HomeMy WebLinkAboutAECOM- Amend #1 - ($87,800) - 2/6/2017a. -cone
AECOM 319-232-6531 tel
501 Sycamore Street 319-232-0271 tax
Suite 222
Waterloo, Iowa 50703
www.aecom.com
AMENDMENT NUMBER 1
RECONSTRUCT TAXIWAY C SOUTH OF RUNWAY 12/30
TO THE INDIVIDUAL PROJECT AGREEMENT
RECONSTRUCT TAXIWAY C NORTH OF RUNWAY 12/30
FAA AIP 3-19-0094-045
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
Project Description: See attached Exhibit A, Scope of Services.
Scope of Services: See attached Exhibit A, Scope of Services.
Compensation
Compensation for Services for this Amendment shall be a lump sum fee of Eighty -Seven Thousand
Eight Hundred Dollars ($87,800.00), raising the lump sum free from $130,500.00 to $218,300.00.
See attached Exhibit B, Consultant Cost Summary.
General Conditions
Except as specifically amended by this Amendment to the Individual Project Agreement
(Agreement), Services shall be provided in accordance with the Professional Services Agreement
for the Waterloo Regional Airport, entered between AECOM Technical Services, Inc. (ATS) and the
City of Waterloo (Client) dated April 15, 2014. The conditions in the attached Exhibit C, Federal
Contract Provisions for A/E Agreements of this Amendment shall replace Exhibit B, Federal
Provisions of the Professional Services Agreement.
APPROVED: APPROVED:
CITY OF WATERLOO, IOWA AECOM TECHNICAL SERVICES, INC.
ByLfL314-1;4&t4-
Date
Page 1 of 8
By
Date January 23, 2017
AECOM
EXHIBIT A
SCOPE OF SERVICES
RECONSTRUCT TAXIWAY C SOUTH OF RUNWAY 12/30
Project Description
The project is described as the following elements that were previously designed for a bid
package in 2016 for which bids were rejected because of funding limitations: a)
Reconstruction of Taxiway C beginning at Runway 12/30 and extending northward to and
ending at the Runway 18 end of Runway 18/36 (aka Taxiway C North) and the complete
removal of Taxiway C-1 (removal of pavement, lighting and airfield guidance signage) and
regrading/re-seeding of the area. b) Repairing a failed pavement joint on Runway 12/30
north of Taxiway B1, joint and crack sealing west of the Taxiway C Safety Area and
pavement marking not completed as part of a bid package in 2015. In addition to the above
elements, reconstruction of Taxiway C south of Runway 12/30 (aka Taxiway C South) is
included.
The project will be bid as two (2) separate bid packages:
• Package 1 - Taxiway C Reconstruction and Runway 18/36, Taxiways A, B and E,
and Terminal Apron Pavement Remarking
o Taxiway C Reconstruction
o Runway 18/36 Pavement Marking — Add Alternate Bid
o Taxiway and Apron Marking — Add Alternate Bid
o Performed Joint Sealant for Taxiway C — Add Alternate Bid
• Package 2 - Runway 12/30 Pavement Repairs and Remarking
o Runway 12/30 Pavement Joint Repair
o Runway 12/30 Joint and Crack Sealing
o Runway 12/30 Pavement Marking
It is anticipated that design and construction of this project will be funded in part with federal
funds received through a Federal Aviation Administration (FAA) Airport Improvement
Program (AIP) grant.
II. Scope of Services
The work to be performed by ATS shall encompass and include detailed work, services,
materials, equipment and supplies necessary to provide preliminary design, develop final
plans, develop specifications, provide construction cost estimates and provide bidding
services. Work shall be divided into the following tasks:
1. Pre-Desiqn Conference. This task consists of a pre -design conference called by
the Client and held between the Client, ATS and the FAA. The pre -design
conference will be conducted by conference call. The purpose of this conference is
to discuss various items relating to design parameters, airport safety, routing of
aircraft and equipment, sequencing of construction operations, environmental
considerations and civil rights requirements. ATS will prepare and distribute an
agenda and the minutes of this conference. The minutes will document the
requirements set forth in this pre -design conference. It is anticipated that the
project manager will be in attendance.
2. Data Collection and Review. This task consists of the collection of existing data
applicable to Taxiway C South and related to the proposed work site. Record
Page 2 of 8
A=COM
drawings of completed projects and utility information will be compiled as
background information. Data has already been collected and reviewed for the
other elements of the project.
3. Subsurface Information. Not applicable, as this task was completed under the
Agreement. No additional pavement cores or collection of subsurface soils data
will take place on Taxiway C South.
4. Field Survey. This task consists of a field survey of Taxiway C South to collect
topographic information to locate existing pavement edges, lights, signs, drainage
structures, drainage ways, and other horizontal and vertical data to assist in the
preparation of the plans. Survey for other areas was completed under the
Agreement. Property surveys are not included in this task.
5. Base Mapping and Digital Terrain Model. This task consists of the preparation of a
project base map and digital terrain model prepared from the field survey and
record documents of completed projects for Taxiway C South. Base mapping and
digital terrain model for other areas were completed under the Agreement.
6. Design Aircraft. This task consists of determining the fleet mix and critical design
aircraft to be used for the design of Taxiway C South through coordination with the
Sponsor and the FAA. In addition to supporting Runway 12/30 operations,
Taxiway C South also serves as an exit taxiway from Runway 18/36. The fleet mix
(and possibly the critical design aircraft) will be different than the fleet mix for
Taxiway C North, which was completed under the Agreement. As part of this task,
data will be evaluated to confirm with the airport sponsor the aircraft types and
number of operations by occasional aircraft that use or are projected to use the
Waterloo Regional Airport. A list of design aircraft and number of operations that
form the basis for the pavement design and standard geometrics to reconstruct the
taxiway will be presented with the pavement design. The most current version of
Draft AC 150/5000 -XX, Critical Aircraft for Regular Use Determination, will be used
to define the design aircraft.
7. Pavement Design. This task consists of determining the pavement section for
Taxiway C South and preparing final pavement design forms. It is assumed the
pavement section for Taxiway C South will consist of a PCC surface course
underlain by an aggregate base course (matching the Taxiway C North pavement
section) but possibly with different course thicknesses. The pavement section for
Taxiway C North was determined under the Agreement. This task does not include
alternative pavement designs or life cycle cost analysis.
8. Preparation of Bid Documents. This task consists of the preparation of the final
design plans for this project. Plans will be prepared in compliance with current FAA
requirements in effect at the time the plans are prepared. This task includes the
preparation of the following sheets:
Bid Package 1 - Taxiway C Reconstruction and Pavement Markings
1) Title Sheet, Seal
2) Schedule of Drawings and Quantities
3) General Notes and Legend
4) Construction Safety and Operations
5) Taxiway Phasing Plan (Phase 1 - Runway 18/36 Closure)
6) Taxiway Phasing Plan (Phase 2 - Runway 12/30 Closure)
7) Taxiway Phasing Plan (Phase 3 - All Work Out of Runway Safety Areas)
8) Phasing Details
Page 3 of 8
A=COM
9) Typical Sections (Existing and Proposed)
10) Typical Sections (Existing and Proposed)
11) Typical Sections (Existing and Proposed)
12) Taxiway Existing Conditions, Boring Locations and Demo Plan
13) Taxiway Existing Conditions, Boring Locations and Demo Plan
14) Taxiway Existing Conditions, Boring Locations and Demo Plan
15) Geometric Layout
16) Geometric Layout
17) Pollution Prevention Plan
18) Erosion Control Plan
19) Erosion Control Plan
20) Erosion Control Plan
21) Erosion Control Details
22) Taxiway Plan and Profile
23) Taxiway Plan and Profile
24) Taxiway Plan and Profile
25) Taxiway Grading and Drainage Plans
26) Taxiway Grading and Drainage Plans
27) Taxiway Grading and Drainage Plans
28) Taxiway Subdrain Plan
29) Taxiway Subdrain Plan
30) Taxiway Subdrain Plan
31) Storm Sewer Details
32) Subdrain Details
33) Pavement Jointing Plan
34) Pavement Jointing Plan
35) Pavement Jointing Plan
36) Pavement Jointing Plan
37) Pavement Jointing Plan
38) Pavement Jointing Plan
39) Pavement Jointing Details
40) Pavement Jointing Details
41) Supplemental Elevation Plan
42) Supplemental Elevation Plan
43) Supplemental Elevation Plan
44) Supplemental Elevation Plan
45) Supplemental Elevation Plan
46) Supplemental Elevation Plan
47) Taxiway Lighting Plan
48) Taxiway Lighting Plan
49) Taxiway Lighting Plan
50) Taxiway Lighting Plan
51) Miscellaneous Electrical Details
52) Miscellaneous Electrical Details and Light Location Table
53) Electrical Handhole Details
54) Guidance Sign Details and Legends
55) Pavement Marking Plan
56) Pavement Marking Plan
57) Pavement Marking Plan
58) Pavement Marking Plan
59) Pavement Marking Plan
60) Pavement Marking Plan
61) Pavement Marking Plan
62) Pavement Marking Plan
63) Pavement Marking Plan
64) Pavement Marking Plan
Page 4 of 8
AECOM
65) Pavement Marking Plan
66) Pavement Marking Plan
67) Pavement Marking Plan
68) Pavement Marking Plan
69) Marking Details
70) Marking Details
71) Taxiway Cross Sections
72) Taxiway Cross Sections
73) Taxiway Cross Sections
74) Taxiway Cross Sections
75) Taxiway Cross Sections
76) Taxiway Cross Sections
77) Taxiway Cross Sections
78) Taxiway Cross Sections
79) Taxiway Cross Sections
80) Taxiway Cross Sections
81) Taxiway Cross Sections
82) Taxiway Cross Sections
83) Taxiway Cross Sections
84) Taxiway Cross Sections
85) Taxiway Cross Sections
86) Taxiway Cross Sections
87) Taxiway Cross Sections
Bid Package 2 — Runway 12/30 Pavement Repairs and Remarking
1) Title Sheet, Seal
2) Schedule of Drawings and Quantities
3) General Notes and Legend
4) Construction Safety and Operations
5) Taxiway Phasing Plan (Phase 1 — Runway 18/36 Closure)
6) Taxiway Phasing Plan (Phase 2 — Runway 12/30 Closure)
7) Taxiway Phasing Plan (Phase 3 — All Work Out of Runway
8) Phasing Details
9) Runway 12/30 Pavement Joint Repair Existing
Rehabilitation Plan
10) Runway 12/30 Pavement Joint Repair Existing
Rehabilitation Plan
11) Runway 12/30 Joint and Crack Repair Existing Conditions
12) Runway 12/30 Joint and Crack Repair Existing Conditions
13) Runway 12/30 Joint and Crack Repair Existing Conditions
14) Runway 12/30 Joint and Crack Repair Existing Conditions
Safety Areas)
Conditions and
Conditions and
and Details
and Details
and Details
and Details
9. Project Manuals. This task consists of the preparation of two separate project
manuals (one for each Bid Package) using the Project Manual dated May 20, 2016.
10. Construction Safety and Phasing Plans. This task consists of updating the
Construction Safety and Phasing Plan (CSPP) prepared previously under the
Agreement and conditionally approved by the FAA on June 14, 2016. The updated
CSPP shall be in accordance with AIP Sponsor Guide Section 960 and Advisory
Circular 150/5370-2F. The updated CSPP will include Taxiway C South and shall
be submitted to FAA for review and comments as part of the 90% submittal. A final
CSPP will be prepared to address comments received and re -submitted for FAA
upload to OE/AAA website for review by other FAA divisions and Federal agencies.
A copy of the FAA -approved CSPP will be included in both project manuals.
Page 5 of 8
AECOM
11. Airspace Submittal. This task consists of preparation and submittal of FAA 7460-1
forms electronically through the FAA's OE/AAA website for temporary construction
items, including contractor's staging area, access routes and construction
equipment. Air space forms will be submitted during design phase of project once
element locations are defined in order for FAA determinations to be received prior
to the anticipated construction start.
12. Estimate of Probable Cnnstrurtinn Cost. This tack cnngists of the prnparatina of
detailed estimates of construction costs (one for each bid package) based upon the
detailed plans and specifications. This statement of probable construction costs
prepared by ATS represents ATS's best judgment as a design professional at the
time the estimate is drawn, It is recognized, however, that neither ATS nor the
Client has any control over the cost of labor, materials or equipment; over the
contractor's method of determining bid prices; or over competitive bidding or market
conditions. Accordingly, ATS cannot and does not guarantee that bids will not vary
from any statement of Probable Construction Cost or other cost estimates prepared
by ATS. An update to the Capital Improvement Program (CIP) budget for the
project will be prepared as part of this task.
13. Engineer's Design Report. This task consists of updating the 90% Engineer's
Design Report (Report) prepared previously under the Agreement and dated
April 30, 2016. The updated Report shall be in accordance with the AIP Sponsor
Guide Section 920 effective at the time of this Amendment. The updated Report
will include Taxiway C South and will be submitted to the Client and FAA for review
and comments. Responses will be provided to comments. A final version of the
Report will be prepared and submitted to the Client and FAA.
14. Update Airfield Guidance Sign Plan. Not applicable, as this task was completed
under the Agreement.
15. Update Airport Layout Plan. Not applicable, as this task was completed under the
Agreement.
16. Quality Review. This task consists of the quality review of work elements on the
project. During the course of this project, quality reviews will be conducted by
senior technical personnel that are not directly involved in the project.
17. DBE Program. Not applicable, as this task was completed under the Agreement.
18. Conferences and Meetings. This task consists of conferences and meetings that
will be attended by ATS for the purpose of coordination with the Client, information
exchange and general understanding of the status and direction of the project. It is
anticipated that an on-site field meeting will be held during design, and a meeting
will be held with the Client around the time of the 90% submittal.
19. Bid Assistance. This task consists of assisting the Client in advertising for and
receiving bids, attending the bid opening, analyzing the bids received, and
preparing a recommendation to the Client and FAA for award of contract. The
following documents will be provided as part of this task:
1) Letter of Recommendation
2) Tabulation of Bids
Page 6 of 8
AcCOM
20. Pre -Bid Conference. This task consists of attending and conducting a Pre -Bid
Conference at the project site for prospective bidders. ATS will prepare and
distribute an agenda and the minutes of this conference.
21. Bid Document Interpretation. This task consists of answering bid document
interpretation questions from bidders, and preparing and issuing any required
addenda.
22. Grant Application. This task consists of assisting the Client in preparation of grant
application.
23. Design Administration. This task consists of office administration and coordination
of the project. Interoffice meetings, general day-to-day administrative
responsibilities, and typing of interoffice memoranda and minutes of meetings are
included in this task. This task includes preparation and submittal of the following:
1) 30% Submittal
a. FAA. One hard copy and one electronic copy of the updated 90%
Engineer's Design Report and 30% Geometric Sheets for Taxiway
C south of Runway 12/30.
b. Client. Two hard copies of the updated 90% Engineer's Design
Report and 30% Geometric Sheets for Taxiway C south of Runway
12/30.
c. ATS. Two hard copies of the updated 90% Engineer's Design
Report and 30% Geometric Sheets for Taxiway C south of Runway
12/30.
90% Submittal — Bid Packages 1 and 2
a. FAA. One hard copy of half-size set of plans, one hard copy of the
project manual, one hard copy of the updated CSPP, and one hard
copy of the revised 90% Engineer's Design Report containing
written responses to the 30% comments. In addition to the hard
copies, FAA will be provided with electronic copies as three
separate Acrobat PDF files.
b. Client. Two sets of half-size plans, two copies of the project
manual, two hard copies of the updated CSPP and two copies of
the revised 90% Engineer's Design Report.
c. ATS. Two sets of half-size plans, two copies of the project manual,
two hard copies of the updated CSPP and two copies of the
revised 90% Engineer's Design Report.
3) Final Submittal — Bid Packages 1 and 2
a. FAA. One electronic copy of written responses to 90% comments,
and an electronic copy of the plans, project manuals, project
construction cost estimates, project budgets and final Engineer's
Design Report.
b. Client. Two copies of written responses to 90% comments and two
hard copies of the plans, project manuals, project construction cost
estimates, project budgets and final Engineer's Design Report.
c. ATS. Two copies of written responses to 90% comments and two
hard copies of the plans, project manuals, project construction cost
estimates, project budgets and final Engineer's Design Report.
Page 7 of 8
AECOM
4) Issued for Bid Submittal — Bid Packages 1 and 2
a. FAA. Electronic copies of the plans and project manual as Acrobat
PDF files.
b. Client. Two copies of the plans and project manual.
c. ATS. Twenty copies of the plans, project manual and proposal
forms to be provided to plan rooms and potential contractors and
suppliers.
O:\Administration\AGREE\PROFALO Recon Taxi C North of Runway 12 30 Amendment 1.docx
Page 8 of 8
Amendment No. 1 - Reconstruct Taxiway C South of Runway 12/30
Waterloo Regional Airport
Waterloo, Iowa
FAA AIP 3-19-0094-045
Engineering Services
Consultant Cost Summary
Direct Labor Cost
Category Hours Rate/Hour Amount
Senior Professional 94 $80.00 $7,520.00
Project Professional 0 $57.00 $0.00
Staff Professional 148 $44.50 $6,586.00
Professional 132 $36.45 $4,811.40
CADD Operator II 166 $33.80 $5,610.80
CADD Operator I 85 $24.45 $2,078.25
Senior Technician 32 $34.60 $1,107.20
Technician 32 $25.60 $819.20
Project Support 64 $29.90 $1,913.60
753
Exhibit B
$30,446.45
II. Payroll Burden and Overhead Costs 139.14% $42,363.19
III. Direct Project Expenses
Category Units Rate/Unit Amount
Mileage 2000 0.540 1,080.00
Per Diem 0 50.00 0.00
Lodging 0 90.00 0.00
B/W Copies 20,000 0.06 1,200.00
Color Copies 500 0.22 110.00
Plan Copier 100 0.50 50.00
EDM Equipment 30 12.50 375.00
GPS Equipment 30 25.00 750.00
Miscellaneous, Other 500.00
$4,065.00
IV. AECOM Estimated Actual Costs $76,874.64
Rounded $76,900.00
V. Subcontract Expense
$0.00
VI. Estimated Actual Costs $76,900.00
VII. Fixed Fee (15% of Items I & II) Rounded $10,900.00
VIII. Maximum Amount Payable (Lump Sum) $87,800.00
Exhibit B
Amendment No. -Reconstruct Taxiway C South of Runway 12/30
Waterloo Regional Airport
Waterloo, Iowa
FAA AIP 3-19-0094-045
Engineering Services
St ff Hour Estimate
Item
No.
Description
Senior
Prof
Project
Prof
Staff
Prof
Prof
CARD
Operator 1)
CADD
Operator
Senior
Technician
Technician
Project
Support
Totals
DESIGN PHASE
ure-ueshn Conference
a
4
2
Data Collection and Review
4
8
8
20
3
Subsurface Information
0
0
4
Field Survey
8
32
32
72
5
Base Mapping & Digital Terrain Model
4
8
88
28
6
Design Aircraft
4
8
12
7
Pavement Design4
16
20
8
Preparation of Bid Documents
Bid Package No. 1 - Taxiway C Reconstruction and Pavement Markings
1) The Sheet, Seal
1
1
2) Schedule of Drawings and Quantities
4
4
8
3) General Notes and Legend
4
4
8
4) Construction Safety and Operations
4
4
8
5) Taxiway Phasing Plan (Phase 1- Runway 18/36 Closure)
1
1
6) Taxiway Phasing Plan (Phase 2- Runway 12130 Closure)
4
4
8
7) Taxiway Phasing Plan (Phase 3 - All work out of Runway Safety Areas)
1
1
8) Phasing Details
1
1
9) Typical Sections (Existing and Proposed)
1
1
10) Typical Sections (Existing and Proposed)
1
1
11) Typical Sections (Existing and Proposed)
4
4
8
12) Taxiway Existing Conditions. Boring Locations and Demo Plan
1
1
13) Taxiway Existing Conditions, Boring Locations and Demo Plan
1
1
14) Taxiway Existing Conditions, Boring Locations and Demo Plan
4
4
8
15) Geometric Layout
1
1
16) Geometric Layout
4
4
8
17) Pollution Prevention Plan
4
2
6
18) Erosion Control Plan
1
1
19) Erosion Control Plan
1
1
20) Erosion Control Plan
4
4
8
21) Erosion Control Details
1
1
22) Taxiway Plan and Profile
1
1
23) Taxiway Plan and Profile
1
1
24) Taxiway Plan and Profile
8
8
16
25) Taxiway Grading and Drainage Plans
1
1
26) Taxiway Grading and Drainage Plans
1
1
27) Taxiway Grading and Drainage Plans
8
8
16
28) Taxiway Subdrain Plan
1
1
29) Taxiway Subdrain Plan
1
1
30) Taxiway Subdrain Plan8
8
16
31) Storm Sewer Details
1
1
32) Subdrain Details
1
1
33) PavementJointing Plan
1
1
34) Pavement Jointing Plan
1
1
35) Pavement Jointing Plan
1
1
36) Pavement Jointing Plan
1
1
37) PavementJointing Plan
1
1
38) PavementJointing Plan
88
16
39) Pavement Jointing Details
1
1
40) PavementJointing Details
4
4
8
41) Supplemental Elevation Plan
1
1
42) Supplemental Elevation Plan
1
1
43) Supplemental Elevation Plan
1
1
44) Supplemental Elevation Plan
1
1
45) Supplemental Elevation Plan
1
1
46) Supplemental Elevation Plan8
8
16
47) Taxiway Lighting Plan
1
1
48) Taxiway Lighting Plan
1
1
49) Taxiway Lighting Plan
1
1
50) Taxiway Lighting Plan8
8
18
51) Miscellaneous Electrical Details
1
1
52) Miscellaneous Electrical Details and Light Location Table
4
4
8
53) Electrical Handhole Details
1
1
54) Guidance Sign Details and Legends
4
4
8
55) Pavement Marking Plan
1
1
56) Pavement Marking Plan
1
1
57) Pavement Marking Plan
1
1
58) Pavement Marking Plan
1
1
59) Pavement Marking Plan
1
1
60) Pavement Marking Plan
1
1
61) Pavement Marking Plan
1
1
62) Pavement Marking Plan
1
1
63) Pavement Marking Plan
1
1
84) Pavement Marking Plan
1
1
65) Pavement Marking Plan
1
1
66) Pavement Marking Plan
1
1
67) Pavement Marking Plan
1
1
68) Pavement Marking Plan
1
1
69) Marking Details
1
1
70) Marking Details
1
1
71) Taxiway Cross Sections
1
1
Exhibit B
Amendment No,1 - Reconstruct Taxiway C South of Runway 12130
Waterloo Regional Airport
Waterloo, Iowa
FAA AIP 3-19-0094-045
Engineering Services
Staff Hour E timate
72) Taxiway Cross Sections
1
1
73) Taxiway Cross Sections
1
1
74) Taxiway Cross Sections
1
1
75) Taxiway Cross Sections
1
1
76) Taxiway Cross Sections
1
1
78) Taxiway Cross Sections
1
1
79) Taxiway Cross Sections
1
1
80) Taxiway Cross Sections
1
1
81) Taxiway Cross Sections
1
1
82) Taxiway Cross Sections
1
1
83) Taxiway Cross Sections
1
1
84) Taxiway Cross Sections
1
1
85) Taxiway Cross Sections
4
2
6
86) Taxiway Cross Sections4
2
6
87) Taxiway Cross Sections -
4
2
6
911 Package No. 2- Runway 12130 Pavement Repairs and Remarking
1) Title Sheet, Seal
2) Schedule of Drawings and Quantities4
4
8
3) General Notes and Legend
4
4
8
4) Construction Safety and Operations4
4
8
5) Taxiway Phasing Plan (Phase 1 - Runway 18/36 Closure)
1
1
6) Taxiway Phasing Plan (Phase 2- Runway 12/30 Closure)
4
4
8
7) Taxiway Phasing Plan (Phase 3 - All work out of Runway Safety Areas)
1
1
8) Phasing Details
1
1
9) Runway 12/30 Pavement Joint Repair Existing Conditions and Rehabilitation Plan
1
1
10) Runway 12/30 Pavement Joint Repair Existing Conditions and Rehabilitation Plan
4
4
8
16
11) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details
1
1
12) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details
1
1
13) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details
1
1
14) Ruwnay 12/30 Joint and Crack Repair Existing Conditions and Details
1
1
9
Project Manuals
8
16
40
64
10
Construction Safety and Phasing Plan
12
12
11
Airspace Submittal
12
12
12
Estimate of Probable Construction Cost - 2 Estimates
2
12
12
26
13
Engineers Design Report
48
8
20
14
Update Airfield Guidance Sign Plan
0
15
Update Airport Layout Plan
0
16
Quality Review
12
12
15
DBE Program
0
18
Conferences and Meetings
24
24
19
Bid Assistance
8
8
16
20
Pre -Did Conference
4
4
21
Bid Document Interpretation
8
8
16
22
Grant Application
4
4
23
Design Administration
24
18
16
56
Total Design Services
94
0
148
132
166
85
32
32
64
753
EXHIBIT "0"
FEDERAL CONTRACT PROVISIONS FOR A/E AGREEMENTS
ALL REFERENCES MADE HEREIN TO "CONTRACTOR", "BIDDER", AND "OFFEROR" SHALL
PERTAIN TO THE ARCHITECT/ENGINEER (A/E). ALL REFERENCES MADE HEREIN TO
"SUBCONTRACTOR" SHALL PERTAIN TO ANY AND ALL SUBCONSULTANTS UNDER
CONTRACT WITH THE A/E.
ALL REFERENCES MADE HEREIN TO "SPONSOR" AND "OWNER" SHALL PERTAIN TO THE
STATE, CITY, AIRPORT AUTHORITY OR OTHER PUBLIC ENTITY EXECUTING CONTRACTS
WITH THE A/E.
ACCESS TO RECORDS AND REPORTS
Reference: 2 CFR § 200.326, 2 CFR § 200.333
The contractor must maintain an acceptable cost accounting system. The contractor agrees to provide the
Sponsor, the Federal Aviation Administration, and the Comptroller General of the United Statesor 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 handicap be excluded from participating in any activity conducted with or benefitingfrom Federal
assistance.
This provision binds the contractors from the bid solicitation period through the completion of the contract.
This provision is in addition to that required of Title VI of the Civil Rights Act of1964.
This provision also obligates the tenant/concessionaire/lessee or its transferee for the period during which
Federal assistance is extended to the airport through the Airport Improvement Program, except where
Federal assistance is to provide, or is in the form of personal property; real property or interest therein;
structures or improvements thereon.
In these cases the provision obligates the party or any transferee for the longer of the following periods:
(a) the period during which the property is used by the airport sponsor or any transferee for a purpose for
which Federal assistance is extended, or for another purpose involving the provision ofsimilar services or
benefits; or
(b) the period during which the airport sponsor or any transferee retains ownership or possession of the
property.
Page 1 of 12 Updated Jan 19, 2016
CIVIL RIGHTS—TITLE VI ASSURANCES
1) Title VI Solicitation Notice
Reference: Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally -Assisted Programs at the
Federal Aviation Administration
The (Name of Sponsor) in accordance with the provisions of Title VI of the Civil Rights Actof 1964 (78 Stat.
252, 42 U.S.C. 99 2000d t0 2000d-4) and the Regulations, hereby notiflesall bidders that it will affirmatively
ensure that any contract entered into pursuant tothis advertisement, disadvantaged business enterprises
will be afforded full and fairopportunity to submit bids in response to this invitation and will not be
discriminated against onthe grounds of race, color, or national origin in consideration for an award.
2) Title VI Clauses for Compliance with Nondiscrimination Requirements
Reference: Appendix A of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally- Assisted
Programs at the Federal Aviation Administration
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees asfollows:
a) Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the
Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they maybe amended from
time to time, which are herein incorporated by reference and made a part of this contract.
b) Non-discrimination: The contractor, with regard to the work performed by it during thecontract, will
not discriminate on the grounds of race, color, or national origin in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. The contractor will not
participate directly or indirectly in the discrimination prohibited by theActs and the Regulations,
including employment practices when the contract covers any activity, project, or program set forth in
Appendix B of 49 CFR part 21.
c) Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations,
either by competitive bidding, or negotiation made by the contractor for work to be performed under a
subcontract, including procurements of materials, or leases ofequipment, each potential subcontractor
or supplier will be notified by the contractor of the contractor's obligations under this contract and the
Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin.
d) Information and Reports: The contractor will provide all information and reports required by the Acts,
the Regulations, and directives issued pursuant thereto and will permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined bythe sponsor or the
Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations,
and instructions. Where any information required of a contractor is inthe exclusive possession of
another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or
the Federal Aviation Administration, as appropriate, and will setforth what efforts it has made to obtain
the information.
e) Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non-
discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the
Federal Aviation Administration may determine to be appropriate, including, but notlimited to:
i. Withholding payments to the contractor under the contract until the contractorcomplies; and/or
ii. Cancelling, terminating, or suspending a contract, in whole or in part.
Page 2 of 12 Updated Jan 19, 2016
f) Incorporation of Provisions: The contractor will include the provisions of paragraphs a)through f) in
every subcontract, including procurements of materials and leases of equipment, unless exempt by the
Acts, the Regulations and directives issued pursuant thereto. The contractorwill take action with
respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may
direct 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
horai wo of ci iirh dirertinn tho rnntrartnr may rani mat the cnnncnr to enter int^ any litiaatinn to
protect the interests of the sponsor. In addition,the contractor may request the United States to enter
into the litigation to protect the interests of the United States.
3) Title VI List of Pertinent Nondiscrimination Authorities
Reference: Appendix E of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally -Assisted
Programs at the Federal Aviation Administration
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees to comply with the followingnon- discrimination
statutes and authorities; including but not limited to:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252),(prohibits discrimination
on the basis of race, color, national origin);
• 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of
Transportation—Effectuation of Title VI of The Civil Rights Act of 1964);
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C.
• § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because
of Federal or Federal -aid programs and projects);
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on
the basis of age);
• Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits
discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability
of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the
Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include
all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether
such programs or activities are Federally funded or not);
• Titles 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;
Page 3 of 12 Updated Jan 19, 2016
• The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and
Low -Income Populations, which ensures non-discrimination against minority populations by
discouraging programs, policies, and activities with disproportionately high and adverse human health
or environmental effects on minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and
resulting agency guidance, national origin discrimination includes discrimination because of limited
English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure
that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities (20 U.S.C. 1681 et seq).
DISADVANTAGED BUSINESS ENTERPRISE
Reference: 49 CFR part 26
Contract Assurance (§ 26.13) - The contractor or subcontractor shall not discriminate on the basis of race,
color, national origin, or sex in the performance of this contract. The contractor shall carryout applicable
requirements of49 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 026.29) - The prime contractor agrees to pay each subcontractor under this prime
contract for satisfactory performance of its contract no later than thirty (30) calendar days fromthe receipt
of each payment the prime contractor receives from the Sponsor. The prime contractoragrees further to
return retainage payments to each subcontractor within thirty (30) calendar days afterthe subcontractor's
work is satisfactorily completed. Any delay or postponement of payment from the above referenced time
frame may occur only for good cause following written approval of the Sponsor. This clause applies to both
DBE and non -DBE subcontractors.
FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)
Reference: 29 USC § 201, et seq.
All contracts and subcontracts that result from this solicitation incorporate the following provisionsby
reference, with the same force and effect as if given in full text. The contractor has full responsibility to
monitor compliance to the referenced statute or regulation. The contractor must address any claims or
disputes that pertain to a referenced requirement directly with the U.S. Department of Labor—Wage and
Hour Division.
Page 4 of 12 Updated Jan 19, 2016
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
Reference: 49 CFR part 20, Appendix A
The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his orher
knowledge and belief, that:
1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidderor offeror,
to any person for influencing or attempting to influence an officer or employee of an agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Memberof Congress in
connection with the awarding of any Federal contract, the making of any Federalgrant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
2) If any funds other than Federal appropriated funds have been paid or will be paid to any personfor
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connectionwith 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 is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for makingor entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
Reference: 20 CFR part 1910
All contracts and subcontracts that result from this solicitation incorporate the following provisionsby
reference, with the same force and effect as if given in full text. The contractor has full responsibility to
monitor compliance to the referenced statute or regulation. The contractor must address any claims or
disputes that pertain to a referenced requirement directly with the U.S. Department of Labor—
Occupational Safety and Health Administration.
RIGHT TO INVENTIONS
Reference: 2 CFR § 200 Appendix II(F)
All rights to inventions and materials generated under this contract are subject to requirements and
regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed.
Page 5 of 12 Updated Jan 19, 2016
TRADE RESTRICTION CLAUSE
Reference: 49 CFR part 30
The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it:
a) is not owned or controlled by one or more citizens of a foreign country included in the listof countries
that discriminate against U.S. firms published by the Office of the United States Trade Representative
(USTR);
b) has not knowingly entered into any contract or subcontract for this project with a person that isa
citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one
or more citizens or nationals of a foreign country on said list;
c) has not procured any product nor subcontracted for the supply of any product for use on the project
that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49
CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certifyto the
above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a
foreign country on said list for use on the project, the Federal Aviation Administration may direct through
the Sponsor cancellation of the contract at no cost to the Government.
Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate
this provision for certification without modification in each contract and in all lower tier subcontracts. The
contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the
certification is erroneous.
The contractor shall provide immediate written notice to the sponsor if the contractor learns that its
certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason
of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any
time it learns that its certification was erroneous by reason of changed circumstances.
This certification isa material representation of fact upon which reliance was placed when making the
award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration may direct through the Sponsor cancellation ofthe
contract or subcontract for default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render, in good faith, the certification required by this provision. The knowledge and information
of a contractor is not required to exceed that which is normally possessed by a prudent person in the
ordinary course of businessdealings.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and
the making of a false, fictitious, or fraudulent certification may render the maker subjectto prosecution
under Title 18, United States Code, Section 1001.
Page 6 of 12 Updated Jan 19, 2016
TEXTING WHEN DRIVING
(References: Executive Order 13513, and DOT Order3902.10)
In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving"
(10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), FAA encourages
recipients of Federal grant funds to adopt and enforce safety policies that decreasecrashes by distracted
drivers, including policies to ban text messaging while driving when perfnrmingwnrk related to a grant nr
sub -grant.
The contractor must promote policies and initiatives for employees and other work personnelthat decrease
crashes by distracted drivers, including policies to ban text messaging while driving. The contractor must
include these policies in each third party subcontract involved on this project.
VETERAN'S PREFERENCE
Reference: 49 USC § 47112(c)
In the employment of labor (except in executive, administrative, and supervisory positions), preference
must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled
veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49
United States Code, Section 47112. However, this preference shall apply only where the individuals are
available and qualified to perform the work to which the employment relates.
Page 7 of 12 Updated Jan 19, 2016
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000
TERMINATION OF CONTRACT
Reference: 2 CFR § 200 Appendix 11(8)
a) The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for
the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of
such notice services must be immediately discontinued (unless the notice directs otherwise) and all
materials as may have been accumulated in performing this contract, whether completed orin
progress, delivered to the Sponsor.
b) If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price
will be made, but no amount will be allowed for anticipated profit on unperformed services.
c) If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may takeover the
work and prosecute the same to completion by contract or otherwise. In such case, the contractor is
liable to the Sponsor for any additional cost occasioned to the Sponsorthereby.
d) If, after notice of termination for failure to fulfill contract obligations, it is determined that the
contractor had not so failed, the termination will be deemed to have been effected forthe
convenience of the Sponsor. In such event, adjustment in the contract price will be madeas provided
in paragraph 2 of this clause.
e) The rights and remedies of the sponsor provided in this clause are in addition to any otherrights and
remedies provided by law or under this contract.
Page 8 of 12 Updated Jan 19, 2016
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000
DEBARMENT AND SUSPENSION (NON -PROCUREMENT)
References: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension& Debarment
Procedures & Ineligibility
CERTIFICATE REGARDING DEBARMENT AND SUSPENSION (BIDDER OR OFFEROR)
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the
bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended
by any Federal department or agency from participation in this transaction.
CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER
PARTICIPANTS)
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered
transaction", must verify each lower tier participant of a "covered transaction" under the project is not
presently debarred or otherwise disqualified from participation in this federally assisted project. The
successful bidder will accomplish this by:
1. Checking the System for Award Management at website: https://www.sam.gov.
2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension
(Bidder or Offeror), above.
3. Inserting a clause or condition in the covered transaction with the lower tier contract
If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or
disqualified at the time it entered the covered transaction, the FAA may pursue any availableremedy,
including suspension and debarment.
Page 9 of 12 Updated Jan 19, 2016
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000
BREACH OF CONTRACT TERMS
Reference 2 CFR § 200 Appendix II(A)
Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may
result in the suspension or termination of this contract or such other action that may be necessaryto
enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract
Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any
duties, obligations, rights and remedies otherwise imposed or available by law.
CLEAN AIR AND WATER POLLUTION CONTROL
References: 49 CFR § 18.36(i)(12) and 2 CFR § 200 Appendixll(G) Contractors and subcontractors agree:
1. That any facility to be used in the performance of the contract or subcontract or to benefit fromthe
contract is not listed on the Environmental Protection Agency (EPA) List of ViolatingFacilities;
2. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et
seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251et seq.
relating to inspection, monitoring, entry, reports, and information, as well as all other requirements
specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and
guidelines issued thereunder;
3. That, as a condition for the award of this contract, the contractor or subcontractor will notifythe
awarding official of the receipt of any communication from the EPA indicating that a facility to be used
for the performance of or benefit from the contract is under consideration to be listed onthe EPA List
of Violating Facilities;
4. To include or cause to be included in any construction contract or subcontract which exceeds
$100,000 the aforementioned criteria and requirements.
CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS
Reference: 2 CFR § 200 Appendix 11(E)
1. Overtime Requirements.
No contractor or subcontractor contracting for any part of the contract work which may requireor involve
the employment of laborers or mechanics shall require or permit any such laborer or mechanic, 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
Page 10 of 12 Updated Jan 19, 2016
damages shall be computed with respect to each individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each
calendar day on which such individual was required or permitted to work in excess ofthe standard
workweek of forty hours without payment of the overtime wages required by the clause set forth in
paragraph 1 above.
3. Withholding for Unpaid Wages and Liquidated Damages.
The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from any monies
payable on account of work performed by the contractor or subcontractor under any such contract or any
other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to
the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums
as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for
unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above.
4. Subcontractors.
The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs)
through 4 and also a clause requiring the subcontractor to include these clauses in any lowertier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor orlower tier
subcontractor with the clauses set forth in paragraphs 1 through 4 of thissection.
Page 11 of 12 Updated Jan 19, 2016
THIS PAGE INTENTIONALLY LEFT BLANK
Page 12 of 12 Updated Jan 19, 2016