C-1 anci the new configuration of Taxiway C. This task does
not include updating any other sheets in the Airport Layout Plan drawing set.
16. Qualitv 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 Proqram. This task consists of working with the Client to prepare a
Disadvantaged Business Enterprise (DBE) program in accordance with U.S.
Department of Transportation (DOT), 49 CFR Part 26, and determine DBE goals
for use on this project.
18. Conferences and Meetinqs. 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, 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
3) Copies of the Proposals Received
4) DBE Participation - Letters of lntent
5) DBE Certification Forms
6) Buy American Certification
20. Pre -Bid Conference. This task consists of attending and conducting a Pre -Bid
Conference at the project site for prospective bidders. This task includes the
preparation of an agenda, preparation and distribution of minutes of the meeting.
21. Bid Document lnterpretation. This task consists of answering bid document
interpretation questions from bidders, preparing and issuing any required addenda.
JCCOM
22. Grant Application. This task consists of assisting the Client in preparation of grant
application.
23. Desiqn Administration. This task consists of office adrninistration 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 foliowing:
1) 30% Submittal
a. FM. One hard copy and one electronic copy of the 30%
Engineer's Design Report containing the final Geotechnical Report
and 30% Geometric Sheets (at half size) in the appendices.
b. Client. 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% Engineers Design Report
containing the final Geotechnical Report and 30% Geometric
Sheets (at half size) in the appendices.
2) 90% Submittal
a. FM. One hard copy of half-size set of plans, one hard copy of the
project manual and one hard copy of the Engineer's Design Report
containing written responses to the 30% comnients. In addition to
the hard copies, FAA will be provided with electronic copies as
three separate Acrobat PDF files.
b. Client. Twa 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. One copy of written responses to 90% comments, and an
electronic copy of the plans, project manual, project construction
cost estimate, project budget and revised Engineer's Design
Report.
b. Client. 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. Twa copies of written responses to 90% comnients and two
hard copies of the plans, praject manual, project construction cost
estimate, project budget and revised Engineer's Design Report.
4) lssued for Bid Submittal
a. FM. 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:'dministraUonGREEPR0FLO Reconslrtict Texi Cdoc
Reconstruction of Taxiway C and Runway 12/30 Joint Repair
Waterloo Regional Airport
Waterloo, Iowa
FAA AIP 3-19-0094-045
Engineering Services
Consultant Cost Summary
Direct Labor Cost
Cateeory Nours RatefHour Arnount
Senior Professional 80 $77.30 $6,184.0O
Project Professional 120 $54.65 $6,558.00
StaffProfessional 154 $43.35 $6,675.90
Professional 132 $34.40 $4,540.80
CADD Operator 11 266 $33.10 $8,804.60
CADD Operator 1 56 $23.40 $1,310.40
Senior Technician 96 $33.80 $3,244.80
Technician 96 $24.85 $2,385.60
Project Support 48 $29.1 5 $1 399.20
1048
$41 ,1 03.30
11. Payroll Burden and Overhead Costs 149.10% $61,285.02
111. Direct Project Expenses
Cateqorv Units Rate/Unit Amount
Mileage 2000 0.575 1,150.00
Per Diem 0 45.00 0.00
Lodging 0 90.00 0.00
B/W Copies 20,000 0.06 1,200.00
ColorCopies 500 0.22 110.00
PIan Copier 100 0.50 50.00
EDM Equipment 30 12.50 375.00
GPS Equipment 18 25.00 450.00
Miscellaneous, Other 500.00 $3,835.00
IV. AECOM Estimated Actual Costs $106,223.32
Rounded $106,200.00
V. Subcontract Expense
Braun Intertec - Testing Services $8,900.00
VI. Estimated Actual Costs $115,100.00
Vil. Fixed Fee (15% of Items 1 & 11) $15,400.00
Vill. Maximum Amount Payable (Lump Sum) $130,500.00
Reconstruction of Taxiway C and Runway 12/30 Joirit Repair
t
0
a
.2 6
03
FAA AIP 319-0094-045
Engineering Services
Staif Hour Estimate
3
C'J
4
232
OCN
0
8
2
24
12
24
16
24
12
10
CMCO
20
24
CC'JN.4.4(N
C4C
24
52
.400.4.4O0C1CJ
C4.4C'I
8
24
cJ
0O0
c.J
00
.4
0
Technician
00
0)
0
0)
Senior
Technician
(0
0)
0
0)
0
.4
('J
�
co
00
00
CADD
Dperator 11
00
24
c4�0002�00.4co
16
8
8
16
16
6
000
2
0-
*
0
.4
.4
0.4.4.4
00
00
C)
32
(0
.4
00
.400
0
.4
.4
00
—
t
*2
0-
.4
.40
0.40
0
.4
000
0
00
0
C'J
2
o
(0
.4
.0
0
(0
c
0
(0
0)
0
Pre -Design Conference
Data Collection and Review
Subsurface lnformation
Field Survey
Base Mapping & Digital Terrain Model
Design Aircraft
Pavement Design
Preparation of Design Plans
1) Title Sheet
2) Legend, General Notes, Schedule of Drawings and Quantities, Seal
3) General Project Layout
4) Construction Safety and Operations
5) Taxiway Phasing Plans
6) Phasing Detalis
7) Typical Seotions
8) Taxiway Existing Condidons, Boring Locations and Demo PIan
9) Geometric Layout
10) Taxiway Grading and Drainage Plans
11) Taxiway PIan and Profile
12) Taxiway Paving PIan with Supplemental Elevations
13) Paving Detalls
14) TaxiwayMarking PIan
15) Taxiway Marking Details
16) Taxiway Lighting and Signage Layout PIan
:17) Airfield Electrical Detalls
18) Guidance Sign Detalis
19) Taxiway Cross Sections
20) Runway 12/3oExistingconditions and Rehabilitation PIan
21) Runway 12/30 Pavement Marking PIan and Detalis
Project Manual
Construotion Satety and Phasing PIan
Airspace Submittal
[Estirnate of Probable Construction Cost
LEngineer'sDesiqn Rport
Update Airfield Guidance Sign Plan
Update Airfield Layout Plan
[Quality Review
LD8Efrpgrrn
[Conferences and Meetings
Bid Assistanoe
Pre -Sid Conference
Bid Dooument Interpretation
Grant Application
Design Administration
Total Design Services
0
0000-000o0'I(0
SKETCH
Exhibit A
ACIP DATA SHEET CIP Data Sheets
Waterloo Regional Airport • ALO
Rehabilitate Taxiway 'C'
2016
JUSTIFICATION:
This taxiway includes a portion from the original airport constructed in 1943 and an extension constructed in 1989. The
original portion of this taxiway was re -surfaced in 1977 with a minimum of 4 -inches of asphalt. The extension is the original
pavement. Other than maintenance there have been no other improvements to the taxiway. The thermal cracking has
widened over the years and the entire surface is in need of rehabilitation.
COST ESTIMATE: (Attach detailed cost estimate)
Federal $ 1,043,100 State $ Local $ 115,900 Total $1,159,000
90% 10%
SPONSOR'S VERIFICATION: Date (see instruction sheet)
For each and every project 2000 - Date of approved ALP with project shown
as applicable - Date of environmental determination (ROD, FONSI, CE), or
cite CE paragraph # (307-312) in Order 1050.1 E
- Date of land acquisition or signed purchase agreement
FAA USE ONLY - Date of pavement maintenance program
. - Attached - Snow removal equipment inventory & sizing worksheet (for SIRE acquisition)
- Apron sizing worksheet (for apron projects)
---- Revenue producing facilities (for fuel farms, hangers, etc.)
- Date statement submitted for completed airside development
- Date statement submitted for runway approaches are clear of obstructions
SPONSOR'S SIGNATURE: DATE: February 13. 2015
PRINTED NAME: Keith Kaspari, MPA, CM TITLE: Director of Aviation
PHONE NUMBER: (319) 291-4483
FAA USE ONLY
ENGINEER'S ESTIMATE OF PROBABLE CONSTRUCTION COST
WATERLOO REGIONAL AIRPORT
TAXIWAY C REHABILITATION
Exhibit A
CIP Data Sheets
2/7/2014
ITEM
NO.
DESCRIPTION
ESTIMATEO
QUANTITY
IJNIT
UNIT
PRICE
EXTENDED
TOTAL
1
MOBILZATIONANDDEMOBLIZATION
1
LS
$ 141900.00
$ 141900.00
2
PAVEMENT MILLING (6" NOMINAL)
10,000
SYD
$ 7.00
$ 70,000.00
3
PAVEMENT MILUNG (4" NOMINAL)
7,900
SYD
$ 6.00
$ 47,400.00
4
PAVEMENT REPAIR
890
SYD
$ 55.00
$ 48,950.00
5
6' SURFACE COURSE
3,550
TON
$ 90.00
$ 319,500.00
6
4' SURFACE COURSE
1,625
TON
$ 90.00
$ 146,250.00
7
PAINTED HOLD POSITION SIGN
1,200
SF
$ 25.00
$ 30,000.00
8
PAVEMENTMARKINGANDRESTORATION
1
LS
$ 15,000.00
$ 15,000.00
9
TAXWAY LIGHTING
90
EACH
$ 1,200.00
$ 108,000.00
SUBTOTAL
$ 927,000.00
LEGAL, ADMINISTRATION AND ENGINEERING
$ 232,000.00
TOTAL ESTIMATED PROJECT COST
$ 1,159,000.00
ACIP DATA SHEET
Waterloo Regional Airport
Runway 12/30 Pavement Joint Repair
ALO
Exhibit A
CIP Data Sheets
4
2016
JUSTIFICATION:
The most recent daily inspection of Runway 12/30 identified that a pavement joint failure causing uplifting of the runway
pavement near the Taxiway B-1 intersection is progressively increasing and is in need of repair. This joint location is at a
juncture between the original Runway 12 end and the extension that was completed in 1972. Repair would include
replacement of approximately 40 linear feet of runway pavement and full width of runway necessary to reconstruct the joint.
COST ESTIMATE:
Federal $ 110,700
For each and every project
as applicable
SPONSOR'S SIGNATURE:
PRINTED NAME:
detailed cost estimate
State $
Local $ 12,300 Total $ 123,000
2/14/14 - Date of approved ALP with project shown
- Date of environmental determination (ROD, FONSI, CE), or
cite CE paragraph # (307-312) in Order 1050.1 E
- Date of land acquisition or signed purchase agreement
- Date of pavement maintenance program
- Snow removal equipment inventory & sizing worksheet (for SRE acquisition)
- Apron sizing worksheet (for apron projects)
... Revenue producing facilities (for fuel farms, hangers, etc.)
- Date statement submitted for completed airside development
/ - Date statement submitted for runway approaches are clear of obstructions
PHONE NUMBER: (319) 291-4483
I ICG nmi v
DATE: October 1 2015
TITLE: Director of Aviation
ENGINEER'S ESTIMATE OF PROBABLE CONSTRUCTION COST
WATERLOO REGIONAL AIRPORT
RUNWAY 12/30 PAVEMENT JOINT REPAIR
Exhibit A
CIP Data Sheets
10/2/2015
TEM
NO.
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT
PRICE
EXTENDED
TOTAL
1
MOBILIZATION
1
EA
$ 10,000.00
$ 10,000.00
2
PAVEMENT REMOVAL
670
SY
$ 25.00
$ 16,750.00
3
PAVEMENT REPLACEMENT
670
SY
$ 100.00
$ 67,000.00
4
SUBGRADE REPLACEMENT
450
CY
$ 15.00
$ 6,750.00
5
PAVEMENT MARKING
1
LS
$ 2,000.00
$ 2,000.00
SUBTOTAL
$ 102,500.00
6
LEGAL, ADMINISTRATION AND ENGINEERING
$ 20,500.00
TOTAL ESTIMATED PROJECT COST
$ 123,000.00
EXHIBIT 11
FEDERAL CONTRACT PRovIsloNs ATTACHMENT
ALL REFERENCES MADE HEREIN TO "CONTRACTOR", "BJDDER", AND "OFFEROR" SHALL
PERTAIN TO THE ARCI-IITECT/ENGINEER (A/E). ALL REFERENCES MADE HEREIN TO
"SUBCONTRACTOR" SHALL PERTAIN TO ANY AND ALL SIJBCONSULTANTS UNDER CONTRACT
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 Generat of the tinited States or
any of their duly authorized representatives access to any books, documents, papers, and records ofthe
contractor which are directly pertinent to the specific contract for the purpose of making audit,
examination, excerpts and transcriptions. The contractor agrees to maintain alt books, records and
reports required under this contract for a period of not Iess than three years after final payment is made
and all pending matters are closed.
CIYIL RIGHTS - GENERAL
(Reference: 49 USC § 47123)
The contractor agrees that it will compty 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, ar handicap be exctuded from participating in any activity conducted with or benefiting from
Federal assistance.
This provision binds the contractors from the bid solicitation period through the completion ofthe
contract. This provision is in addition to that required of Title Vt of the CiviI Rights Act af 1964.
This provision atso obtigates the tenant/concessionaire/tessee or its transferee for the period during
which Federat assistance is extended to the airport through the Airport Improvement Program, except
where Federal assistance 15 to provide, or is in the form of personat property; reat property or interest
therein; structures ar improvements thereon.
In these cases the provision obligates the party or any transferee for the tonger of the foltowing periods:
(a) the period during which the property 15 used by the airport sponsor or any transferee for a purpose
for which Federal assistance is extended, or for another purpose involving the provision of simitar
services or benefits; or
(b) the period during which the airport sponsor or any transferee retains ownership or possession of the
property.
CIVII. RIGHTS - TITLE VI ASSURANCES
1) Titte VI Sollcitation Notice
Page 1 of 9 Compiled July 2015
(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 af TitIe VI of the Civit Rights Act of
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
advertisernent, disadvantaged business enterprises will be afforded full and fair opportunity
to submit bids in response to this invitation and will not be discriminated against on the
grounds of race, color, or national orlgin 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 Federalty-
Asslsted 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 as foliows:
a) Compliance with Regulations: The contractor (hereinafter includes consultants) will compty
with the Title VI List of Pertlnent Nondiscrtmination Statutes and Authorities, as they may be
amended from time to tinie, which are herein incorporated by reference and made a part ofthis
contract.
b) Non-discrimination: The contractor, with regard to the work performed by it during the contract,
wilt not discriminate on the grounds of race, color, or national origin in the selection and
retention of subcontractors, inctuding procurements of materiats and leases of equipment. The
contractor wilt not participate directly or indirectly in the discriminatlon prohibited by the Acts
and the Regutations, 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, lncluding 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 teases of equipment,
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-discrirnination on
the grounds of race, color, or national origln.
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 facilitles as may be determined by the
sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such
Acts, Regulations, and instructions. Where any information required ofa contractor is in the
exctusive possession of another who fails or refuses to furnish the informatlon, the contractor wilt
SO certffy to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth
what efforts it has rnade to obtatn 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 Iimited
to:
i. Withholding payments to the contractor under the contract unttl the contractor complies;
a nd/o r
Page 2 of 9 CompiledJu1y2015
11. Cancelling, terrninating, ar suspencling a contract, in whole or in part.
f) Incorporation of Provisions: The contractor will include the provisions of paragraphs one through
six in every subcontract, including procurements af materials and leases ofequipment, unless
exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will
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 provisioris 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 Federaily-
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 foliowing non-
discrimination statutes and authorities; iricluding but not limited to:
• Title VI of the CiviI Rights Act of 1964(42 U.S.C. § 2000d etseq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin);
• 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs ofThe Department of
Transportation—Effectuation ofTitle 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 ofthe 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 (J.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
• Airport and Airway lmprovement 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 prograrns or activities of the Federal -aid recipients,
sub -recipients and contractors, whether such programs or activities are Federaily funded or
not);
• Tities 11 and 111 af the Americans with Disabilities Act af 1990, which prohibit diserimination 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 9 CompiIedJuIy2OlS
• 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 Populatlons, which ensures non-diserimination against rninority
populations by discouraging programs, policies, and activities with disproportionately high and
adverse human heatth or environmental effects on minority and Iow-income populations;
• Executive Order 13166, lmproving Access to Services for Persons with Liniited English
Proficiency, and resulting agency guidance, national origin discrimiriation includes discrimination
because of Iimited 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
dtscriminating because af sex in education programs or activities (20 IJ.S.C. 1681 et seq).
DISADVANTAGED BUSIN ESS 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 carry out
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 isa 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 prlme
contract for satisfactory performance of its contract no later than {specify number} days from the
receipt of each payment the prime contractor receives from {Name of recipient}. The prime contractor
agrees further to return retainage payments to each subcontractor within {specify the same number as
above} days after the subcontractor's work is satisfactorily completed. Any delay or postponement of
payment from the above referenced time frame may occur only for good cause foliowing written
approval of the (Name of Recipient}. This clause applies to both OBE and non -DRE 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 foliowing provisions by
reference, with the same force and effect as ifgiven in fulI 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,
LOBBVING AND INFLUENCING FEDERAL EMPLOVEES
(Reference: 49 CFR part 20, Appendix A)
Page 4 of 9 Compiled July 2015
The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her
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) Ifany 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.
This certification isa material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification isa prerequisite for making or
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 ess 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 foliowing provisions by
reference, with the same force and effect as if given in full text. The contractor has full responslbility to
rnonitor compliance to the referenced statute or regulation. The contractor must address any claims or
disputes that pertain to a referenced requirement directly with the (J.S. Department of Labor -
Occupational Safety and Realth Administration
RIGHTTO INVENTIONS
(Reference 2 CFR § 200 Appendlx lI(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.
TRADE RESTRICTION CL.AIJSE
(Reference: 49 CFR part 30))
The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that
it:
Page 5 of 9 CompiIedJuIy2OlS
a) is not owned or controlled by one ar more citizens ofa foreign country included in the Iist of
countries that discriminate against U.S. firms puhlished 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 ofa foreign country on said Iist, or is owned or controlled directly or indirectty by
one or more citizens or nationals of a foreign country on said Iist;
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 Iist.
Unless the restrlctions 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 certify to
the above. If the contractor knowingly procures or subcontracts for the supply of any product or service
of a foreign country on said Iist for use on the project, the Feder& 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 15 erroneous.
The contractor shall provide immediate written notice to the sponsor if the contractor Iearns that its
certification or that of a subcontractor was erroneous when subrnitted or has become erroneous by
reason of changed circumstances. The subcontractor agrees to provide written natice to the contractor
if at any time it Iearns 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 15 later determined that the contractor orsubcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the
contract or subcontract for default at no cost to the Government.
Mothing 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 ofa contractor is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
This cert(fication concerns a matter within the jurisdiction of an agency of the United States of America
and the making of a faise, fictitious, or fraudulent certification may render the maker subject to
prosecution under Title 18, United States Code, Section 1001.
TEXTING WHEN DRIVING
In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging WhiIe
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 performing work
related to a grant or sub -grant.
The contractor must promote policies and initiatives for employees and other work personnel that
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.
Page 6 of 9 Compiled July 2015
VETERAN'S PREFERENCE
(Reference: 49 USC 5 47112(c))
In the emptoyment 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 TitIe 49
United States Code, Section 47112. However, this preference shall apply only where the individuals are
available and qualifEed to perform the work to which the employment relates.
PROVISIONS APPLICABLE TO A/E CONTRACTS EXCEEDING $1O,000
TERMINATION OF CONTRACT
(Reference 2 CFR § 200 Appendix 11(8))
a) The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either
for the Sponsors convenience or because of failure to fuIfill the contract obligations. Upon receipt
of such notice services must be immediatery discontinued (unless the notice directs otherwise) and
all materials as may have been accumulated In performing this contract, whether completed or in
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 take over
the work and prosecute the same to completion by contract or otherwise. In such case, the
contractor is IiabIe to the Sponsor for any additional cost occasioned to the Sponsor thereby.
d) If, after notice of termination for faiture to fuIfUI contract obligations, it is determined that the
contractor had not 50 failed, the termination will be deemed to have been effected for the
convenience of the Sponsor. In such event, adjustment in the contract price will be made as
provided iri paragraph 2 af 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 Iaw or under this contract.
PROVISIONS APPLICABLE TO A/E CONTRACTS EXCEEDING $25,000
DEBARMENT AND SIJSPENSION (NON-PROCIJREMENT)
(Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension &
Debarment Procedures 8 Ineligibillty)
CERTIFICA TE REGARDING DEBARMFNTANO SUSPENSIQN (BIODER OR OFFEROR)
By submitting a bid/proposal under this soticitation, 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.
Page 7 of 9 Compiled July 2015
CERTIFICATION REGARDING DEB.4RMENTANO SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER
TIER PARTIC!P/ANTS)
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 federaily assisted project. The
successful bidder wUl accomplish this by:
1. Checking the System for Award Management at website: https://www.sarmgov.
2. Coflecting 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 tefl a higher tier that It was excluded or
disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy,
ineluding suspension and debarment.
PROVISIONS APPLICABLE TO A/E CONTRACTS EXCEEDING $100,000
BREACH OF CONTRACT TERMS
(Reference 2 CFR § 200 Appendix Il(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 necessary to
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 timitation of,
any duties, obligations, rights and remedies otherwise imposed or available by law.
CLEAN AIR AND WATER POLLUTION CONTROL
(Reference: 49 CFR § 18.36(i)(12})
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 Iisted on the Environmental Protection Agency (EPA) List ofVlolating 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 Poltution Control Act, as amended, 33 U.S.C. 1251 et
seq. relating to inspection, monitoring, entry, reports, and information, as well as ati 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 notify the
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 15 under consideration to be Iisted on the
EPA List ofViolating Facillties;
4. To include or cause to be included in any construction contract or subcontract which exceeds
$100,000 the aforementioned criteria and requirements.
Page 8 af 9 Compiled July 2015
CONTRACT WORKHOURS AND SAFETV STANDAROS ACT REQLJIREMENTS
Reference: 2 CFR § 200 Appendix 11 (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 or mechanic,
ineluding 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 at a
rate not Iess than one and one-half times the basic rate of pay for all hours worked in excess of forty
hours in such workweek.
2. Violation; Liabilityfor 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 Iiable for the unpaid wages. In addition, such contractor and
subcontractor shall be Iiable to the United States (in the case of work done under contract for the
District of Columbia ar a territory, to such District or to such territory), for llquidated damages. Such
Iiquidated damages shati be computed with respect to each individual taborer or mechanic, ineluding
watchmen and guards, employed in violation of the clause set forth In paragraph 1 above, in the sum af
$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 withhotd or cause to be withhetd, 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 prirne 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 ctauses set forth in paragraphs 1
through 4 and atso a clause requiring the subcontractor to inctude these clauses in any tower tier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower
tier subcontractor with the ctauses set forth In paragraphs 1 through 4 of this section.
Page 9 of 9 Compiled July 2015
Letter of Transmittal
TO: City of Waterloo
715 Mulberry Street
Waterloo, Iowa 50703
WE ARE SENDING YOU:
0 Attached
❑ Shop Drawings
❑ Copy of Letter
A=COM
DATE: January 12, 2016
1 JOB ID NO.:
ATTENTION: City Clerk and Finance Department
RE: Reconstruct Taxiway C North of Runway 12/30
FAA AIP 3-19-0094-045
Waterloo Regional Airport
Resubmit copies for approval
❑ Prints ❑ Under separate cover via the following items:
❑ Change Order ❑ Plans ❑ Samples ❑ Specifications
COPIES DATE NO. DESCRIPTION
1 Executed Individual Project Agreement for Above -Referenced Project
THESE ARE TRANSMITTED AS CHECKED BELOW:
❑ For approval
❑ Approved as submitted
❑
Resubmit copies for approval
❑X For your use
❑ Approved as noted
❑
Submit copies for distribution
❑ As requested
❑ Returned for corrections
❑
Return corrected prints
❑ For review and comment
❑
❑ For Bids due
20
❑
Prints returned after loan to us
REMARKS: We look forward to working
with the City of Waterloo on this project
COPY TO: Mr. Keith Kasoari (w/enclosure)
Douglas W. Schindel, P.E.
If enclosures are not as noted, kindly notify us at once.
501 Sycamore Street, Suite 222 0 P.O. Box 1497 0 Waterloo, Iowa 50704-1497 • (319) 232-6531 0 Fax: (319) 232-0271