Loading...
HomeMy WebLinkAbout05-02-2023 Airport CommissionIOWA CITY AIRPORT COMMISSION MEETING AGENDA AIRPORT TERMINAL BUILDING 1801 S. RIVERSIDE DRIVE IOWA CITY, IOWA TUESDAY MAY 2, 2023 - 2:00 P.M. 1. Determine Quorum 2. Items for Discussion / Action 1 min* a. Airport Construction Projects: 15 min i. FAA grant projects 1. Runway 12/30 Displaced Threshold/Relocation a. Consider a resolution accepting bids and awarding contract (A23-09) 2. Terminal Area Study a. Consider a resolution approving Work Order 10 with Bolton & Menk (A23- 10) 3. Adjourn *The times listed in the agenda are the anticipated duration of that particular agenda item. The actual discussion may take more or less time than anticipated if you will need disability -related accommodations in order to participate in this program/event, please contact Michael Tharp, Airport Manager, at 379-356-5045 or at michael-tha&o L&iowa-city, orq. Early requests are strongly encouraged to allow sufficient time to meet your access needs. Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 2 of 38 Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 Resolution number: Resolution accepting bids and awarding contract for the "Runway 12/30 Threshold" project. Whereas, Metro Pavers, Inc. of Iowa City, Iowa has submitted the lowest responsive bid of $872,229.80, which includes the base bid of $774,654.80, Alternate A bid of $62,700.00, and Alternate B bid of $34,875.00. Now, therefore, be it resolved by the Iowa City Airport Commission: 1. The bids for the above -named project are accepted. 2. The Award includes the options to construct Alternate A, the installation of precision approach path indicator (PAPI) guidance lights, and Alternate B, the installation of runway end identifier lights (REILs) 3. The contract for the construction of the above -named project is hereby awarded to Metro Pavers, Inc. of Iowa City, Iowa subject to the following conditions: a. That awardee secures adequate performance and payment bond, insurance certificates, and contract compliance program statements. b. Concurrence in the award by the Federal Aviation Administration. 4. The Chairperson is hereby authorized to sign and the Secretary to attest the contract for construction of the above -named project, subject to the conditions that the Federal Aviation Administration concurs in the award and awardee secures adequate performance and payment bond, insurance certificates, and contract compliance program statements upon instruction from legal counsel. Passed and approved this day of 12023. Approved by: Chairperson Attest: �, ",.. A Secretary City Attmey's Office It was moved by and seconded by the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Bishop Clair Lawrence Orozco Pfohl Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 O& LNK Real People. Real Solutions. April 13, 2023 Mr. Michael Tharp, Airport Manager Iowa City Municipal Airport 1801 S. Riverside Drive Iowa City, IA 52246 RE: Recommendation of Award Relocate Runway 12/30 Threshold — Phase 2 Construction Project FAA AIP Project No.: 3-19-0047-035-2023 BMI Project No.: OT5.128920 Dear Mr. Tharp, Page 3 of 38 401 1n Street SE Suite 201 Cedar Rapids, IA 52401 Ph: (319) 362-3219 Bolton-Menk.com At 3:00 p.m. CDST on April 10, 2023, bids were received for the Relocate Runway 12/30 Threshold — Phase 2 Construction project. The Engineer's Opinion of Probable Cost for the Base Bid of the project was $775,000.00. Bid Alternate 'A' was $25,000 and Bid Alternate 'B' was $25,000.00, for a total estimated cost of $825,000.00. Two (2) bids were received, both bidders were responsive, and bids are summarized as follows: Bidder City Base Bid Bid Alternate ,A, Bid Alternate ,B, Total (Base Bid Plus Both Alternates) Metro Pavers, Inc. Iowa City, IA $774,654.80 $62,700.00 $34,875.00 $872,229.80 Peterson Contractors, Inc. Reinbeck, IA $871,991.00 $61,360.00 $33,875.00 $967,226.00 The bid received from Metro Pavers, Inc. for the Base Bid was 0.045% less than the Engineer's Opinion of Probable Cost, and when both Bid Alternate 'A' and Bid Alternate 'B'were included, was 5.7%above the Engineer's Opinion of Probable Cost for the project. Although Bid Alternate 'A' was higher than anticipated, the cost to complete that work as a separate project would be higher than including it in this award, so we recommend inclusion of both bid alternates if funding allows. Their bid was determined to be the lowest responsive, responsible bidder for both the Base Bid and for any combination of the Base Bid and alternates. Bolton & Menk, Inc. has reviewed bid documents submitted and checked references on this bidder and was satisfied with responses given. Therefore, Bolton & Menk, Inc. recommends award of the Relocate Runway 12/30 Threshold — Phase 2 Construction Project to Metro Pavers, Inc., of Iowa City, Iowa, for the Base Bid and both Bid Alternate 'A' and Bid Alternate 'B', for the total amount of $872,229.80 (Eight Hundred Seventy -Two Thousand, Two Hundred Twenty -Nine and 80/100 Dollars), based on FAA concurrence and available funding. If funding is not available to include both bid alternates, the recommendation will be for award of the Base Bid in the amount of $774,654.80 (Seven Hundred Seventy -Four Thousand, Six Hundred Fifty -Four and 80/100 Dollars). The bid tabulation is attached for your use. Feel free to contact me should there be any questions related to this project. Sincerely, 6_;Pr Carl L. Byers,. Aviation Project Manager Attachment: Bid Tabulation 2023-04-13 - Letter of Recommendation to Iowa City.docx BuRur & Verk Is ar aouat uppurtunity empluytr Z 0 z JW 0 z mob L, 0 ME O Z O 5 m m a m ry � o a o 0 0 0 0 0 0 0 0 0 0 0 ry 0 C C �_ o o_ - m n o I m n w CD n CD v ry m m o ry o n CDm voi m r 3 E o Q m c w v c a o 0 o O o 0 0 0 o ry o o o c o 0 o O o 0 0 0 0 o a o 0 n 0 O wn` o 0 0 �o m rry w a c ry n m tD �O O O O O O O O O O O O O O O O O O O O O O O O O O O o O O O M o O m O o W V1 n M a N m O w � rv� ro m o c o 0 o Liz a j T R Y Vl N N N N N N N N N N N Vl N N M N a 'u Vl o M o M w ry o W O V O O O O O O O O ✓i O O O Ol N M N o0 0 ' 0 ro a c � ry N o o 0 a 0 o o 0 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �o o o m a a �n o o o IR 0 0 a N O W a O N W O O O V � E ul Vl �O n w O Q � m y o N h 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 c d u O O O O O O O O O O O O O O O O c O O OOl O O ti � N O O N r N O O C A O tN0 O O W m O M N Vf VI N N O f N O N N N N c o o o a _ 2i N a � 3 p a a 3 u z z z u z a z o a z p w p o F w F w w 5 0 Q w z z o J z o x u w a o o o Y Y z p O w ~O a O z O G = N o F o m O z F S 4 U w 4 z ✓' z o w z z O w d a N J E r ¢ OD¢ O z z z u a LL w m O z u z T d z Z = Z ¢ O O O z Ou ¢ Q M m u u w C O N W O+ o a Z L, 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 o p � 0 o ry vl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O � Vl a m O m ifl w w _ N _ O o o O 0 0 _ O 0 o O 0 O 0 a O 0 m - O 0 o O 0 io O 0 O 0 m O 0 v O 0 m O 0 o O 0 = O m O 0 a 14 m I- K c a a0 m Y Y C a O N .n .n N .n Vl N N in in .n N N in N N N in N N N s V C O O O O O O O O O O O O O O O O O O N N o v 0 m m 0 0 0 0 0 0 0 0 0 0 d O� O Vl N N N O VI W O 6 C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O m o 0 0 0 0 o Ill O O O co O a O w O o O N m O a '^ - 0 E ^ Ilz a ^ j T R Y 6 N N Vl M N Vl N N N N Vl N N N N N N N N N VL 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a 3 w Ln o 0 0 o ry o o a o 0 0 0 0 0 0 o m o 0 rvi vi of m o 0 0 0 0 0 0 0 0 0 6 K 0 0 0 0 o m o o m o 0 0 0 0 0 0 o m o o p 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 o p O O O O O O O O O O O O O O O O O O O O 0 C t0 N m O O O O O O O ' O O O VI O ul O O O N O N O W O O O O O O O N O O O O C n� E E ul ^ o ^' a " d o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a o 0 m a y m o 0 m o 0 0 o m o 0 0 0 0 0 0 0 0 0 0 u r.i n o 0 o N �i vi o 0 0 0 0 0 0 0 0 0 0 C O a` O P O O O O O O O O O N �Lri N M N M M r O O O O 0 m a v o Lr Lq O m o 0 � a W m o F 0 o z w w m w O z z m O J z I z 3 r i o z o m z J wz K 2 x N w u r K 0 W w O o o z 3 r r o a s n o 0 z z z a s o wz zva, o r w y m u o a F m m o 0 O o f w O z z z m 1 w o 3 a > > ? o o 'o a " u LL u z z N o 0 0 a u d? 0 2b 2 > o w w w O O u ¢ a ¢ m m m l� z z F a o o m m m w a o z o x z a a a s a z z m w z z m o a o i r N o N N o z o N o o _ z z S o j O r ry o Q z a w p Y z o u v z ¢ z 3 u a o a ir m e z z� z- m S o N ry ry a ry ry ry ry N o m m m a m m m m Z ry N m m L, 0 0 0 o p o O O o p C 3 v v o m 3 o a m Y Y L a N u C a y O D O O dN d O O m 6 L v. +n rn o ✓n 0 0 0 o p p o d G V e Ilz o a j T R Y n V N Vl M N N 0 0 0 0 0 3 w o 0 0 0 6 O C O O O O O p O O O O p C O N N O O W Q Q L Y .0 3 O m vi . V E N o„a -� n N y a N c i a o 0 0 0 ac 6 0 .� co C 7 L R � of vl 3 CF a L a W � a Z w � o a O z z m o � ' u m x u Q � z F O m z o r o a u z o a p r u z z - � z � r O 0 z - a o z a r p 0 O z _ z z r o � p V � Z V W Z y u o 0 � � p O = m z a o y i9 � m Q ✓rr - m w o z x D o i o m z z r z a EoQaaQ z m C ro a o 0 0 o p O O O O O p � CLq O O O VI P O O O cD uj W 0 3 E N m o Q n Y Y c a N V w i O W n 'E M 1/F t/n Li N i/F 0 0 0 0 0 +i 0 o o o p p V vi m o a W � ¢ u 0 0 0 0 0 0 3 w o 0 w o" m � m 6 6 0 � - n` o C N O O O O O p O O O O O p C ut h L N O N c u E r N N n Q O a N a y a w o m C 10 VI N 4 m m � a Z w � o a � o ¢ O z c m o O ' u m x u Q F o z O z z m z o � a a u z_ o a � r m u z � C o r z m 3 G 0 z ¢ o z y o O z z z o w 0 m O r Z O m V I p p V w Z Z u m p x z w o Y r "o w a a 6 Z ¢ O \ vyi yN W a 3 3 G w - a a c w m - J m �o O z u zz z r z u m E Z m m m m m r O a n Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 7 of 38 r., U.S. Department of Transportation Federal Aviation Administration April 24, 2023 Mr. Michael Tharp Airport Manager Iowa City Municipal Airport 1801 S. Riverside Drive Iowa City, IA 52246 Central Region Iowa, Kansas, Missouri, Nebraska Re: Iowa City Municipal Airport (IOW); Iowa City, IA AIP No. 3-19-0047-035 Relocate Runway 12/30 Threshold - Phase 2 Construction Subject: Concurrence in Award Dear Mr. Tharp: Concurrence in Award of Construction Contract 901 Lacust Kansas City, Missouri 64106 (816) 329-2600 We concur in the award of the contract to Metro Pavers, Inc. for $872,229.80 for the development proposed by this project. Be advised that our concurrence represents a determination for eligibility of costs and should not be construed as a commitment of Federal funds. What you need to do now After award of the contract and the Congressional release please schedule the Preconstmction Conference. Be sure to invite, as appropriate, your local FAA System Support Center (SSC) technician(s), FAA Air Traffic Organization (ATO) representative(s) and the Federal Security Director. Provide at least 10 days advance notice of the meeting's date and an advance copy of the agenda to all attendees and my attention. What we will do next We will authorize you to issue the Notice to Proceed (NTP) after the following documents have been submitted to my attention: • Executed Grant Agreement, • Executed Construction Contract and Performance and Payment Bonds, • Issued for Construction Plans and Specifications • Preconstruction Conference Minutes. Questions If you have any questions, please contact me at (816) 329-2619 or anthony.pollard@faa.gov. Sincerely, Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 8 of 38 Page 2 of 2 Concurrence In Award IOW 035 i �. ...1 ti I� Anthony Pollard State Airport Engineer - Iowa Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 9 of 38 Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 Resolution number Resolution approving Work Order No. 10 with Bolton & Menk, Inc. for professional services related to "terminal building and gateway entrance" improvements. Whereas, the Iowa City Airport Commission entered into a contract entitled "Master Agreement" with Bolton & Menk, Inc. on February 22, 2019, to provide engineering services for Federal Airport Improvement Program Projects; and Whereas, Section 1 Paragraph B of said agreement provides that the parties may agree to additional services as described in Work Orders; and Whereas, the Iowa City Airport Commission and Bolton & Menk, Inc. have previously approved Work Order No.s 1, 2, 3, 4, 5, 6, 7, 8 and 9; and Whereas, the Commission and Bolton & Menk, Inc., now desire to enter into Work Order No. 10, a copy of which is attached; and Whereas, it is in the best interest of the Commission to enter into Work Order No. 10. Now, Therefore, be it resolved by the Airport Commission of the City of Iowa City: The Chairperson is authorized to sign and the Secretary to attest to the attached Work Order No. 10. Passed and approved this day of Chairperson Attest: Secretary It was moved by and seconded by adopted, and upon roll call there were: Ayes Nays 2023. Approved by Qr,,,,,� i !acl� Oa. City Att rney's Office Absent the Resolution be Bishop Clair Lawrence Orozco Pfohl Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 10 of 38 WORK ORDER # 10 TO PROFESSIONAL SERVICES CONTRACT AIP No 3-19-0047-036-2023 TERMINAL BUILDING AND GATEWAY ENTRANCE CONCEPT DEVELOPMENT IOWA CITY MUNICIPAL AIRPORT IOWA CITY, IOWA BETWEEN: Iowa City Airport Commission (CLIENT) AND: Bolton & Menk, Inc. (CONSULTANT) EFFECTIVE DATE: December 28, 2022 RECITALS 1. Client operates the Iowa City Municipal Airport (FAA Identifier IOW) located in Iowa City, Iowa. 2. This is Work Order No. 10 to the Professional Services Contract, between Client and Bolton & Menk, Inc. The Professional Master Services Contract effective February 21, 2019, is referred to herein as the "Master Agreement," and is incorporated as if fully set forth herein. AGREEMENT DESCRIPTION The CONSULTANT agrees to provide Terminal Building and Gateway Entrance Concept Development Services for the Iowa City Municipal Airport (herein referred to as the Project). TASK 1: TERMINAL BUILDING CONCEPT DEVELOPMENT This work will be completed by Bolton & Menk, Inc and subconsultant M. Arthur Gensler Jr. & Associates, Inc. ("Gensler"), hereafter referred to as "BMI Team". Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 11 of 38 Iowa City Municipal Airport April 2023 A. PROJECT A.1a Project Description. The existing airport terminal at the Iowa City Municipal Airport was completed in 1953 and is 70 years old this year. The main airport entrance has also been in the same location for several decades, with trees lining the existing entrance drive nearing the end of their life and starting to die. The terminal has been an important asset to the Airport and City for 70 years. However, it has reached its useful life and has not modernized as airport needs have changed over the years. The FBO is short of space for operations and flight instruction, airport managers' space and public space needs upgrading, building systems are aging, and future development of utilizing the existing terminal and entrance is limited. This project will examine the existing terminal building, entrance drive and parking, aesthetics of the airport from the adjacent highway, and associated limitations. As the Airport is one of the primary "gateways" to the City of Iowa City as well as the Airport, this study will identify overall needs of the Airport and then create improvements meeting those needs as future projects moving forward with the entire terminal area (including both the building and the entire entrance area as shown on the attached sketch) to set a path for future development of this key airport asset. Several levels of upgrades will be examined as defined in this Scope of Work. The conclusion of the study will include deliverables as follows: 1. A documented summary report of the planning process describing the criteria and goals to be achieved, the alternatives reviewed and considered including the background and conclusion of each alternative, and the recommended or selected alternative for future development. 2. Exhibits illustrating the four (4) building and associated gateway entrance options considered as described below. The Pros and cons of each option will be documented. 3. Meeting minutes as an appendix to the documented summary report. A1.b Additional SOW details. The project includes the study of redevelopment options of a 1950's-era terminal facility designed by architect Henry L. Fisk located at the Iowa City Municipal Airport in Iowa City, IA (the "Project"). While a recognizable building in Iowa City, it is our understanding the terminal is not an identified historic structure that requires special coordination and/or approvals from the State Historic Preservation Office of Iowa. The multipurpose terminal facility is owned by the City of Iowa City and operated by the Iowa City Airport Commission. BMI Team shall provide four distinct studies/options for the terminal's redevelopment and associated gateway entrance, considering the advantage and disadvantage of each option. These four options are: 1. Do Nothing 2. Light touch renovation of the existing terminal facility 3. Heavy renovation and possible expansion of the existing terminal facility 4. Demolition and replacement of the existing terminal facility The terminal should serve as an integral community asset that contributes to the region's economic vitality and evokes community pride. Its preliminary program is assumed to support continued General Aviation services and include the following: H AlACVIA\0T5128246\0_Terminal Bldg and Gateway Entrance\A_Project Management\2_Contracts\Contract\2023-04-28 - IOW 128246 WO No 10 - Final.doc Page 2 of 13 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 12 of 38 Iowa City Municipal Airport April 2023 Existing Areas • Lobby • Meeting room • Airport management and operations offices • Jet Air FBO terminal operations • Redbird TD2 simulator space Potential Area(s) to be Examined in Options 3 and 4 above • Event venue with catering kitchen During the Feasibility Study & Pre -Concept Design effort the compatibility of the program, budget, and building size will be validated and/or reevaluated. A.2 Proiect Budget. The Client will provide and BMI Team will review Airport Commission and staff overall project and construction budget goals for the Project (the "Project Budget") prior to the commencement of services. The Project Budget will include appropriate amounts for design and construction contingencies, consistent with the nature of the Project. As part of this work's deliverable, BMI Team will provide a Conceptual Opinion of Probable Costs prepared based on an appropriate cost/sq ft range. A Project construction budget is not yet known. A.3 Project Schedule. BMI Team will develop a Project Schedule ("Schedule") of important milestones for Airport Commission and staff's review and approval. During design, BMI Team will monitor the Project for conformance with the Schedule, and BMI Team will notify Client of any necessary changes in the Schedule. This agreement assumes a 6 month duration after the notice to proceed. B. SCOPE OF SERVICES PROVIDED BY BMI TEAM Client and BMI Team will each provide the names of their key Project team members, including the primary contact person and the person authorized to make decisions. Meetings may be conducted by telephonic, videoconference, or other remote means. B.1 BASIC SERVICES BMI Team's Basic Services include design consulting services for architectural design and interior space planning. Bolton & Menk will provide the following supporting design services, if required for the Project: civil engineering, landscape architecture, siting, environmental, site circulation, parking design, and 7460 consulting. BMI Team members will work cooperatively to provide backgrounds of architectural drawings to team members, showing locations of architectural design elements that influence the layout of engineering and other systems as required. H AlACYIA\0T5128246\0_Terminal Bldg and Gateway Entrance\A_Project Management\2_Contracts\Contract\2023-04-28 - IOW 128246 WO No 10 - Final.doc Page 3 of 13 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 13 of 38 Iowa City Municipal Airport April 2023 B.1.1 PHASE ONE —PRE-DESIGN B.1.1.1 Proiect Start-up/Kickoff. Upon Client's authorization to proceed, key representatives of Client, City, and BMI Team, as well as other appropriate consultants, will meet virtually to kick off the Project. The purpose of the meeting is to establish the parties' mutual understanding of the Project objectives, Project Schedule, Project Budget, and delivery process. The agenda may include the following • Introduction of key team members, including each party's primary contact and the person authorized to make decisions • Discussion of Project performance targets • Discussion of Schedule milestones, including process & durations • Discussion of the process for establishing the Project Budget • Review and discussion of existing site conditions and project priorities • Discussion of communication protocols • Identification of key personnel and protocols for invoicing and payment • Discussion of LEED or other sustainability objectives B.1.1.2 Airport User Survey. BMI Team will prepare a pilot, business, and user survey to be mailed to registered aircraft owners, businesses, and identified users within the airport service area. This survey will request information on how the terminal building and airport is currently being used and what additional services or facility improvements should be offered. This will provide Airport Commission and staff's insights on services it offers to users of the Iowa City Municipal Airport as well as use the operations analysis from the existing Master Plan study, which includes future airside improvements. This will provide additional insights on programing needs for the new terminal building. The Client will provide BMI a list of existing and potential business users to survey and will provide addresses and contact person for these businesses and any known general aviation users. The list should contain known users of the airport and businesses who would use the airport if airport facilities were improved. BMI will tabulate the results of the user survey and use this information to generate independent forecasts for land side facility improvements. B.1.1.3 Programming. Program confirmation will occur concurrently with the kick-off meeting. BMI Team will prepare a programming report (the "Program"), which will include a statement of overall Project objectives, descriptions of Client's qualitative and quantitative Project requirements, and Client's budget objectives. BMI Team will provide an electronic copy of the Program to summarize decisions agreed upon during the kick-off meeting. B.1.1.4 Existing Site Conditions. BMI Team will review record documentation provided by Client of the existing site conditions. It is assumed that a digital survey and as -built drawings of the existing terminal are very limited and/or not available. BMI Team may visit the Project site to verify reasonably observable conditions and leverage other publicly available information (such as Google Earth) to establish a broad set of information related to the existing terminal. Client acknowledges that demolition can reveal pre-existing, hidden conditions, which may require Additional Services and/or modifications to the Project Budget and/or Schedule. This task item will include evaluation of the existing terminal for re -use, including, but not limited to, the following areas: H AlACVIA\OT5128246\0_Terminal Bldg and Gateway Entrance\A_Project Management\2_Contracts\Contract\2023-04-28 - IOW 128246 WO No 10 - Final.doc Page 4 of 13 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 14 of 38 Iowa City Municipal Airport April 2023 • Structural (Potential for Added Structural Loads) includes the following: o A single site visit to visually assess the structural condition of the visible portions of the building. o Review of the existing drawings available o Internal coordination meetings o Participation in the Design Discovery meeting o Evaluation and feedback of the proposed architectural concepts • Building Envelope (Requirements for Long Term Viability if Renovated) • Mechanical / Electrical (Needed Updates for Long Term Viability and Meeting Current Code Requirements) • Environmental considerations of changes to existing building (i.e. —asbestos) • Historical considerations relating to changes to or demolition of existing terminal includes the following: o Federal regulations regarding cultural resources: National Historic Preservation Act (1966) Section 106 and implementing regulations at 36CFR 800 - applicable where there is Federal involvement — anticipated to apply o Project Description The project includes the study of redevelopment options of a 1950's-era terminal facility designed by architect Henry L. Fisk located at the Iowa City Municipal Airport in Iowa City, IA (the "Project"). The terminal facility has been determined eligible for listing on the National Register. For this reason special consideration must be given to any changes to the building and must follow the Section 106 process for historic properties for an undertaking to minimize, mitigate or avoid potential effects. c Task 1. Basic Services This task will pertain to any questions the team might have for the cultural resources expert regarding how to approach the historic property or to give guidance to the team regarding the Section 106 process. This task may also include coordination with interested parties, including the State Historic Preservation Office and potentially the Iowa City Heritage Preservation Commission. o Task 2. Review existing documents: Secretary of the Interior qualified architectural historian will review the existing documents to verify the eligibility of the terminal facility and its character defining features to assist designers during the design process. o Task 3. Review design options Secretary of the Interior qualified architectural historian will review the options for design and provide a recommendation of potential effects to the historic property. This review may also provide recommendations for minimizing or avoiding any potential adverse effects, if any. This information will be provided in a memo that will be supplied to the federal agency for their, review, concurrence, and determination of project effects in their consultation with the State Historic Preservation Office (if needed). o Please note the above does not include mitigation for an adverse effect if the design is determined to have such an effect. This scope will need to be developed separately. Also included in this task will be evaluation of adjacent buildings to the terminal for aesthetics and potential improvements to complement an updated terminal building. This task will not include specific design of H AlACVIA\0T5128246\0_Terminal Bldg and Gateway Entrance\A_Project Management\2_Contracts\Contract\2023-04-28 - IOW 128246 WO No 10 - Final.doc Page 5 of 13 Airport commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 15 of 38 Iowa City Municipal Airport April 2023 improvements, but only a basic evaluation. B.1.1.5 Design Discovery. BMI Team will participate in one, in -person three-hour collaborative design discovery meeting with key Airport Commission and staff representatives required to make design decisions (including consultants). As appropriate for the Project, the objectives of the meeting may include the following: • Program Review/Adjustment. Review the Program, Project site, existing conditions, Project Budget and Project Schedule, and obtain Client's direction regarding any adjustments to the Program and any other Project parameters. • Design Purpose. Articulate and review Airport Commission and staff's strategic goals for the Project and refine the Project's design purpose. • Design Experience. Review basic aesthetic design precedents to evaluate aesthetic possibilities and obtain Client's direction regarding the Project's design aesthetic. BMI Team will prepare minutes documenting any Program adjustments, design direction, and issues which the parties may agree to address at a later stage. BMI Team will issue such minutes to the Client for review and approval. Client may request or BMI Team may recommend further or separate design discovery meetings or other services as Additional Services. B.1.2 PHASE TWO —PRE-CONCEPT DESIGN Phase Two services will commence when Airport Commission and staff have confirmed the Program and other initial information established in Phase One and directed BMI Team to proceed accordingly. B.1.2.1 Feasibility Study & Pre -Concept Design. Based on the approved Program, BMI Team will study four distinct options as outlined in Section A. Design diagrams and massing models that depict the preliminary, basic design concepts will be developed including: • Conceptual floor plans illustrating program requirements and established adjacencies • Architectural narrative describing primary building systems and potential interior/exterior materials • Digital visualizations illustrating potential architectural character of the proposed facility • Digital visualizations illustrating potential character of new monument sign at Airport Entrance/ Riverside Drive (in collaboration with Task 2 Gateway Entrance) • Input on conceptual site plan (led by Bolton & Menk) illustrating proposed building siting and associated parking/site improvements • Conceptual Opinion of Probable Costs associated with the proposed design, based on appropriate cost/sq ft ranges BMI Team will provide the Feasibility Study & Pre -Concept Documents in PDF format, meet with the Airport Commission and staff virtually to review the material, and present the design to the appropriate stakeholders. B.1.2.2 Feasibility Study & Pre -Concept Design Final Report. BMI Team will create a Final Report summarizing the overall study and pre -concept design effort and identifying one revised concept which will serve as the preferred option. HA ACVIA\0T5128246\0_Terminal Bldg and Gateway Entrance\A_Project Manage ment\2_Contra cts\Contract\202 3-04-28 - IOW 128246 WO No 10 - Final.doc Page 6 of 13 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 16 of 38 Iowa City Municipal Airport April 2023 B.2 PUBLIC OUTREACH We understand that it is our charge to turn needs and goals into program, and to transform that program into space. The BMI Team will assist the Airport Commission and staff in fostering an enhanced dialogue with the community to foster an open dialogue and build both relationships and consensus across a range of stakeholder groups. B.2.1.1 Community Visioning Session. A public Visioning Session can be a useful exercise in building consensus with the community and finalizing the Terminal Redevelopment program and aesthetic direction. The team envisions one (1) visioning meeting that would include approximately two-hour workshop at the existing terminal facility or other location to be identified that will bring together stakeholder groups and individuals who have not yet been involved in the process. BMI Team will facilitate the workshop, in which the draft program elements will be presented to the stakeholders and community for discussion (note: this Visioning Session would take place in commencement with Phase Two — Pre -Concept Design). The format of the workshop may include, but is not limited to: brief presentations by Airport Commission and staff and the BMI Team, visioning exercises conducted in small groups, breakout sessions to discuss specific issues, and a period for reporting back to the larger group on the results of the visioning exercises and small group discussions. BMI Team anticipates that the Airport Commission and staff will take the lead in finding an appropriate venue for the workshop. Following the Visioning Session workshop, BMI Team will convene with Airport Commission staff virtually to review the overall findings of the workshop, and to reconcile/revise the draft program in accordance with feedback received from stakeholders and individuals. Deliverables may include: • Program Presentation (PowerPoint or other Digital Format) • Facilitation/Visioning Exercise Materials (Posters, Banners, etc.) • Handouts/Questionnaires/Surveys • Summary Document of Visioning Workshop • Final Program (may be included in Summary Document) B.2.1.2 Pre -Concept Options Community Share -Out. In order to gauge the community's reactions to the four pre -concept options and the preferred option, a second public workshop will be held. BMI Team will facilitate the workshop to engage the wider stakeholder and community audience that participated in the earlier - completed Visioning Session. It is anticipated that the workshop will follow a similar format, with brief presentations of the pre -concepts, and small group exercises intended to identify a preferred option, or preferred elements of the options. Again, BMI Team anticipates that Airport Commission and staff will take the lead in finding an appropriate venue for the Community Share -Out. Following the Community Share -Out, the team will convene with Airport Commission staff virtually to review the overall findings of the workshop, and to align the Airport Commission and staffs goals with the feedback received from stakeholders and individuals. B.2.1.3 On -Going Communication and Feedback. Communication is an ongoing process and a major component of any airport project. Successful communication includes open dialogue between airport staff, Iowa City Airport Commission, airport users, the public, and the consultant. The BMI Team will set up opportunities to receive from and communicate to stakeholders and general public in the following areas. • Social media such as YouTube, Facebook, and Twitter H AlACYIA\0T5128246\0_Terminal Bldg and Gateway Entrance\A_Project Management\2_Contracts\Contract\2023-04-28 - IOW 128246 WO No 10 - Final.doc Page 7 of 13 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 17 of 38 Iowa City Municipal Airport April 2023 • Develop a customized web page for this study which allows the public to receive updates and provide feedback throughout the planning process 3.2.1.4 Additional Community Meetings. (Optional service). Often times it is necessary to follow up with stakeholders and the general public based on input and response at the Visioning Session and/or at the Community Share -Out. Additional meetings will be available at an additional cost of approximately $5,500 per meeting. 3.2.1.5 High -quality Renderings. (Optional service). CGI inspirational renderings to illustrate the project ideas and design can be provided upon Airport Commission and staff request. Each high -quality rendering is an additional cost of approximately $3,800 per view. H AlACVIA\0T5128246\0_Terminal Bldg and Gateway Entrance\A_Project Management\2_Contracts\Contract\2023-04-28 - IOW 128246 WO No 10 - Final.doc Page 8 of 13 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 18 of 38 Iowa City Municipal Airport April 2023 TASK 2: GATEWAY ENTRANCE CONCEPT DEVELOPMENT A. Client/Stakeholder kickoff meeting Conduct one kickoff meeting with the Client and any stakeholders recommended by the client to set goals and objectives for the project. The meeting shall be done in conjunction with architectural conceptual design. Feedback from this meeting will be used to develop the initial preliminary concepts. Deliverables: Meeting minutes B. Development of preliminary concepts Based on feedback from the initial kick off meeting and from architectural conceptual sketches, Bolton & Menk shall develop four preliminary concepts that will take into account the various building forms developed by the architect. Preliminary concepts shall have a variety of treatment levels and will have a conceptual level of construction costs associated with each concept. The intent is to showcase pedestrian and vehicular connections; develop wayfinding, placemaking and signage; and create an overall theme for each concept. Deliverables: Four plan view concepts, associated imagery vignettes, and conceptual level cost estimates for each plan C. Client meeting to review preliminary concepts Bolton & Menk will facilitate a client meeting to review preliminary concepts and gather ideas and elements for the refined concept. Deliverables: Meeting minutes D. Develop one refined concept and cost estimate for inclusion in grant submittal Based on feedback from the client review of preliminary concepts, a refined concept shall be developed which will include a full color plan rendering, character imagery, and a refined conceptual cost estimate. Deliverables: Full color plan rendering, refined conceptual cost estimate TASK 3: ENVIRONMENTAL REVIEW A. Environmental Evaluation CONSULTANT will identify potential environmental impacts related to each of the four options for the terminal and airport entrance area. Key areas to be identified include historical aspects of the existing terminal building, possible presence of asbestos within the existing terminal building and the associated impacts of each level of development for each option. HA ACYIA\0T5128246\0_Terminal Bldg and Gateway Entrance\A_Project Manage ment\2_Contra cts\Contract\202 3-04-28 - IOW 128246 WO No 10 - Final.doc Page 9 of 13 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Iowa City Municipal Airport Page 19 of 38 April 2023 TASK 4: PREPARE GRANT APPLICATION AND GRANT CLOSEOUT A. Prepare Grant Application The Application may be prepared after the project design has been completed and the bids accepted or the FAA may require the Application to be completed early during the design phase. Preparation of the Application will include the following: o Prepare Federal Grant Preapplication Checklist o SF-424 o Prepare FAA Form 5100-100 including Program Narrative, discussing the Purpose and Need of the Work and the Method of Accomplishment o Sponsor Certification (total of six) The Consultant will submit the Application to the Sponsor for approval and signatures. After obtaining the necessary signatures, the Sponsor will forward the signed Application to the FAA for further processing. B. Grant Reimbursements Consultant will assist Sponsor with up to six (6) grant reimbursement applications and track the overall project budget with the grant. C. Project Closeout Prepare one (1) FAA long -form grant closeout report for the grant to cover the projects identified in this scope of services. The closeout report elements include a project summary, final certifications, summary of grant payments, and outlay report. This work includes research to determine final project costs, preparation of the report, coordination with the Airport, State, and FAA -ADO for review, and preparation of final documents for Airport approval. I.B. ADDITIONAL SERVICES Consulting services performed other than those authorized under Section I.A. shall not be considered part of the Basic Services and may be authorized by the Sponsor as Additional Services. Additional Services consist of those services, which are not generally considered to be Basic Services; or exceed the requirements of the Basic Services; or are not definable prior to the commencement of the project; or vary depending on the technique, procedures or schedule of the project contractor. Additional services may consist of the following: 1. Additions to the project outside of this scope. 2. Additional building investigation required for the Project. 3. Additional field investigation required beyond those specified. 4. Completion of additional special studies not identified in Section LA and I.B. 5. Periodic completion of grant reimbursement requests (i.e. Credit Applications). 6. Attendance of additional meetings beyond those identified in the above scope. 7. All other services not specifically identified in Section I.A. H AlACVIA\0T5128246\0_Terminal Bldg and Gateway Entrance\A_Project Management\2_Contracts\Contract\2023-04-28 - IOW 128246 WO No 10 - Final.doc Page 10 of 13 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 20 of 38 Iowa City Municipal Airport April 2023 I.C. COMPENSATION Compensation to BMI Team for Basic Services, Additional Services, and Reimbursable Expenses will be as described below. When BMI Team's compensation is based on hourly rates, the rates will be those set forth in BMI Team's Standard Hourly Billing Rates. CA Basic Services. Compensation for Basic Services will be the lump sum shown in Section I.D. C.2 Additional Services. Compensation for Additional Services (if not agreed upon as a lump sum amount) will be based on BMI Team's Standard Hourly Billing Rates. C.3 Reimbursable Expenses. Reimbursable Expenses included in the Lump Sum fee are based on trips and reproductions defined above and include the following: a. Reproduction, shipping, handling, and delivery. $0.00 b. Mileage, tolls, cab fares, and parking. $0.00 c. Authorized out-of-town travel, including travel time and reasonable living expenses. $4,390.00 (4 individual trips) For additions to scope of work as noted in "I.B, Additional Services", in addition to compensation for Basic and Additional Services, include expenses incurred by BMI Team and BMI Team's consultants in the interest of the Project, including, but not limited to the following: J. Renderings, models, mock-ups, and photography. e. Sales taxes and other transactional taxes, and fees paid for securing approval of authorities having jurisdiction over the Project. f. Additional insurance coverage or limits requested by Client in excess of that normally provided by BMI Team and Gensler's consultants. Compensation for Reimbursable Expenses incurred by BMI Team in connection with the Project, including without limitation, reproduction costs for providing additional copies of deliverables described in Section B.1, will be based on amounts invoiced to BMI Team, plus fifteen percent (15%). Reimbursable expenses for work beyond those defined as included in Basic Services will be completed at cost plus as stated herein. CA Consultants. There are currently no additional Consultants included in the scope of the project. Should their input be required or requested, Consultants' fees will be compensated based on amounts invoiced to BMI Team, plus ten percent (10%). C.5 Progress Payments. Progress payments will be made monthly. Where BMI Team's fee is based on a lump sum, progress payments for Basic Services will be based on the percentage of services provided during the previous month. H AlACVIA\0T5128246\0_Terminal Bldg and Gateway Entrance\A_Project Management\2_Contracts\Contract\2023-04-28 - IOW 128246 WO No 10 - Final.doc Page 11 of 13 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Iowa City Municipal Airport Page 21 of 38 April 2023 I.D. CONSIDERATION The services described above in Section I.A. BASIC SERVICES shall be provided as follows: TASK Estimated Fee Method of Compensation B.1 Terminal Building Concept Development $ 95,570.00 Lump Sum B.2 Public Outreach $ 50,020.00 Lump Sum 2. Gateway Entrance Concept Development 3. Environmental Review 4. Prepare Grant Application and Grant Closeout Architectural Travel Expenses TOTAL AUTHORIZED FEE Estimated Federal Share BIL Funds (90%) Estimated Local Share (10%) $ 28,180.00 Lump Sum $ 12,150.00 Lump Sum $ %640.00 Lump Sum $ 4,440.00 $ 200,000.00 $ 180,000.00 $ 20,000.00 LUmD Sum Lump Sum The Lump Sum fee does not include reimbursable expenses, except as defined above as included in Basic Services. Progress payments shall be made in accordance with Section III of the Master Agreement. The consulting services authorized under Section I.A. will be performed under the following schedule or as authorized by the CLIENT as the BASIC SERVICES proceed. See attached schedule for more details. TASK SERVICE DESCRIPTION DATE 1 Terminal Building Concept Development March 2023—September 2023 2 Gateway Entrance Concept Development March 2023 —September 2023 3 Grant Application and Closeout November 2023 H:\IACVIA\0T5128246\0_Termina1 Bldg and Gateway Entrance\A_Project Management\2_Contracts\Contract\2023-04-28 - IOW 128246 WO No 10 - Final.doc Page 12 of 13 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 22 of 38 Iowa City Municipal Airport April 2023 I.F. AUTHORIZATION Iowa City Airport Commission Bolton & Menk, Inc. By: By: �4�/28/2023 Judith Pfohl, Chair Date Ronald A. Roetzel, P.E. Date Iowa City Airport Commission Aviation Services Manager Attest: City Attorney's Office Date Attachments: Exhibit I — Project Fee Breakdown Exhibit II — Survey Limits Exhibit III — Federal Provisions H AlACVIA\0T5128246\0_Terminal Bldg and Gateway Entrance\A_Project Management\2_Contracts\Contract\2023-04-28 - IOW 128246 WO No 10 - Final.doc Page 13 of 13 2 O O M o 0 0 6 0 0 N o r vi vi m m c v o 0 � q N p O O p 6 ti v1 m o 0 _ p p N � a � z ¢` � ❑ p o 0 C Q C CO W W O N ^ O pWO O 00 F Q 6 m O m n o0 p p 0 - 6 m ✓% � C O p y p w ¢ o 0 p 2 A N O O O W 4 C � Q M N a U � � Y O C d O O 1 z ❑ c .�i. o _ o r � o m — ° a 0 o 0 p p Q y o o x d C W p N N N � 4 N N OJ W Q C VI w d C N N N H N vo o « o _ ° c v c N o o 0 0 ❑ a .n n v o O 5 o U o U n C m C a a U F F 2 a o 4 c J � W OO C O s0 m x w w O ❑ u ° a 15 H W w m w « U m H ❑ a u ❑ F 3 N °« n - ❑ 3 C w O « 'c g m ❑ o ¢ � _ m 0 E m� ° c E O�❑ o u 0 3 c z° N m c E v r a a i u a` O F F m N M m a ti O N C N C w O mInm InIn In _ m U 6 Lu 0 CL >- E V) _0 < Y fu to (u -a E 'R.o LU u m o 0 z -T< 0 CL Qru Lu cr Z:) Q- 0) cc < z FE.. LU E CLO Z F7 < a) LU TV Airport Commission Agenda & Info Packet fAeeFiNV[l IryK F1123 Page 25 of 38 FEDERAL CONTRACT PROVISIONS FOR A/E AGREEMENTS ALL REFERENCES MADE HEREIN TO "CONTRACTOR", `PRIME CONTRACTOR", "BIDDER", `OFFEROR', AND "APPLICANT" SHALL PERTAIN TO THE ARCHITECT/ENGINEER (A/E). ALL REFERENCES MADE HEREIN TO "SUBCONTRACTOR", "SUB -TIER CONTRACTOR'S OR "LOWER TIER CONTRACTOR" SHALL PERTAIN TO ANY SUBCONSULTANT UNDER CONTRACT WITH THE A/E. ALL REFERENCES MADE HEREIN TO "SPONSOR" AND "OWNER" SHALL PERTAIN TO THE STATE, CITY, AIRPORT AUTHORITY OR OTHER PUBLIC ENTITY EXECUTING CONTRACTS WITH THE A/E. PROVISIONS APPLICABLE TO ALL CONTRACTS ACCESS TO RECORDS AND REPORTS Reference: 2 CFR § 200.334 2 CFR § 200.337 FAA Order 5100.38 The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. CIVIL RIGHTS — GENERAL Reference: 49 USC § 47123 In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. Page 1 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 26 of 38 CIVIL RIGHTS —TITLE VI ASSURANCES Reference: 49 USC § 47123 FAA Order 1400.11 Title VI Solicitation Notice The Sponsor, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 USC § 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 USC § 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 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance); • The Age Discrimination Act of 1975, as amended (42 USC § 6101 etseq.) (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 (49 USC § 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-259) (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 (42 USC § 12101, et seq) (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) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Page 2 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 27 of 38 • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations (ensures nondiscrimination 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. 74087 (2005)]; • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC § 1681, et sec). Nondiscrimination Requirements /Title VI Clauses for Compliance Compliance with Nondiscrimination Requirements: During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor will provide all information and reports required by the 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 by the Sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the Sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. Page 3 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 28 of 38 5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non- discrimination provisions of this contract, the Sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the 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 provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the Sponsor to enter into any litigation to protect the interests of the Sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT Reference: 2 CFR § 200, Appendix II(K) 2CFR §200.216 Contractor and Subcontractor agree to comply with mandatory standards and policies relating to use and procurement of certain telecommunications and video surveillance services or equipment in compliance with the National Defense Authorization Act [Public Law 115-232 § 889(f)(1)]. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) Reference: 29 USC § 201, et seq 2 CFR § 200.430 All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor —Wage and Hour Division. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 Reference: 20 CFR Part 1910 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious Page 4 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 29 of 38 physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (29 CFR Part 1910). The employer 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 Part 200, Appendix II(F) 37 CFR Part 401 Contracts or agreements that include the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR part 401, Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the patent and inventions rights as specified within 37 CFR § 401.14. Contractor must include this requirement in all sub -tier contracts involving experimental, developmental, or research work. SEISMIC SAFETY Reference: 49 CFR Part 41 In the performance of design services, the Consultant agrees to furnish a building design and associated construction specification that conform to a building code standard that provides a level of seismic safety substantially equivalent to standards as established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their building code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. At the conclusion of the design services, the Consultant agrees to furnish the Owner a "certification of compliance' that attests conformance of the building design and the construction specifications with the seismic standards of NEHRP or an equivalent building code. TAX DELINQUENCY AND FELONY CONVICTIONS Reference: Section 8113 of the Consolidated Appropriations Act, 2022 (Public Law 117-103) and similar provisions in subsequent appropriations acts DOT Order 4200.6 —Appropriations Act Requirements for Procurement and Non - Procurement Regarding Tax Delinquency and Felony Convictions The Contractor certifies: 1) It is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Page 5 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 30 of 38 2) It is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. A felony conviction is a conviction within the preceding twenty four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 USC § 3559. The Contractor agrees to incorporate the above certification in all lower tier subcontracts. TRADE RESTRICTION CERTIFICATION Reference: 49 USC § 50104 49 CFR Part 30 By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror: 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Page 6 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 31 of 38 The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. VETERAN'S PREFERENCE Reference: 49 USC § 47112(c) In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC § 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING$10,000 DISTRACTED DRIVING Reference: Executive Order13513 DOT Order 3902.10 In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving", (10/1/2009) and DOT Order 3902.10, "Text Messaging While Driving", (12/30/2009), the Federal Aviation Administration 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 subgrant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $10,000 that involve driving a motor vehicle in performance of work activities associated with the project. Page 7 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 32 of 38 EQUAL EMPLOYMENT OPPORTUNITY (EEO) Reference: 2 CFR Part 200, Appendix II(C) 41 CFR § 60-1.4 41 CFR § 60-4.3 Executive Order 11246 Equal Opportunity Clause During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under this section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, Page 8 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 33 of 38 terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. PROHIBITION OF SEGREGATED FACILITIES Reference: 2 CFR Part 200, Appendix II(C) 41 CFR Part 60-1 (a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin because of written or oral policies or employee custom. The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. TERMINATION OF CONTRACT Reference: 2 CFR Part 200, Appendix II(B) FAA Advisory Circular 150/5370-10, Section 80-09 Termination for Convenience (Professional Services) The Owner may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the Owner, the Contractor must immediately discontinue all services affected. Page 9 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 34 of 38 Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. Termination for Cause (Professional Services) Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party seven (7) days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by Owner: The Owner may terminate this Agreement for cause in whole or in part, for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by Owner approved extension; 2. Make adequate progress so as to endanger satisfactory performance of the Project; or 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the Owner determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the Owner issued the termination for the convenience of the Owner. b) Termination by Consultant: The Consultant may terminate this Agreement for cause in whole or in part, if the Owner: 1. Defaults on its obligations under this Agreement; 2. Fails to make payment to the Consultant in accordance with the terms of this Agreement; Page 10 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 35 of 38 3. Suspends the project for more than one hundred eighty (180) days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, Owner agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If Owner and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the Owner's breach of the contract. In the event of termination due to Owner breach, the Consultant is entitled to invoice Owner and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. Owner agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING$25,000 DEBARMENT AND SUSPENSION Reference: 2 CFR Part 180 (Subpart B) 2 CFR Part 200, Appendix II(H) 2 CFR Part 1200 DOT Order 4200.5 Executive Orders 12549 and 12699 Certification of Offeror/Bidder Regarding Debarment By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. Certification of Lower Tier Contractors Regarding Debarment The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must confirm 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: htto://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offeror /Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. Page 11 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 36 of 38 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS Reference: 2 CFR Part 200, Appendix II(E) 2 CFR § 5.5(b) 40 USC § 3702 40 USC § 3704 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, 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 at a rate not less 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; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated 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) of this clause, in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner 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 moneys 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) of this clause. 4. Subcontractors. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. Page 12 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 37 of 38 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES Reference: 31 USC § 1352 — Byrd Anti -Lobbying Amendment 2 CFR Part 200, Appendix II(I) 49 CFR Part 20, Appendix A Certification Regarding Lobbying 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) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for 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 less than $10,000 and not more than $100,000 for each such failure. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000 CLEAN AIR AND WATER POLLUTION CONTROL References: 2 CFR Part 200, Appendix II(G) 42 USC § 7401, et seq 33 USC § 1251, et seq Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC §§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 USC §§ 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. The Contractor must include this requirement in all subcontracts that exceed $150,000. Page 13 of 14 Updated January 20, 2023 Airport Commission Agenda & Info Packet Meeting Date: May 2, 2023 Page 38 of 38 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING 5250.000 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 necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner's notice will identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by the deadline indicated in the Owner's notice. 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. DISADVANTAGED BUSINESS ENTERPRISE Reference: 49 CFR Part 26 Prime Contracts (Contracts Covered bV a DBE Program) Contract Assurance (49 CFR 6 26. The Contractor, subrecipient 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 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, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the Contractor from future bidding as non -responsible. Prompt Payment (49 CFR § 26.29) The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) calendar days from the receipt of each payment the prime contractor receives from Owner. The prime contractor agrees further to return retainage payments to each subcontractor within thirty (30) calendar 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 following written approval of the Owner. This clause applies to both DBE and non -DBE subcontractors. Page 14 of 14 Updated January 20, 2023