Loading...
HomeMy WebLinkAboutR-2016-145 Airport Security Gate Improvements Agreement with HLA Engineering and Land Surveying, Inc. 3-53-0089-38A RESOLUTION RESOLUTION NO. R-2016-145 authorizing an Engineering Services Agreement with HLA Engineering and Land Surveying, Inc. in the amount not to exceed $124,144 00 for Engineering Services for airport security gate improvements under Airport Improvement Project 3-53- 0089-38. WHEREAS, City owns and operates Yakima Air Terminal in accordance with applicable Federal, State and Local regulations, and WHEREAS, the City maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and WHEREAS, the State of Washington requires that engineering services be performed by a Professional Licensed Engineer; and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into an Engineering Services Agreement with HLA Engineering and Land Surveying, Inc. to assist the airport in developing and submitting a grant application under the Airport Improvement Program to obtain appropriate funds to replace security gates, design and engineer the replacement of approximately 11 automated vehicle security gates, 8 pedestrian security gates, reconstruct surrounding asphalt, replace vehicle detection systems, upgrade automated vehicle gate lighting, security keypads and access controllers; and WHEREAS, the Yakima Air Terminal has coordinated with the Federal Aviation Administration through the airport's Capital Improvement Plan to utilize approximately $111,729.60 (90%) of Federal Entitlements in the form of a Grant, and approximately $12,414.40 (10%) as a local match under the airport's Passenger Facility Charge program to fund the Engineering Services Agreement; and WHEREAS, in accordance with the terms and conditions of the contract for engineering services attached hereto and incorporated herein by this reference the engineer will perform these services outlined in the Engineering Service Agreement during the 2016-2017 calendar year, Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached and incorporated Engineering Services Agreement with HLA Engineering and Land Surveying, Inc. in the amount not to exceed one hundred twenty-four thousand one hundred and forty-four dollars ($124,144.00), to provide Engineering Services for airport security gate improvements under Airport Improvement Project 3-53- 0089-38. ADOPTED BY THE CITY COUNCIL this 6th day of 'ecember, 2016 ATTEST: Kathy C Sonya CIaa_r)Tee, City Clerk 1, c , `• f)'/N ,T0 ENGINEERING SERVICES AGREEMENT FOR CONSTRUCTION PROJECTS UNDER AIRPORT IMPROVEMENT PROGRAM Security Improvements AIP Project No. 3-53-0089-38 This Agreement, made this day of Dec, , 2016, by and between Yakima Air Terminal, 2406 West Washington Avenue, Suite B, Yakima, Washington 98903, hereinafter called the "OWNER" and HLA Engineering and Land Surveying, Inc. (HLA), 2803 River Road, Yakima, Washington 98902, hereinafter called the "ENGINEER." WITNESSETH, that the OWNER intends to improve the Yakima Air Terminal at Yakima, Washington, consisting of the following items: 1. Replace approximately eleven (11) vehicle gates identified in the tasks performed under Section I.A. The Project will include replacement of the gate and hardware, reconstruction of surrounding asphalt and replacement of the traffic loops, installation of new security lighting, and replacement of the keypads. 2. Replace approximately eight (8) pedestrian gates identified in the tasks performed under Section I.A. The Project will include replacement of the gate and its hardware Adjacent concrete and asphalt surfaces will be constructed to meet Americans with Disabilities Act (ADA). I. EMPLOYMENT OF ENGINEER The OWNER hereby employs the ENGINEER and the ENGINEER accepts and agrees to perform the following services for the Project during the 2016 and 2017 calendar years A. PROJECT FORMULATION The ENGINEER shall provide the following services under this work phase. 1. Perform site visit and identify and prepare exhibits delineating the gates to be replaced documenting condition, age, and physical dimensions and constraints for each identified gate. Prepare exhibit showing gate locations. 2. Assemble and review available information. 3. Prepare preliminary cost estimates and provide to the OWNER and Federal Aviation Administration (FAA) for consideration of available grant funding. If current planned funding should be inadequate for all intended improvements, then the OWNER and FAA will agree on a reduced scope of work to limit the number of gates to be replaced. The ENGINEER shall not proceed with Engineering Services until the quantity and location of the gates to be replaced have been agreed upon by the OWNER and FAA. G:\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc Page 1 4. Coordinate with the FAA project manager regarding level and extent of the requirements within the predesign checklist and conduct the predesign conference. 5. Finalize project scope and schedule. 6. Assist with grant application B. ENGINEERING SERVICES 7. It is anticipated this Project will not require any Reimbursable Agreements with the Federal Aviation Administration (FAA). 8. Prepare topographic survey of each gate. Survey limited to immediate surrounding area. 9 Prepare Design Report using guidance 2013-04 dated December 26, 2012 including preparation of cost estimates and project schedule 10. Prepare Contract Documents and technical specifications using AC 150/5370- 10G as the basis of the technical specifications. Include FAA special conditions in Contract Documents. Contract Documents to include preparation of Construction Safety Phasing Plan and Report in accordance with AC 150/5370- 2F. 11. Electrical engineering design for the vehicle gates will be performed by a subconsultant and will include design for lighting, traffic loop or other vehicle detection system, and specifications for keypad and controller replacement. 12 Conduct in-house quality control review. 13. Submit preliminary design package to OWNER and FAA. 14. Incorporate OWNER and FAA comments into bid documents. 15. Finalize Contract Documents. 16. Prepare final ENGINEER's estimate. 17. Conduct in-house quality control review. 18. Submit final documents to the OWNER and FAA for review and approval. 19. Provide final documents to FAA based on approval comments. 20. Assist the OWNER with Sponsor Certifications. 21. Assist the OWNER with requests for reimbursement. G:\Contracts & Task Orders\Yakima Air Terminal\2016-10-21 Security Improvement Upgrade.doc Page 2 C. BIDDING 22. Coordinate and develop advertising for publications for one (1) bid package. Advertising fees will be paid by the OWNER. The ENGINEER shall provide twenty (20) sets of the approved Contract Documents to supply Contractors requesting documents for purposes of bidding, and shall furnish the FAA and the OWNER each with one (1) set of Contract Documents for their files. 23. Assist the OWNER in answering questions during bidding. 24. Prepare addenda as necessary to clarify bid documents. 25. Conduct bid opening and interpret bids for compliance with Contract Documents. Analyze and check bid documentation and recommend lowest responsible bidder to the FAA and OWNER. D. CONSTRUCTION SERVICES The following services will be under separate agreement. 1. Assist OWNER in evaluation of available funding. 2. Assist OWNER in AIP grant preparation to complete grant authorization. 3. With FAA and OWNER concurrence, issue notification of award, prepare the construction contract, and monitor contract execution. 4. Coordinate and conduct a preconstruction conference and prepare meeting minutes. 5. Assist OWNER in issuing the notice to proceed upon FAA concurrence. 6. Attend up to two (2) City of Yakima meetings as necessary to provide project updates. 7. Complete Construction Management Plan once all Contractor information is known. 8. Review Contractor's Safety and Quality Assurance Plan, provide comments as needed to facilitate the intent of the applicable Airport and FAA standards to maintain safety and quality. 9. Conduct weekly construction and safety meetings with the Contractor and Airport staff. 10. Prepare and submit daily and weekly inspection reports in accordance with FAA guidelines. 11. Provide on-site construction observation personnel under the supervision of the ENGINEER to keep records, notes, plans, and maps for use in preparing record drawings for the Project as finally constructed and to advise the Airport staff of deficiencies not corrected by the Contractor. Anticipated length of construction is thirty (30) working days. The ENGINEER does not guarantee G:\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc Page 3 the performance of the Contractor by the ENGINEER's performance of such construction observation. The ENGINEER's undertaking hereunder shall not relieve the Contractor of his obligation to perform the work in compliance with the plans and specifications in a workmanlike manner; shall not make the ENGINEER an insurer to the Contractor's performance; and shall not impose upon the ENGINEER any obligation to see to it that the work is performed in a safe manner. 12. Evaluate and prepare change orders and gain approval by FAA on all eligible changes in work. 13. Review all material submittals for compliance with the contract plans and specifications. 14. Prepare and confirm monthly pay estimates and contract change orders. 15. Conduct and document periodic wage rate interviews and document Contractor payroll certifications. 16. Make recommendations to the Airport on all claims relating to the execution and progress of the construction work. 17. Observe and document DBE participation as required by the Office of Civil Rights. Complete DBE participation forms. 18. Conduct a final inspection with the Airport, FAA, and Contractor. Follow-up on any discrepancies found during inspections. 19. Prepare the Final Project Report to meet established FAA requirements. 20. Assist the Airport in project closeout. 21. Specifically omitted from the ENGINEER's duties are review of the Contractor's safety precautions, or review of the means, methods, sequences, or procedures required for the Contractor to perform the work but not relating to the final or completed Project. The omitted design or review services include, but are not limited to, shoring, scaffolding, underpinning, temporary retainment of excavations, and any erection methods and temporary bracing. 22. Notify the Airport of the project work which does not conform to the result required in the construction contract, prepare a written report describing any apparent non -conforming project work, and make recommendations to the Airport for its correction and, at the request of the Airport, have the recommendations implemented by the Contractor. E. PROJECT CLOSEOUT (Construction Grant) The following services will be under separate agreement. 1. ENGINEER will comply with all applicable project closeout requirements in Engineering Guidance 2013-02 dated 12/10/2013. Tasks to include: a. Project Closeout Requirements (for all types of grants), Item 1 (A -G). b. Final Planning Closeout Report, Item 2 (A -F). This item is not applicable. G \Contracts & Task Orders\Yakima Air Terminal\2016-10-21 Security Improvement Upgrade.doc Page 4 c. Final Environmental Closeout Report, Item 3 (A -C). This item is not applicable. d. Final ,Construction Report, Item 4-5, A(1-7) B, C(1-2) D(1-8) E -M. e. Final Land Closeout Report, Item 6 A -G. This item is not applicable. f. Final Equipment Closeout Report, Item 7 A -H. This item is not applicable. g. Financial Closeout of Phased Project, Item 8 A -D. Item A, Final Pay Request to be completed by OWNER. Assist OWNER with Item B, Final Payment Summary Worksheet for engineering costs. Assist OWNER with Item C, Sponsor Certifications. PRELIMINARY Project Schedule: Finalize Scope of Services Fee Proposal Engineering Services Contract Design and Construction Documents Advertise for Bids Bid Opening Begin Construction July 29, 2016 July 29, 2016 August 12, 2016 August 2016 — March 2017 April 4, 2017 May 5, 2017 May 30, 2017 II. COMPENSATION FOR ENGINEERING SERVICES The OWNER shall pay the ENGINEER the following fees as complete compensation for all services rendered as herein agreed: A. The OWNER shall pay the ENGINEER for the services as set forth in Section I of this Agreement, on a cost plus fixed fee plus direct non -salary costs. Direct salary cost shall be per Exhibit B of this Agreement. The fee for services set forth in Section I.A, I.B, and I.0 is $124,144.00, not to exceed. B. Fee for services over the estimated total will be negotiated and agreed upon between the OWNER and the ENGINEER in writing prior to performance of said services. C. ENGINEER will submit monthly invoices on or about the first day of the month for ENGINEER's Professional Services actually completed during the prior month. OWNER agrees to pay the invoiced amounts within 45 days of receipt of invoice. III. OWNER'S RESPONSIBILITIES A. The OWNER shall make available to the ENGINEER all technical data that is in the OWNER's possession required by the ENGINEER relating to his work. B. The OWNER shall pay for all permits and licenses that may be required by local, state, or federal authorities; and shall secure the necessary land, easements, and rights of way required for the Project. G:\Contracts 8 Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc Page 5 IV. ENGINEER'S RESPONSIBILITIES A. OWNER's review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental work or services furnished hereunder shall not in any way relieve the ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its work and the project work. OWNER's review, approval, or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. B. In performing work and services hereunder, the ENGINEER and its subcontractors, subconsultants, employees, agents, and representatives shall be acting as independent Contractors and shall not be deemed or construed to be employees or agents of OWNER in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of OWNER by reason hereof and will not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of OWNER. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold OWNER harmless therefrom. C. INDEMNIFICATION. 1. ENGINEER agrees to defend, indemnify, and hold harmless the OWNER, its elected officials, agents, officers, and employees (hereinafter "parties protected") from (1) claims, demands, liens, lawsuits, administrative and other proceedings, and (2) judgments, awards, losses, liabilities, damages, penalties, fines, costs and expenses (including legal fees, costs, and disbursements) of any kind claimed by third parties arising out of, or related to any death, injury, damage or destruction to any person or any property to the extent caused by any negligent act, action, default, error or omission or willful misconduct arising out of the ENGINEER's performance under this Agreement. In the event that any lien is placed upon the OWNER's property or any of the OWNER's officers, employees or agents as a result of the negligence or willful misconduct of the ENGINEER, the ENGINEER shall at once cause the same to be dissolved and discharged by giving bond or otherwise 2. OWNER agrees to indemnify, defend, and hold the ENGINEER harmless from Toss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, to the extent caused by the negligence or willful misconduct of the OWNER, its employees, or agents in connection with the Project. 3. If the negligence or willful misconduct of both the ENGINEER and the OWNER (or a person identified above for whom each is liable) is a cause of such third party claim, the loss, cost, or expense shall be shared between the ENGINEER and the OWNER in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion 4 Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. D. In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them G \Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc Page 6 may be liable, the indemnification obligations under this Agreement shall not be limited in any way by any limitation on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' or workmens' compensation acts, disability benefit acts, or other employee benefit acts. E. It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of Project specifications and does not constitute any form of guarantee or insurance with respect to the performance of a Contractor. ENGINEER does not assume responsibility for methods or appliances used by a Contractor, for a Contractor's safety programs or methods, or for compliance by Contractors with laws and regulations. OWNER shall use its best efforts to ensure that the construction contract requires that the Contractor(s) indemnify and name OWNER, the OWNER's and the ENGINEER's officers, principals, employees, agents, representatives, and engineers as additional insureds on Contractor's insurance policies covering the Project, exclusive of insurance for ENGINEER professional liability. F. SUBSURFACE INVESTIGATIONS: In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals, and at locations other than where observation, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total Project cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER, to the extent that ENGINEER has exercised the applicable standard of professional care and judgment in such investigations. V. INSURANCE A. At all times during performance of the work, ENGINEER shall secure and maintain in effect insurance to protect the OWNER and ENGINEER from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of this Agreement. ENGINEER shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The OWNER reserves the right to require higher limits should it deem it necessary in the best interest of the public. 1. Commercial General Liability Insurance: Before this Contract is fully executed by the parties, ENGINEER shall provide the OWNER with a Certificate of Insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total minimum liability limit of two million dollars ($2,000,000.00) per occurrence combined single limit bodily injury: and property damage, and two million dollars ($2,000,000.00) general aggregate. The certificate shall clearly state who the provider is, the coverage) amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the OWNER, its elected officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the OWNER a thirty (30) calendar day prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. G:\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade doc Page 7 2. Commercial Automobile Liability Insurance: a. If ENGINEER owns any vehicles, before this Contract is fully executed by the parties, OIC shall provide the OWNER with a Certificate of Insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with a total minimum liability limit of two million dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage Automobile liability will apply to "Any Auto" and be shown on the certificate. b. If ENGINEER does not own any vehicles, only "Non -owned and Hired Automobile Liability" will be required and may be added to the commercial liability coverage at the same limits as required in that section of this Agreement, which is Section V.A.1. entitled "Commercial Liability Insurance " c. Under either situation described above in Section V.A.2.a. and Section V.A.2.b., the required Certificate of Insurance shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the OWNER, its elected officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the OWNER a thirty (30) calendar day prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. 3. Statutory workers' compensation and employer's liability insurance as required by State law. 4. Professional Liability Coverage: Before this Agreement is fully executed by the parties, ENGINEER shall provide the OWNER with a Certificate of Insurance as proof of professional liability coverage with a total minimum liability limit of two million dollars ($2,000,000.00) per claim combined single limit bodily injury and property damage, and two million dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The insured shall not cancel or change the insurance without first giving the OWNER thirty (30) days prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide. If the policy is written on a claims made basis, the coverage will continue in force for an additional two (2) years after the completion of this Agreement. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the OWNER, its officers, employees, agents, and representatives thereunder. The OWNER and the OWNER's officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insured under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the OWNER until thirty (30) days after written notice to the OWNER of such intended cancellation, expiration or change. G:\Contracts & Task Orders\Yakima Air Terminal\2016-10-21 Security Improvement Upgrade doc Page 8 VI. RESERVATIONS AND COMPLIANCE A. The ENGINEER reserves the right to obtain the services of other Consulting Engineers experienced in Airport work to prepare and execute the work which is related to the Project within the scope of services and fees contained herein. All subconsultants are subject to the review and approval of the OWNER. The OWNER acknowledges that quality assurance testing, electrical, and pavement specialist subconsultants will be utilized for this Project. B. During the performance of this Agreement, the ENGINEER, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following requirements: 1. Access to Records and Reports. (2 CFR § 200.336, 2 CFR § 200.333, and FAA Order 5100.38) 2. Breach of Contract Terms. (2 CFR § 200 Appendix II(A)) 3. Civil Rights — General. (49 USC § 47123) 4. Compliance with Nondiscrimination Requirements (49 USC § 47123 and FAA Order 1400.11) 5. Civil Rights — Title VI Assurances. 6 Clean Air and Water Pollution Control (2 CFR § 200 Appendix II (G)) 7. Contract Work Hours and Safety Standards Act Requirements. (2 CFR § 200 Appendix 11 (E)) 8. Debarment and Suspension. (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility) 9. Disadvantaged Business Enterprise. (49 CFR part 26) 10. Energy Conservation Requirements (2 CFR § 200 Appendix 11 (H)) 11. Federal Fair Labor Standards Act. (29 usC § 201, et seq) 12. Certification Regarding Lobbying. (31 USC § 1352, 2 CFR Part 200, and 49 CFR part 20, Appendix A) 13. Occupational Safety and Health Act of 1970. (20 CFR part 1910) 14. Right to Inventions. (2 CFR § 200 Appendix ll(F), and 37 CFR § 401) 15. Termination of Contract. (2 CFR § 200 Appendix 11(8) and FAA Advisory Circular 150/5370-10, Section 80-09) 16. Trade Restriction Certification. (49 USC § 50104 and 49 CFR part 30) 17. Veteran's Preference. (49 use § 47112c) VII. TERMINATION OF AGREEMENT A. The OWNER may, by written notice, terminate this Contract in whole or in part at any time, either for the OWNER'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 or in progress, delivered to the OWNER. B. If the termination is for the convenience of the OWNER, 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 ENGINEER's obligations, the OWNER may take over the work and prosecute the same to completion by Contract or otherwise In such case, the ENGINEER is liable to the OWNER for any additional cost occasioned to the OWNER thereby. G:\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc Page 9 D If, after notice of termination for failure to fulfill Contract obligations, it is determined that the ENGINEER had not so failed, the termination will be deemed to have been effected for the convenience of the OWNER. In such event, adjustment in the Contract price will be made as provided in paragraph B of this clause. E. The rights and remedies of the OWNER provided in this clause are in addition to any other rights and remedies provided by law or under this Contract. VIII. CERTIFICATION OF ENGINEER The OWNER and the ENGINEER hereby certify that the ENGINEER has not been required, directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this Agreement to: A. Employ or retain, or agree to employ or retain, any firm or persons. B. Pay, or agree to pay, to any firm, person, or organization any fee, contribution, donation, or consideration of any kind. IX. SUCCESSORS AND ASSIGNMENTS A. The OWNER and ENGINEER each bind themselves, their partners, successors, executors, administrators, and assigns to the other parties to this Agreement, and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Agreement. B. Except as above, neither the OWNER nor the ENGINEER shall assign, sublet, or transfer their interest or obligation hereunder in this Agreement without the written consent of the other. C. It is understood by the OWNER and the ENGINEER that the FAA is not a party to this Agreement and will not be responsible for engineering costs except as should be agreed upon by the OWNER and the FAA under a Grant Agreement for the Project. OWNER approval of this Engineering Services Agreement is conditioned upon and subject to FAA approval. X. TITLE VI ASSURANCES The ENGINEER 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 benefiting from 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 of 1964. 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. G:\Contracts & Task Orders\Yakima Air Terminal\2016-10-21 Security Improvement Upgrade doc Page 10 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 of similar services or benefits; or B. The period during which the Airport sponsor or any transferee retains ownership or possession of the property. COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS During the performance of this Contract, the ENGINEER, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: A. COMPLIANCE AND REGULATIONS. The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they may be 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 the Contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the Contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. C. SOLICITATIONS FOR SUBCONTRACTS, INCLUDING PROCUREMENTS OF MATERIALS AND EQUIPMENT: In all solicitations, either by competitive bidding, or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the Contractor's obligations under this Contract and the Acts and the Regulations relative to Non- 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 by the Sponsor or the FAA to be pertinent to ascertain compliance with such Acts, Regulations, 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 FAA, as appropriate, and will set forth 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 FAA may determine to be appropriate, including, but not limited to. 1. Withholding payments to the Contractor under the Contract until the Contractor complies; and/or 2. Cancelling, terminating, or suspending a Contract, in whole or in part. G:\Contracts & Task Orders\Yakima Air Terminal\2016-10-21 Security Improvement Upgrade doc Page 11 F. INCORPORATION OF PROVISIONS: The Contractor will include the provisions of paragraphs A through F from this section 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 FAA 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. 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: A. 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); B. 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); C. 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), D. 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; E. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq ), (prohibits discrimination on the basis of age); F. 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), G. 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); H. Titles 11 and 111 of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; 1 The FAA's non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); G:\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc Page 12 J. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures 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; K. 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); L 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.0 1681 et seq ). XI. MINORITY BUSINESS ENTERPRISE (MBE) ASSURANCES A. POLICY: It is the policy of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. B. MBE OBLIGATION: The Contractor agrees to ensure that minority business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this Agreement. In this regard, all Contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. XII. LITIGATION FEES AND EXPENSES In the event suit or action be instituted to enforce any of the terms or conditions of this Agreement, the losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed by statute, such sum as the court may adjudge reasonable as attorney fees in such suit or action, in both trial and appellate court. Since the FAA is not a party to this Agreement, it cannot be held liable for actions under this section G:\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc Page 13 XIII. GOVERNING LAW This Agreement shall be governed by the laws of the State of Washington. Venue shall be in Yakima County. IN WITNESS WHEREOF, the OWNER and the ENGINEER hereto have made and executed this Agreement the day and year first above written. OWNER. CITY OF YAKIMA BY: TITLE: City Manager ENGINEER. HLA ENGINEERING AND LAND SURVEYING INC BY: `I'Ti� ga Michael T. Battle, Pre ATTEST: Sonya Clas TITLE. City Clerk CITY CONTRACT NO' 2oi (0-D1/3 RESOLUTION NO' R. ; of 9v - I (/5- G. \Contracts 5 G.\Contracts & Task Orders\Yakima Air Terminal\2016-10-21 Security Improvement Upgrade.doc Page 14 EXHIBIT "A" G:\Contracts & Task Orders\Yakima Air Terminal\2016-10-21 Security Improvement Upgrade.doc ACCESS TO RECORDS AND REPORTS (2 CFR § 200.333, 2 CFR § 200 336, and FAA Order 5100 38) The Contractor must maintain an acceptable cost accounting system The Contractor agrees to provide the sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, 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. BREACH OF CONTRACT TERMS (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 Consultant written notice that describes the nature of the breach and corrective actions the Consultant 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 Consultant must correct the breach. Owner may proceed with termination of the contract if the Consultant fails to correct the breach by 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 GENERAL CIVIL RIGHTS PROVISIONS (49 USC § 47123) The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance This provision binds the Contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS (49 USC § 47123 and FAA Order 1400 11) 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 Non-discrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination G:\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc 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. 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 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 U S C § 2OOOd 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.0 § 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), G.\Contracts & Task Orders\Yakima Air Terminal\2016-10-21 Security Improvement Upgrade.doc • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and Contractors, whether such programs or activities are Federally funded or not), • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U S C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U S C § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex), • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed Reg. at 74087 to 74100), • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U S C 1681 et seq) CLEAN AIR AND WATER POLLUTION CONTROL (2 CFR § 200, Appendix II(G)) Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U S C § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S C § 1251-1387) The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS (2 CFR § 200, Appendix II(E)) 1. Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer 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 $10 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 G.\Contracts 8 Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc 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. CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT (2 CFR part 180 (Subpart C), 2 CFR part 1200, and DOT Order 4200.5) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that 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 (2 CFR part 180 (Subpart C), 2 CFR part 1200, and DOT Order 4200 5) 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 http.//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. 4 If the FAA 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. DISADVANTAGED BUSINESS ENTERPRISES (49 CFR part 26) Contract Assurance (§ 26.13) - The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the Contractor to carry out these requirements 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 G:\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc Prompt Payment (§26.29) - The Prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime Contractor receives from the Owner. The prime Contractor agrees further to return retainage payments to each subcontractor within 30 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 The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Yakima Air Terminal to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. ENERGY CONSERVATION REQUIREMENTS (2 CFR § 200, Appendix II(H)) Contractor and subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U S C 6201 et seq). FEDERAL FAIR LABOR STANDARDS ACT (FENDERAL MINIMUM WAGE) (29 U S.0 § 201, et seq) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers The consultant has full responsibility to monitor compliance to the referenced statute or regulation. The consultant must address any claims or disputes that arise from this requirement directly with the U S Department of Labor — Wage and Hour Division CERTIFICATION REGARDING LOBBYING (31 U.S C. § 1352 — Byrd Anti -Lobbying Amendment, 2 CFR part 200, Appendix II(J), and 49 CFR part 20, Appendix A) 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. G:\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc 3. The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for 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 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (20 CFR part 1910) All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910) Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S Department of Labor — Occupational Safety and Health Administration. RIGHTS TO INVENTIONS (2 CFR § 200, Appendix II(F), and 37 CFR §401) Contracts or agreements that include the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR part 401, Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the patent and inventions rights as specified within in the 37 CFR §401 14 Contractor must include this requirement in all sub -tier contracts involving experimental, developmental or research work. TERMINATION FOR CONVENIENCE (PROFESSIONAL SERVICES) (2 CFR § 200 Appendix II(B), and FAA Advisory Circular 150/5370-10, Section 80-09) The Owner may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the Owner, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause G:\Contracts & Task Orders\Yakima Air Terminal\2016-10-21 Security Improvement Upgrade doc Termination for Default (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 [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. Termination by Owner The Owner may terminate this Agreement in whole or in part, for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by Owner approved extension, 2 Make adequate progress so as to endanger satisfactory performance of the Project; 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice Compensation will not include anticipated. profit on non -performed services Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause If, after finalization of the termination action, the Owner determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the Owner issued the termination for the convenience of the Owner. Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the Owner 1. Defaults on its obligations under this Agreement; 2 Fails to make payment to the Consultant in accordance with the terms of this Agreement; 3 Suspends the Project for more than [180] days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, Owner agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If Owner and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the Owner's breach of the contract. In the event of termination due to Owner breach, the Engineer is entitled to invoice Owner and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action Owner agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. G.\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade doc TRADE RESTRICTION CERTIFICATION (49 USC § 50104 and 49 CFR part 30) By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror — 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 (U.S.T R ), 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 U.S T.R; and 3. Has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U S firms published by the U.S T R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001 The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 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 U S T.R. or 2. Whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U S T R. list or 3. Who incorporates in the public works project any product of a foreign country on such U.S.T R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S firms as published by U S T R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. G:\Contracts 8 Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc VETERAN'S PREFERENCE (49 USC § 47112(c)) In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub -tier Contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112 Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S C 632) owned and controlled by disabled veterans This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates G.\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade.doc EXHIBIT "B" G:\Contracts & Task Orders\Yakima Air Terminal \2016-10-21 Security Improvement Upgrade doc Exhibit B Consultant Cost Computations - Summary Sheet (Cost Plus Fixed Fee, Cost Per Unit of Work) Project: Yakima Air Terminal, Security Improvements 2016-2017 Direct Salary Cost (DSC) Classification Senior Principal Engineer Licensed Principal Land Surveyor Licensed Professional Engineer Licensed Professional Surveyor Project Engineer Contract Administrator CAD Technician Word Processing Technician Surveyor on Two Man Crew Rate $70 30 $64 75 $37 00 $34 00 $42.00 $29 40 $26 00 $23 60 $32.50 Note Rates shown are the highest rate for the given job classification and may be less depending on staff assigned Rates are subject to change on January 1 and June 1 of each calendar year, and from time to time due to periodic wage increases and/or new annual audited overhead rate Overhead (OH Cost - including Salary Additives) OH Rate x DSC 138 57% Fixed Fee (FF) [(OH Rate x DSC) + DSC] x FF Rate 15 00% Reimbursables: Global Positioning System (hourly) $96 00 Mileage is reimbused at the IRS rate applicable at the time Postage/shipping based on receipts submitted as part of task. Prepared by. Michael T Battle, PE Date 7/7/2016 G:\Contracts & Task Orders\Yakima Air Terminal\Security Gate Cost plus fixed fee.xlsx BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDASTATEMENT Item No. 6.H. For Meeting of: December 6, 2016 ITEM TITLE: Resolution authorizing an agreement with HLA Engineering and Land Surveying, Inc. in an amount not to exceed $124,144 for airport security gate improvements SUBMITTED BY: Robert Peterson, Airport Manager, 509-575-6149 SUMMARY EXPLANATION: The airport is equipped with various security gates to allow emergency crews, airport personnel, and pedestrian vehicles access to the airfield. These gates keep unauthorized vehicles and personnel outside the airport's perimeter fence to ensure aircraft can continue to operate safely on the airfield. Unfortunately, the majority of these vehicle and pedestrian gates have outlived their useful life and require constant maintenance when replacement parts are challenging to obtain. The project will replace approximately 11 automated vehicle gates and 8 pedestrian gates to ensure security is upheld throughout the airport. These security improvements will be funded by approximately $111,730 (90%) of Federal entitlements in the form of a grant and approximately $12,414 (10%) as a local match under the airport's Passenger Facility Charge program. ITEM BUDGETED: STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL: Yes Public Safety STAFF RECOMMENDATION: Adopt resolution. BOARD/COMMITTEE RECOMMENDATION: ATTACHMENTS: Description D Resolution D Contract O FAA approval Upload Date 11/10/2016 10/25/2016 11/10/2016 Type Resolution Contract Backup Material U.S. Department of Transportation Federal Aviation Administration November 9, 2016 Mr. Robert Peterson Airport Manager Yakima Air Terminal -McAllister Field 2406 W. Washington Ave, Suite B Yakima, WA 98903 Northwest Mountain Region Seattle Airports District Office 1601 Lind Avenue S.W., Suite 250 Renton, Washington 98057-3356 Yakima Air Terminal -McAllister Field, Yakima, Washington Airport Improvement Program (AIP) Project Number: 3-53-0089-38 Engineering Services Contract Design and Construction Bidding Services Replace 19 Access Gates We have received your record of negotiation package dated October 21, 2016, and attached scope of work and fee proposal from HLA Engineering and Land Surveying, Inc. (HLA). The contract includes the scope of work and fee only for design and bidding services to replace eleven (11) vehicle gates controlled by an electronic controller and eight (8) manual pedestrian gates. Copy of your original CIP/Pre- application Data Sheet which describes this project is attached. We reviewed your proposed agreement for engineering design and bidding services along with your cost analysis and record of negotiations. The total not -to -exceed fee of $124,144.00 for engineering design, bidding services is approved. Please note this is a maximum fee and the sponsor can only be reimbursed for actual costs incurred. Ninety percent (90%) of this fee is reimbursable provide the project is constructed and meets Federal Aviation Administration (FAA) design, procurement and construction standards under the Airport Improvement Program. If a portion of the project or procurement process does not meet federal AIP requirements, then all or portion of the fee under this contract may not be eligible for reimbursement with AIP federal funds. Any amendments to this engineering agreement will require FAA approval. If the amendments occur after the grant is issued, they will be subject to the availability of federal funds. Approval should be obtained prior to performing the work. The FAA is under no obligation to consider retroactive requests for adjustment in fee. If you have not already done so, please submit a copy of your executed contract and Sponsor Certification for Consultant Selection. Your contract must include federal standard provisions for consultant services. We encourage all sponsors to review their engineering services and construction agreements in detail and be familiar with them. Under the AIP, the sponsor is responsible for all contractual obligations. The sponsor is the responsible authority regarding the settlement and satisfaction of all contractual and administrative issues arising from the procurements entered into, in support of an AIP grant. Please submit a copy of your monthly progress billing statements with invoice. Because this is a not -to - exceed agreement, expenses should be itemized and receipts attached to the invoice. Billing statements should include documentation of hours and costs spend per employee classification. Include a summary of percentage of project completion and funds expended / remaining by major tasks in tabular and narrative form. The narrative should explain work accomplished, work planned, project delays, and project critical path — as appropriate. Please include an updated project schedule with each billing statement. If you have any questions please call, (425) 227-2660 Sincerely Orifi 4.4.1, Si.3v4.ed. Mary E. Vargas, SEA -633 Seattle Airports District Office 1 Enclosure Electronic copy: WSDOT — Aviation, Mr. John MacArthur, Aviation Planner - SCIP WSDOT — Aviation, Mr. Eric Johnson, Construction & Grants Program Manager