Loading...
2012-120s:llegallour documentslordinances1121airport hcdot appa.doc ORDINANCE NO. 2012-12� AN ORDINANCE OF THE CITY OF DENTON, TEXAS AUTHORIZING AND DIRECTING THE CITY MANAGER OR HIS DESIGNEE TO EXECUTE ON BEHALF OF THE CITY OF DENTON AN AIRPORT PROJECT PARTICIPATION AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION RELATING TO CONSTRUCTION OF AIRPORT RAMP AT THE DENTON AIRPORT; TOTAL COST $1,117,000 WITH THE CITY OF DENTON PORTION $111,700; AUTHORIZING AND DIRECTING THE CITY MANAGER OR HIS DESIGNEE TO EXPEND FUNDS AS PROVIDED FOR IN SAID AGREEMENT AND TO EXECUTE DOCUMENTS ON BEHALF OF THE CITY OF DENTON IN ORDER TO IMPLEMENT THE PROJECT; AND PROVIDING AN EFFECTIVE DATE. THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION l. The City Manager of the City of Denton or his designee is hereby authorized to execute on behalf of the City of Denton an Airport Project Participation Agreement (APPA) with the Texas Department of Transportation Aviation Division (TxDOT Aviation) relating to certain improvements at the Denton Municipal Airport as identified in the APPA, a copy of such contract being attached hereto and made a part hereof for a11 purposes and referenced as TxDOT CSJ No. 1218DNTON (the "Agreement") and to expend funds as provided for in the Agreement. SECTION 2. The City Manager or his designee is the City's authorized representative who is directed to comply with any assurances, conditions or agreernents required to be executed to receive the funds provided under the Agreement. SECTION 3. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the ��� ATTEST: JENNIFER WALTERS, CITY SECRETARY . BY: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY , BY: day of r , 2012. t MARK A. B G ,,MAYOR TEXAS DEPARTMENT OF TRANSPORTATION AIRPORT PROJECT PARTICIPATION AGREEMENT (Federally Assisted Airport Development Grant) TxDOT CSJ No.: 1218DNTON T�OT Project No.: AP DENTON 4 T�cDOT Contract No. : 2XXAV068 Commission Approval: Apri126, 2012 DUNS: 071380190 C.F.D.A.:20.106 Part I- Identification of the Project TO: The City of Denton, Texas FROM; The State of Texas, acting through the Texas Department of Transportation This Agreement is made and entered into by and between the Texas Department of Transportation, (hereinafter referred to as the "State"), for and on behalf of ihe State of Texas, and the City of Denton, Texas, (hereinafter referred to as the "Sponsor"). The Sponsor desires to sponsor a project for the development of a public aviation facility, known or to be designated as the Airport under the Airport and Airway Improvement Act of 1982, as repealed and recodified in Title 49 United States Code, Section 47101 et seq., (hereinafter referred to as "Title 49 U.S.C."), and Rules, Regulations and Procedures promulgated pursuant to; and under V.T.C.A. Transportation Code, Title 3, Chapters 21-22, et seq. (Vernon and Vernon Supp). The project is described as construction services to: expand apron north of tenninal building; install apron lighting and fencing; install tie downs and mark apron; install draanage improvements; and demolition of pavement and utilities at the Denton Municipal Airport. � The Sponsor applies for federal financial assistance and desires the State to act as the Sponsor's agent in matters connected with the project described above. The parties, by this Agreement, do fix their respective responsibilities, with reference to each other, with reference to the accomplislunent of the project and with reference to the United States. Pursuant to and for the purpose of carrying out the provisions of Title 49 U.S.C,, and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in the Airport Project Participation Agreement and its acceptance of this Offer as provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the project and compliance with the assurances and conditions as herein 1 of35 provided, THE TEXAS DEPARTMENT OF TRANSPORTATION, FOR AND ON BEHALF OF THE UNITED STATES, FEDERAL AVIATION ADMINISTRATION (HEREINAFTER REFERRED TO AS THE "FAA"), OFFERS AND AGREES to pay, as the United States share of the allowable costs incurred in accomplishing the project, ninety percentuin of all allowable project costs. This grant is made on and subject to the following terins and conditians: Part II - Offer of Financial Assistance 1. The allowable costs of the project shall not include any costs determined by the State to be ineligible for consideration as to allowability under Title 49 U.S.C., the V.T.C.A. Transportation Code, Title 3, Chapters 21-22, et seq., (Vernon and Vernon Supp), and the Airport Zoning Act, Tex. Loc. Govt. Code Ann. §§ 241.001 et seq. (Vernon and Vernon Supp). 2. It is estimated that construction project costs will be approximately $1,117,000.00 (Amount A). It is further estimated that approximately $1,117,000.00 (Amount B) of the project costs will be eligible for federal financial assistance, and that federal financial assistance will be for ninety percent (90%) of the eligible project costs. Final determination of federal eligibility of total project costs will be determined by the State in accordance with federal guidelines following completion of project. 3. The maximum obligation of the United States payable under this offer sha11 be $1,005,300.00 (Amount C). This grant should not be construed as block grant funds for the Sponsor, but as a grant for funding of the scope items as listed on page one of this agreement. It is the intent of the State to provide funding to complete the approved work items of this grant and not to amend the scope of work to include items outside of the current determined needs of this project. Scope of work may be amended as necessary to fulfill the unforeseen needs of this specific development project within the spirit of the approved scope, subject to the availability of state, federal, and/or local funds. 4. It is estimated that the Sponsor's share of the total project costs will be $111,700.00 (Amount D). At project closeout, Sponsor will be reimbursed for any credited amounts that exceed Sponsor's share. The Sponsor specifically agrees that it shall pay any project costs, which exceed the sum of the federal share (Amount C). It is further agreed that the Sponsor will reimburse the State for any payment or payments made by the State in behalf of the Sponsor which are in excess of the federal percentage of financial participation as stated in Paragraph II-2. The State shall refund to the Sponsor, at the financial closure of the project, any excess funds provided by the Sponsor. If there is an overrun in the eligible project costs, the State may increase the grant to cover the amount of overrun not to exceed the statutory limitations, and will advise the Sponsor 2 of 35 by amendment of the increase. Upon receipt of the aforementioned amendment, the maximum obligation of the United States is adjusted to the amount specified and the Sponsor will remit their share of the increased grant amount. The State may decrease the agreement after completion of the describer scope. The Sponsor will be notified by letter of the decreased amount. Participation in additional federally eligible costs may require appxoval by the Texas Transportation Commission. The State will not authorize expenditures in excess of the dollar amounts identified in this Agreement and any amendments, without the consent of the Sponsor. Payment of the United States share of the allowable project costs will be made in accordance with the provisions of such regulations and procedures as the State and the FAA shall prescribe. Final determination of the United States share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 6. Sponsor's share of project costs (Amount D) shall be paid initially in cash when requested by the State. At project closeout, Sponsor will be reimbursed for any credited amounts that exceed Sponsor's share. . 7. Sponsor, by executing this Agreement certifies, and upon request, shall furnish proof to the State that it has sufficient funds to meet its share of the costs as stated. The Sponsor grants to the State and federal government the right, upon advance written request during reasonable and regular business hours, to audit any books and records of the Sponsor to verify the funds. In addition, the Sponsor shall disclose the source of all funds for the project and its ability to finance and operate the project. Following the execution of this Agreement and upon written demand by the State, the Sponsor's financial obligation (Amount D) shall be due and payable to the State. State may request the Sponsor's financial obligation in partial payinents. Should the Sponsor fail to pay said obligation, either in whole or in part, within 30 days of written demand, the State may exercise its rights under Paragraph V-7. Likewise, should the State be unwilling or unable to pay its obligation in a timely manner, the failure to pay shall be considered a breach and the Sponsor may exercise any rights and remedies it has at law or equity. PART III - Sponsor Responsibilities 1. In accepting the Agreement, the Sponsor guarantees that: a. it will comply with the Attachment A, Certification of Airport Fund, attached and made a part of this agreement; and 3 of 35 b. it will comply with the Attachment S, Certification of Project Funds, attached and made a part of this Agreement; and it will comply with the Attachment C, Airport Assurances (3/2011)(State Modified 3/2011), attached and made a part of this Agreement; and d. it will, in the operation of the facility, comply with all applicable state and federal laws, rules, regulations, procedures, covenants and assurances required by the State of Texas or the FAA in connection with the federal grant; and the Aitport or navigational facility which is the subject of this Agreement shall be controlled for a period of at least 20 years, and improvements made or acquired under this project sha11 be operated, repaired and maintained in a safe and serviceable manner for the useful life of said improvements, not to e�ceed 20 years; and f. consistent with safety and security requirements, it shall make the airport or air navigational facility available to all types, kinds and classes of aeronautical use without unjust discrimination between such types, kinds and classes and shall provide adequate public access during the term of this Agreement; and g. it shall not grant or permit anyone to exercise an exclusive right for the conduct of aeronautical activity on or about an airport landing area. Aeronautical activities include, but are not limited to scheduled airline flights, charter flights, flight instruction, aircraft sales, rental and repair, sale of aviation petroleum products and aerial applications. The landing area consists of runways or landing strips, taxiways, parking aprons, roads, airport lighting and navigational aids; and h. it sha11 not permit non-aeronautical use of airport facilities, unless noted on an approved Airport Layout Plan, without prior approval of the State/FAA; and it will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for residential use, to taxi an aircraft between that property and any location on airport; and. it will acquire all property interests identified as needed for the purposes of this project and comply with all applicable state and federal laws, rules, regulations, procedures, covenants and assurances required by the State of Texas or the FAA in connection with the federal grant in the acquisition of such property interests; and that airport property identified within the scope of this project and Attorney's Certificate of Airport Property Interests shall be pledged to airport use and shall not be removed from such use without prior written approval of the State; and k. the Sponsor shall submit to the State aiuival statements of airport revenues and 4 of 35 expenses as requested; and l. all fees collected for the use of an airport or navigational facility constructed with funds provided under the program shall be reasonable and nondiscriminatory. The proceeds of such fees shall be used solely for the development, operation and maintenance of the Sponsor's system of airport(s) or navigational facility(ites). m. an Airport Fund sha11 be established by resolution, order or ordinance in the treasury of the Sponsor, or evidence of the prior creation of an existing airport fund or a properly executed copy of the resolution, order, or ordinance creating such a fund shall be submitted to the State. Such fund may be an account within another fund, but must be accounted for in such a manner that all revenues, expenses, retained earnings, and balances in the account are discernible from other types of moneys identified in the fund as a whole. All fees, charges, rents, and money from any source derived from airport operations must be deposited in said Airport Fund and shall not be diverted to the general revenue fund or any other revenue fund of the Sponsor. All expenditures from the Airport Fund shall be solely for airport or airport system purposes. Sponsor shall be ineligible for a subsequent grant or loan by the State unless, prior to such subsequent approval of a grant or loan, Sponsor has complied with the requirements of this subparagraph; and n. for federally funded projects any revenue from airport property mineral rights be identified as airport revenue; deposited to the airport furid and used for airport operations; and o. the Sponsor shall operate runway lighting at least at low intensity from sunset to sunrise; and p. insofar as it is reasonable and within its power, Sponsor shall adopt and enforce zoning regulations to restrict the height of structures and use of land adjacent to or in the immediate vicinity of the airport to heights and activities compatible with normal aiiport operations as provided in Tex. Loc. Govt. Code Ann. §§241.001 et seq. (Vernon and Vernon Supp.). Sponsor shall also acquire and retain aviation easements or other property interests in or rights to use of land or airspace, unless Sponsor can show that acquisition and retention of such interests will be impractical or will result in undue hardship to Sponsor. Sponsor shall be ineligible for a subsequent grant or loan by the State unless Sponsor has, prior to such subsequent approval of a grant or loan, adopted and passed an airport hazard zoning ordinance or order approved by the State; and q. it will provide upon request of the State, the engineering or planning consultant, and the FAA copies of any maps, plans, or reports of the project site, applicable to or affecting the above project; and after reasonable notice, it will permit the State, the FAA, and any consultants and 5 of 35 contractors associated with this project, access to the project site, and will obtain permission for the State, the FAA, and consultants and contractors associated with this project, to enter private property for purposes necessary to this project; and s. all development of an airport constructed with program funds shall be consistent with the Airport Layout Plan approved by the State and maintained by the Sponsor. A reproducible copy of such plan, and all subsequent modifications, shall be filed with the State for approval; and t. it shall take all steps, including litigation if necessary, to recover funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal and State funds have been expended. For the purposes of this grant agreement, the term "funds" means funds, however used or disbursed by the Sponsor or Agent that were originally paid pursuant to this or any other grant agreement. It shall obtain the approval of the State as to any determination of the amount of such funds. It shall return the recovered share, including funds recovered by settlement, order or judgment, to the State. It shall furnish to the State, upon request, all documents and records pertaining to the determination of the amount of the funds or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the Sponsor, in court or otherwise, involving the recovery of such funds shall be approved in advance by the State. 2. The Sponsor certifies to the State that it will have acquired clear title in fee simple to all property upon which construction work is to be performed, or have acquired a leasehold on such property for a term of not less than 20 years, prior to the advertisement for bids for such construction or procurement of facilities that are part of the above project, and within the time frame of the project, a sufficient interest (easement or otherwise) in any other property which may be affected by the project. 3. The Sponsor, to the extent of its legal authority to do so, shall save harmless the State, the State's agents, employees or contractors from all claims and liability due to activities of the Sponsor, the Sponsor's agents or employees performed under this agreement. The Sponsor, to the extent of its legal authority to do so, shall also save harmless the State, the State's agents, employees or contractors from any and all expenses, including attorney fees which might be incurred by the State in litigation or otherwise resisting said claiin or liabilities which might be iinposed on the State as the result of such activities by the Sponsor, the Sponsor's agents or employees. 4. The Sponsor's acceptance of this Offer and ratification and adoption of the Agreement incorporated shall be evidenced by execution of this instrument by the Sponsor, as provided, and the Agreement shall comprise a contract, constituting the obligations and rights of the State of Texas and the- Sponsor with respect to the accomplishment of the project and the operation and maintenance of the airport. Such Agreement shall become effective upon execution of this instrument and shall rema.in in full force and effect for a 6 of 35 period of at least 20 years. 5, The Sponsor and not the State shall, for all purposes, be the "Sponsor" of the project identified above as defined in Title 49 U.S.C. Sponsor agrees to assuxne responsibility for operation of the facility in compliance with all applicable state and federal requirements including any statutes, rules, regulations, assurances, procedures or any other directives before, during and after the completion of this project. 6. The Sponsor shall have on file with the State a current and approved Attorney's Certificate of Airport Property Interests and Exhibit A property map. 7. The Sponsor shall have on file with the State, Attachment D, Certification Regarding Drug-Free Workplace Requirements, attached and made a part of this agreement. 8. Unless otherwise approved by the State, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for airport development or noise compatibility for which funds are provided under this grant. The sponsor will include in every contract a provision implementing this special condition. 9. Except for instrument landing systems acquired with AIP funds and later donated to and accepted by the FAA, the Sponsor must provide for the continuous operation and maintenance of any navigational aid funded under the AIP during the useful life of the equipment. The sponsor must check the facility, including instrument landing systems, prior to commissioning to ensure it meets the operational standards. The Sponsor must also remove, relocate, or lower each obstruction on the approach or provide for the adequate lighting or marking of the obstruction if any aeronautical study conducted under FAR Part 77 determines that to be acceptable; and mark and light the runway, as appropriate. The Federal Aviation Administration will not take over the ownership, operation, or maintenance of any sponsor-acquired equipment, except for instrument landing systems. 10. For a project to replace or reconstruct pavement at the airport, the Sponsor shall implement an effective airport pavement maintenance management program as is required by Airport Sponsor Assurance Number 11. The sponsor shall use such program for the useful life of any pavement constructed, reconstructed, or repaired with Federal financial assistance at the airport. As a minimum, the program must conform to the provisions in Attachment E "Pavement Maintenance Management Program", attached and made a part of this agreement. 11. The Sponsor may utilize paving specifications meeting State Highway criteria for runways at non-primary airports with lengths up to 5,000 feet and serving aircraft not exceeding 60,000 pounds gross take-off weight. The sponsor agrees not to request additional AIP funds for reconstruction or rehabilitate of pavement construct utilizing State specification for 10 yeaxs from pavement acceptance. 7 of 35 Part IV- Nomination of the Agent 1. The Sponsor designates the State as the party to apply for, receive and disburse all funds used, or to be used, in payment of the costs of the project, or in reimbursement to either of the parties for costs incurred. 2. The State agrees to assume the responsibility to assure that all aspects of the grant and project are done in compliance with all applicable state and federal requirements including any statutes, rules, regulations, assurances, procedures or any other directives, except as otherwise specifically provided. 3. The State shall, for all purposes in connection with the project identified above, be the Agent of the Sponsor. The Sponsor grants the State a power of attorney to act as its agent to perform the following services: Receiving Disbursing Agent: a. apply for, accept, receive, and deposit with the State Treasury any and all project funds granted, allowed, and paid or made available by the State and/or the United States under Title 49 U.S.C. and congressional appropriation made pursuant thereto, and the Sponsor; b. receive, review, approve and process Sponsor's reimbursement requests for approved project costs; and c. pay to the Sponsor, from granted funds, the portion of any approved reasonable and eligible project costs incurred by the Sponsor that are in excess of the Sponsor's share. Paying Agent: d. receive, review, approve and pay invoices and payment requests for services and materials supplied in accordance with State executed contracts; Contracting Agent: e. advertise for professional engineering and/or plaiuung services for, but not limited to, the preparation of planning studies, plans and specifications for the above project and for the management of the construction of the above project; certify consultant selection procedures; provide notification of contract award for professional services; and negotiate professional services fees; and execute, on behalf of the Sponsor, a professional services agreement as related to this project; f. administer Disadvantage Business Enterprises (DBE) and/or Historically Underutilized Business (HUB) Programs in accordance with federal and state 8 of 35 regulations. Contract Management Agent: g. exercise such supervision and direction of the project work as the State reasonably finds appropriate. Where there is an irreconcilable conflict or difference of opinion, judgment, order or direction between the State and the Sponsor, any engineer, contractor, or materialman, the State shall issue a written order, which shall prevail and be controlling; h. coordinate and review project plans, specifications and construction; coordinate and conduct progress and final inspections. Construction Phase: i. authorize the advertisement, receipt and opening of bids for construction of the above project; and award contracts for construction of the above project and acquisition of materials related to it; and execute, on behalf of the Sponsor, construction contracts as related to this proj ect; � j, participate in pre-bid and pre-construction conferences; and issue orders as it deems appropriate regarding construction progress, including but not limited to Notices to Proceed, Stop Work Orders, and Change Orders; k. review, approve and maintain record drawings. PART V - Recitals 1. The State and Sponsor shall obtain an audit as required by federal or state regulations. 2. The Sponsor, and not the State, shall be the contractual party to all construction and professional service contracts entered into for the accomplishment of this project. The power of attorney, as granted by the Sponsor to the State in Part IV - Nomination of Agent, is a limited power to perform acts in connection with airport improvements as specified in or necessitated by this Agreement. 3. The Sponsor agrees to pursue and enforce contract items, which are required by federal and/or state regulations, laws and orders to insure satisfactory performance of contract vendors. Such items include, but are not limited to, bid bonds, payment bonds, and performance bonds. Pursuit and enforcement of contract items may require litigation and other remedies of law. 4. The United States and the State of Texas shall not be responsible or liable for damage to property or injuiy to persons, which may arise from, or be incidental to, compliance with this grant agreement. 9 of 35 5. This Agreement is executed for the sole benefit of the contracting parties and is not intended or executed for the direct or incidental benefit of any third party. Furthermore, the State shall not be a party to any other contract or commitment, which the Sponsor may enter into or assume, or have entered into or have assumed, in regard to the above project. 6. If the Sponsor fails to comply with the conditions of the grant, the State may, by written notice to the Sponsor, suspend the grant in whole or in part. The notice of suspension shall contain the following: a. The reasons far the suspension and the corrective action necessary to lift the suspension; b. A date by which the corrective action must be taken; c. Notification that consideration will be given to terminating the grant after the corrective action date. In the case of suspension or termination, the Sponsor inay request the State to reconsider the suspension or termination. Such request for reconsideration shall be made within 45 days after receipt of the notice of suspension or termination. 7. This Agreement is subject to the applicable provisions of Title 49 U.S.C., the V.T.C.A. Transportation Code, Title 3, Chapters 21- 22, et seq., (Vernon and Vernon Supp.), and the Airport Zoning Act, Tex. Loc. Govt. Code Ann. §§241.001 et seq. (Vernon and Vernon Supp.). Failure to comply with the terms of this Agreement or with the rules and statutes shall be considered a breach of this contract and will allow the State to pursue the remedies for breach as stated below. a. Of primary importance to the State is compliance with the ternzs and conditions of this Agreement. If, however, after all reasonable attempts to require compliance have failed, the State finds that Sponsor is unwilling and/or unable to comply with any of the terms and conditions of this Agreement, the State may pursue any of the following remedies: (1) require a refund of any money expended pursuant to the Agreement, (2) deny Sponsor's future requests for aid, (3) request the Attorney General to bring suit seeking reimbursement of any money expended on the project pursuant to the Agreement, provided however, these reinedies shall not limit the State's authority to enforce its rules, regulations or orders as otherwise provided by law, (4) declare this Agreement null and void, or (5) any other remedy available at law or in equity. b. Venue for resolution by a court of competent jurisdiction of any dispute arising under the terms of this Agreeinent, or for enforcement of any of the provisions of this Agreement, is specifically set by Agreement of the parties in Travis County, Texas. 10 of 35 The State reserves the right to amend or withdraw this Agreement at any time prior to acceptance by the Sponsor. The acceptance period cannot be greater than 30 days after issuance unless extended by the State, which extension sha11 not be unreasonably denied or delayed. 9. This Agreement constitutes the full and total understanding of the parties concerning their rights and responsibilities in regard to this project and shall not be modified, amended, rescinded or revoked unless such modification, amendment, rescission or revocation is agreed to by both parties in writing and executed by both parties. 10. All commitments by the Sponsox and the State are subject to constitutional and statutory limitations and restrictions binding upon the Sponsor and the State (including §§5 and 7 of Article 11 of the Texas Constitution, if applicable) and to the availability of funds which lawfully may be applied. 11. The Sponsor's acceptance of this Agreement and ratification and adoption of the Airport Project Participation Agreement shall be evidenced by execution of this instruxnent by the Sponsor. This Offer and Acceptance shall comprise a Grant Agreement, as provided by the Title 49 U.S.C., constituting the contractual obligations and rights of the United States, the State of Texas and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided. 12. The state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the contract or indirectly through a subcontract under the contract. Acceptance of funds directly under the contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. 11 of 35 Part VI - Acceptance of the Sponsor The City of Denton, Texas, does ratify and adopt all statements, representations, warranties, covenants and agreements constituting the described project and incorporated materials referred to in the foregoing Agreement, and does accept the Offer, and by such acceptance agrees to all of the terms and conditions of the Agreement. Executed this /'f �� day of , 2� 1�-- The Citv of Denton, Texas S onsor C�� ,��.�r ��-- Witness Signature Sponsor Signature " �l' 1^-�-� �' � f Q-C..� c` c� f�'L/ I C'Jl�rr o� v� Witness�le Sponsor Title Certificate of Sponsor's Attorney I, � ' , acting as attorney for c�cx o� ��� > Texas, do certify that I have fully �amined the Agreement and the proceedings taken by the Sponsor relating, and find that the manner of acceptance and execution, of the Agreement by the Sponsor, is in accordance with the laws of the State of Texas. Dated at ��.v�.�o � , Texas, this %%� day of , 20� � �,� �' � Witness Signature \ Attorney Signa e Qd i'l,i,�vu�517'��i.l� �CS��rti%.�� Witness Title 12 of 35 Part VII - Acceptance of the State Executed by and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs and grants heretofore approved and authorized by the Texas Transportation Commission. STATE OF TEXAS TEXAS DEPARTMENT OF TR.ANSPORTATION ► � By: - ��:vi� �, �ul���, �i���t�P Avi�tion Dlvlsion Texas �7�p�rtment of ir�ns�or����o� Date: ����� `2 _ 13 of 35 ATTACHMENT A CERTIFICATION OF AIRPORT FUND The Sponsor does certify that an Airport Fund has been established for the Sponsor, and that all fees, charges, rents, and money from any source derived from airport operations will be deposited for the benefit of the Airport Fund and will not be diverted for other general revenue fund expenditures or any other special fund of the Sponsor and that all expenditures from the Fund will be solely for airport purposes. Such fund may be an account as part of another fund, but must be accounted for in such a manner that all revenues, expenses, retained earnings, and balances in the account are discernible, from other types of moneys identified in the fund as a whole. Tl �. ,. r . m : Tit Date: � �"�/ i2� —� 14 of 35 � ATTACHMENT B CERTIFICATION OF PROJECT FUNDS TxDOT Contract No.: 2XXAV068 TxDOT CSJ No.: 1218DNTON The Sponsor does certify that sufficient funds to meet the Sponsor's share of project costs as identified in the Airport Proj ect Participation Agreement for said proj ect will be available in accordance with the schedule shown below: SPONSOR FUNDS Source Amount Date Available l�l ��r1�'f" y,Gl � `,�///� ?06 -°� �j[I h� � o4ot� The Sponsor, has caused this to be duly executed in its name, this � day of �, 20 �2� . Th,,.. ,-,-,--�-- T---- : Titl 15 of 35 ATTACHMENT C Part V ASSURANCES Airport Sponsors March 2011 A. General. l. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants for airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsars requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term "public agency sponsor" means a public agency with control of a public-use aiiport; the tenn "private sponsor" means a private owner of a public-use airport; and the tenn "sponsor" includes both public agency sponsors and private sponsors. 3. Upon acceptance of this grant offer by the sponsor, these assurances are incorparated in and become part of this grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibilily Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances ofthis grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport developinent or noise compatibiliry program proj ect, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenTy (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of the terms, conditions, and assurances with respect to real property acquired with federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances. 2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of acceptance of Federal aid for the project. 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 30, 32, 33, and 34 in section C apply to planning projects. The terms, conditions, and assurances of this grant agreement shall remain in full force and effect during the life of the proj ect. C. Sponsor CertiFication. The sponsar hereby assures and certifies, with respect to this grant that: 16 of 35 General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation a. Title 49, U.S.C., subtitle VII, as amended. b. Davis-Bacon Act - 40 U.S.C. 276(a), et se .' c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et se . d. Hatch Act — 5 U.S.C. 1501, et sea•2 e. Unifonn Relocation Assistance and Rea1 Properiy Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, et seq.l 2 f. National Historic Preservation Act of 1966 - Section 106 � 16 U.S.C. 470( fl. i g. Archeological and Historic Preservation Act of 1974 -16 U.S.C. 469 through 469c.� h. Native Ameiicans Grave Repairiation Act - 25 U.S.C. Section 3001, et se�c . 1, Clean Air Act, P.L. 90-148, as amended. j. Coastal Zone Management Act, P.L. 93-205, as amended. k. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.' 1. Title 49, U.S.C., Section 303, (formerly known as Section 4(fl) m. Rehabilitation Act of 1973 - 29 U.S.C. 794. n, Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d through d-4. o. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et se . p. American Indian Religious Freedom Act, P.L. 95-341, as amended. q• Architectural Barriers Act of 1968 -42 U.S.C. 4151, et se .1 Y. Power plant and Indusirial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373.1 s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et se .1 t. Copeland Anti kickback Act - 18 U.S.C. 874.1 u. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et se .� v. Wild and Scenic Rivers Act, P.L. 90-542, as amended. w. Single Audit Act of 1984 - 31 U.S.C. 7501, et seq•2 x. Drug-Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Executive Orders Executive Order 11246 - Equal Employment Opportunity' Executive Order 11990 - Protection of Wetlands Executive Order 11998 — Flood Plain Management Executive �rder 12372 - Intergovernmental Review of Federal Programs Executive Order 12699 - Seismic Safety of Federal and Federally Assisbed New Building Constructionl Executive Order 12898 - Environmental Justice 17 of 35 Federal Regulations a. 14 CFR Part 13 - Investigative and Enforcement Procedures. b. 14 CFR Part 16 - Rules ofPractice For Federally Assisted Auport Enforcement Proceedings. c. 14 CFR Part 150 - Airport noise compatibility planning. d. 29 CFR Part 1- Procedures for predeterminafion of wage rates.� e. 29 CFR Part 3- Contractors and subcontractors on public building or puUlic work financed in whole or part by loans or grants from the United States.' f. 29 CFR Part 5- Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non- construction contracts subject to the Contract Work Hours and Safety Standards Act).' g. 41 CFR Part 60 - Office of Federal Contract Compliance Progams, Equal Employment Opportunity, Department of Labar (Federal and federally assisted contracting requirements).' h. 49 CFR Part 18 - Uniform adininisri'ative requirements for gratrts and cooperative agreements to state and local governments 3 i. 49 CFR Part 20 - New restrictions on lobbying. j. 49 CFR Part 21 - Nondiscrunination in federally-assisted programs of the Department of Transportation - effectuation of Title VI of the Civil Rights Act of 1964. k. 49 CFR Part 23 - Participation by Disadvantage Business Enterprise in Airport Concessions. 1. 49 CFR Part 24 - Uniform relocation assistance and real properiy acquisition for Federal and federally assisted programs.l2 ri7. 49 CFR Part 26 — Participation By Disadvantaged Business Enterprises in Deparhnent of Transportation Programs. n. 49 CFR Part 27 - Nondiscrimination on the basis of handicap in programs and activities receiving or benefiting froin Federal financial assistance.� o. 49 CFR Part 29 — Government wide debarinent and suspension (nonprocurement) and government wide requirements for drug-free workplace (grants). p. 49 CFR Part 30 - Denial of public works contracts to suppliers of goods and services of countr�ies that deny procurement market access to U.S. contractors. q. 49 CFR Part 41 - Seismic safety ofFederal and federally assisted or regulated new building construction.' Office of Management and Budget Circulars a. A-87 - Cost Principles Applicable to Grants and Contracts with State and Loca1 Governments. b. A-133 - Audits of States, Local Govemments, and Non-Profit Organizations 1 These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 18 and OMB Circular A-87 contain requirements for State and Local Govemments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this grant agreeinent. 18 of35 Responsibility and Authority of the Sponsor. a. Public Ageacy Sponsor: It has legal authority to apply for this grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an o�cial act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for this grant and to finance and carry out the proposed project and comply with all tenns, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with this application; and to provide such additional information as may be required. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under this grant agreement which it will own or control. Good T►tle. a. It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to the landing area of the aiiport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. b. For noise compatibility progra�n projects to be carried out on the properry of the sponsor, it holds good title satisfactory to the Secretary to that portion ofthe property upon which Federal funds will be expended or will give assurance to the Secretary that good title will be obtained. 5 Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any ofthe rights and powers necessary to perfonn any or all of the terms, conditions, and assurances in this grant agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or clairns of right of others wluch would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. It will not sell, lease, encuinber, or otherwise transfer or dispose of any part of its title or other interests in the properiy shown on Exhibit A to this application or, for a noise coinpatibility program project, that portion ofthe property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in tivs grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under Tifle 49, United States Code, to assume the obligations of this grant agreeinent and to have the power, authority, and financial resources to carry out all such obligations, the sponsor sha11 insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee all ofthe tenns, conditions, and assurances contained in this grant agreement. c. For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that govemment. Except as otherwise specified by the Secretary, that agreeinent shall obligate that govermnent to the same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility prograin project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this 19 of 35 agreement against the local govemment ifthere is substantial non-compliance with the terms of the agreement. d. For noise compatibility program projects to be carried out on privately owned properly, it will enter into an agreement with the owner of that properiy which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner wheiiever there is substantial non-compliance with the terms of the agreeinent. e. Ifthe sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public-use airport in accordance with these assurances forthe duration ofthese assurances. f. If an anangement is made for management and operation of the auport by any agency or person other than the sponsor or an einployee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terins, conditions and assurances in this grant agreement and shall insure that such arrangement also requires compliance therewith. g. It will not pernut or enter into any arrangement that results in pemussion for the owner or tenant of a properiy used as a residence, or zoned for residential use, to taxi an aircraft between that properiy and any location on airport. 6. Consistency wiih Local Plans. The project is reasonably consistent with plans (existing at the time of submission ofthis application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 7. Consideration of Local Interest It has given fair consideration to the interest of communities in or near where the project may be located. $. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the a'uport at which project is proposed. 9. Public Hearings. In projects involving the location of an airport, an airport nuiway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objecrives of such plannnig as has been canied out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation froin the corrununities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards ha�e been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixiy days after the proj ect application has been received by the Secretary. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, it assures or certifies that it has implemented an effective airport pa�ement maintenance-management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary detennines may be useful. 12. Terminal Development Prerequisites. For projects which include terininal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the proj ect grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipinent required by rule or regulation, and 20 of 35 has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. L3 Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the ainount and disposition by the recipient of the proceeds of this grant, the total cost of the project in connection with which this grant is given or used, and the amount or nature of that portion of the cost of the project supplied by other sources, and such other financial records perlinent to the proj ect. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the S ingle Audit Act of 1984. b. It shall make a�ailable to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are perdnent to this grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which this grant was given or used, it shall file a certified copy of such audit with the Comptroller General ofthe United States not later than six (6) months following the close of the fiscal year for which the audit was inade. 1� Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects fitnded under this grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis-Bacon Act, as amended (40 U.S.C. 276a-276a-5), which contractors shall pay to skilled and unskilled labor, and such minnnum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. ]5 Veteran's Preference. It shall include in all contracts for work on any project funded under this grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Veterans of the Vietnam era and disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16 Conformity to Pians and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to comtnencement of site preparation, construction, or other perfortnance under this grant agreement, and, upon approval of the Secretary, sha11 be incorporated into this grant agreetnent. Any modification to the approved plans, specifications, and schedules shall also be subjectto approval ofthe Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. It will provide and maintain coinpetent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such wark sha11 be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 1� Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project applicaiion or with the modifications similarly approved. b. It will fiunish the Secretary with such periodic reports as required pertaining to 21 of 35 the planning project and planning work activities. c. It will include in all published material prepared in connection withthe planning project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. f. It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part ofthis project as well as the right to disapprove the proposed scope and cost of professional services. g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the proj ect. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of this grant does not constitute or imply any assurance or commitment on the part ofthe Secretary to approve any pending or future application for a Federal airport grant. LR Operation and Maintenance. The airport and all facilities which axe necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimtun standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or pertnit any activity or action thereon which would interfere with its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non-aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect anangements for- 1) 2) 3) b. Operating the airport's aeronautical facilities whenever required; Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and Promptly notifying airtnen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow, flood or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. It will suitably operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such ternunal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and protected by removing, loweiing, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21. Compatible Land Use. It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to restrict the use of land adjacent to or in the immediate vicinity of the 22 of 35 airport to activities and purposes compatible with nonnal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility progratn unplementation, it will not cause or permit any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the airport, of the noise coinpatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimination. a. It will make the airport a�ailable as an airport far public use on reasonaUle terms and without unjust discrimination to all types, kinds and classes of aeronautical activities, including commercial aeronautical activities offering services to the public at the airport. b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to- 1� fumish said services on a reasonable, and not unjustly discriminatory, basis to all users thereof, and 2� charge reasonable, and not unjustly discriminatory, prices for each unit ar service, provided that the contractor may be allowed to make reasonable and nondiscrimniatory discounts, rebates, or other similar types of price reductions to volume purchasers. C. Each fixed-based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are unifarmly applicable to all other fixed-based operators malang the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall ha�e the right to service itself or to use any fixed- based operator that is authorized or perixutted by the airport to serve any air carrier at such airport. e. Each air carrier using such airport (whether as a tenant, non tenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and urilize similar facilities, subject to reasonable classifications such as tenants or non tenants and signatory carriers and non signatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classification or status. f. It will not exercise or grant any right or privilege which operates to prevent any person, firtn, or corporation operating aircraft on the airport from perfonning any services on its own aircraft with its own employees [including, but not limited to maintenance, repair, and fueling] that it may choose to perfonn. g. In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. � h. The sponsor may establish such reasonable, and not unjustly discrunulatory, conditions to be met by all users oftlie airport as may be necessary far the safe and efficient operation of the airport. i. The sponsor tnay prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil a�iarion needs of the public. 23,, Exclusive Rights. It will permit no exclusive right for the use of the airport by 23 of 35 any person providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing ofthe services at an airport by a single fixed-based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed- based operator to provide such services, and b. If allowing more than one fixed-based operator to provide such services would require the reduction of space leased pursuant to an existing agreetnent between such single fixed-based operator and such airport. It further agrees that it will not, either directly ar indirectly, grant or pennit any person, firm, or corporation, the exclusive right at the airport to conduct any aeronautical activities, including, but not lunited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleiun products whether or not conducted in conjunction with other aeronaurical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self-sustaining as possible under the circumstances existing at the particular airport, taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development, airport plaruiing or noise compatibility project for which a grant is made under Title 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Auvray Development Act of 1970 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. 25. Airport Revenues. a All revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the oamer or operator of the airport and which are directly and substantially related to the actual air transportation of passengers or propetty; ox for noise mitigation purposes on or offthe auport. Provided, however, that if covenants or assurances in debt obligations issued before September 3, 1982, by the owner or operator ofthe airport, or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other facilities, then this limitation on the use of all revenues generated by the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply. b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit will review, and the resulting audit report will provide an opinion conceming, the use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or transfened to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. C. Any civIl penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Secrion 47107 of Title 49, United States Code. 24 of 35 Zfi Reports and Inspections. It will: a. submit to the Secretary such annual ar special financial and operations reports as the Secretaty may reasonably request and make such reports available to the public; make available to the public at reasonable times and places a report of the airport budget in a fonnat prescribed by the S ecretary; b. for airport development projects, make the aiiport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other insn-ulnents, available for inspection by any duly authorized agent of the Secretary upon reasonable request; C. for noise compatibility program projects, make records and documents relating to the project and continued compliance with the terms, conditions, and assurances ofthis grant agreement including deeds, leases, agreements, regulations, and other instnunents, available for inspection by any duly authorized agent of the Secretary upon reasonable request; and d. in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: 1� all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2� all services and property provided by the airport to other units of govermnent and the ainount of compensation received for provision of each such seivice and property. 27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Governtnent aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise detemvned by the Secretary, ar otherwise agreed to by the sponsor and the using agency, substanrial use of an airport by Goverrunent aircraft will be considered to e�cist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that — a. Five (S) or more Government aircraft are regularly based at the airport or on land adj acent thereto; or b. The total ni unber of movements (counting each landing as a movement) of Govemment aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the auport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Goveirunent for use in connection with any air traffic control or air navigation activities, or weather-reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings ofthe sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four rnonths after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at all times an airport layout plan of the airport showing (1) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or conlxolled by the sponsor for airport purposes and proposed additions thereto; (2) the location and nature of all existing and proposed airport 25 of 35 facilities and structures (such as runways, taxiways, aprons, terniinal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; and (3) the location of all existing and proposed nonaviation areas and of all existing unprovements thereon. Such airport layout plans and each amendment, revision, or inodification thereof, shall be subj ect to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not inake or permit any changes or alterations in the airport or any of its facilities wluch are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, urility or efficiency of the airport. b. If a change or alteration in the airport or the facilities is made which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or offthe airport and which is not in confomiity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested, by the Secretary (1) eliminate such adverse effect in a inanner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereo fl to a site acceptable to the Secretary and all costs of restoring such properiy (or replacement thereo fl to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in the airport or its facilities. 30. Civil Rights. It will comply with such rules as are promulgated to assure 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 funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal financial assistance is to provide, or is in the fonn of personal properiy or real property or interest therein or structures or improvements thereon in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is e�ctended, or for another purpose involving the provision of siinilar services or benefits, or (b) the period during whichthe sponsor retains ownership or possession ofthe property. 31. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States' share of acquisition of such land will, at the discretion of the Secretary, (1) be paid to the Secretary for deposit in the Trust Fund, or (2) be reinvested in an approved noise compatibility proj ect as prescribed by the Secretary, including the purchase of nonresidential buildings or property in the vicinity of residenfial buildings or property previously purchased by the airport as part of a noise compatibility program. b. For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make a�ailable to the Secretary an amount equal to the United States' proporiionate share of the fair market value of the land. That portion of the proceeds of such disposition which is proportionate to the United States' share of the cost of acquisition of such land will, (1) upon application to the Secretary, be reinvested in anotller eligible airport improvement project or projects approved by the Secretary at that airport or within the national airport system, or (2) be paid to the Secretary for deposit in the Trust Fund if no eligible project exists. c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) the revenue from interim uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a grant received by 26 of 35 an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes ifthe Secretary or Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. Disposition of such land under (a) (b) or (c) will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 32. Engineering and Design Services. It will award each contract, or sub-contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping or related services with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under Title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent qualifications-based requirement prescribed for or by the sponsor of the auport. 33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign counhy during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opporti.uiities for products and suppliers of the United States in procureinent and construction. 34. Policies, Standards, and Specifications. It will carry out the project in accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed iii the Current FAA Advisory Circulars for AIP projects, dated (the latest approved version as of this grant offer) and included in this grant, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. 35. Relocation and Real Property Acquisition. (1) It will be guided in acquiring real properiy, to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse properly owners for necessary expenses as specified in Subpart B. (2) It will provide a relocation assistance progratn offering the services described in Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. (3) It will make available within a reasonable period oftime prior to displacement, comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36. Access By Intercity Buses. The airport owner or operator will pernlit, to the maxiinum extent practicable, intercity buses or other modes of transportation to have access to the airport; however, it has no obligation to fund special facilities for intercity buses or far other modes of transportation. 37. Disadvantaged Business Enterprises. The recipient shall not discrulunate on the basis of race, color, national origin or sex in the award and performance of any DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure non discrimination in the award and administration of DOT-assisted contracts. The recipient's DBE program, as required by 49 CFR Part 26, and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to cany out its terms shall be treated as a violation of this agreement. Upon notification to the recipient of its failure to carry out its approved prograin, the Deparhnent may impose sanctions asprovided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801). 27 of 35 38. Hangar Construction. Ifthe airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for the aircraft at the aircraft owner's expense, the airport owner or operator will grant to the aircraft owner for the hangar a long term lease that is subj ect to such terms and conditions on the hangar as the airport owner or operator may iinpose. 39. Competitive Access. a. If the airport owner or operator of a inedium or large hub airport (as defined in section 47102 of title 49, U.S.C.) has been unable to accomtnodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow fhe air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that- l� Describes the requests; 2� Provides an explanation as to why the requests could not be accommodated; and 3� Pro�ides a time frame within which, if any, the airport will be able to accoinmodate the requests. b. Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. 28 of 35 CURRENT FAA ADVISORY CIRCULARS REQUIRED FOR USE IN AIP FUNDED AND PFC APPROVED PROJECTS Dated: 6/2/2010 View the most current versions of these ACs and any associated changes at: http�//www faa qov/airports airtrafficfairports/resources/advisorv circulars NUMBER TITLE 70/7460-1 K Obstruction Marking and Lighting 150/5000-13A Announcement of Availability—RTCA Inc., Document RTCA-221, Guidance and Recommended Re uirements for Air orts Surface Movement Sensors 150/5020-1 Noise Control and Compatibility Planning forAirports 150/5070-66 Airport Master Plans Chan e 1 150/5070-7 The Airport System Planning Process 150/5200-28D Notices to Airmen (NOTAMS) for Airport Operators 150/5200-30C. Airport Winter Safety and Operations 150/5200-33B Hazardous Wildlife Attractants On or Near Airports 150/5210-5D Painting, Marking and Lighting of Vehicles Used on an Airport 150/5210-7D Aircraft Fire and Rescue Communications 15015210-13B Water Rescue Plans, Facilities, and Equipment 150l5210-14B Aircraft Rescue Fire Fighting Equipment, Tools, and Clothing 150/5210-15A Airport Rescue & Firefighting Station Building Design 150/5210-18A Systems for Interacti�e Training of Airport Personnel 150/5210-19A Driver's Enhanced Vision System (DEVS) 150/5220-46 Water Supply Systems for Aircraft Fire and Rescue Protection 150/5220-13B Runway Surface Condition Sensor Specification Guide 15�/5220-16C Automated Weather Observing Systems for Non-Federal Applications 29 of 35 FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects June 2, 2010 NUMBER TITLE 150/5220-17A Design Standards for an Aircraft Rescue Firefighting Training Facility and Chan e 1 150/5220-18A Buildings for Storage and Maintenance of Airport Snow and Ice Control E ui ment and Materials 150/5220-20 and Airport Snow and Ice Control Equipment Chan e 1 150/5220-21 B Guide Specification for Lifts Used to Board Airline Passengers With Mobility Im airments 150/5220-22A En ineered Materials Arrestin S stem EMAS for Aircraft Overruns 150/5220-23 Frangible Connections 150/5220-24 Foreign Object Debris Detection Equipment 150/5300-13 Airport Design and Chan es 1 —15 150/5300-14B Desi n of Aircraft Deicin Facilities 150/5300-16A General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Surve 150/5300-17B General Guidance and Specifications for Aeronautical Survey Airport Imagery Ac uisition 150/5300-18B General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Coliection and Geographic Information System (GIS) Standards 150/5320-5C and 5urface Drainage Design Chan e 1 15015320-6E Air ort Pavement Desi n and Evaluation 150/5320-12C and Changes 1 Measurement, Construction, and Maintenance of Skid Resistant Airport throu h 8 Pavement SurFaces 150/5320-14 Airport Landscaping for Noise Control Purposes 30 of 35 �- NUMBER TITLE 150/5320-15A Management of Airport Industrial Waste 150/5325-4B Runway Length Requirements for Airport Design 150/5335-5A Standardized Method of Reporting Airport Pavement Strength PCN 150/5340-1J Standards forAirport Markings (Change 1&2) and Chan e 2 150/5340-5C Segmented Circle Airport Marker System 150/5340-18E . Standards for Airport Sign Systems 150/5340-30D Design and Installation Details for Airport Visual Aids 150/5345-3F Specification for L821 Panels for the Control of Airport Lighting 150/5345-58 Circuit Selector Switch Specification for L824 Underground Electrical Cable for Airport Lighting 1505345-7E Circuits 150J5345-10F Specification for Constant Current Regulators Regulator Monitors 150/5345-12E Specification for Airport and Heliport Beacon 150/5345-13B Specification for L841 Auxiliary Relay Cabinet Assembly for Pilot Control of Air ort Li htin Circuits 150/5345-26D Specification for L823 Plug and Receptacle, Cable Connectors 150/5345-27D Specification for Wind Cone Assemblies 150/5345-28F Precision Approach Path Indicator (PAPI) Systems 150/5345-39C FAA Specification L853, Runway and Taxiway Retroreflective Markers 150/5345-42F Specification for Airport Light Bases, Transformer Housings, Junction Boxes and Accessories 150/5345-43F Specification for Obstruction Lighting Equipment 150/5345-44H Specification for Taxiway and Runway Signs 150/5345-45C Low-Impact Resistant (LIR) Structures 31 of 35 ` NUMBER TITLE 150/5345-46D Specification for Runway and Taxiway Light Fixtures 150/5345-47B Specifications for Series to Series Isolation Transformers for Airport Lighting S stem 150/5345-49C Specification L854, Radio Control Equipment 150/5345-50B Specification for Portable Runway and Taxiway Lights 150/5345-51A Specification for Discharge-Type Flasher Equipment 150/5345-52A Generic Visual Glideslope Indicators (GVGI) 150/5345-53C Airport Lighting Equipment Certification Program 150/5345-54B Specification for L-1884, Power and Control Unit for Land and Hold Short 950/5345-55A Specification for L893, Lighted Visual Aid to Indicate Temporary Runway Closure 150/5345-56A Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS 150/5360-9 Planning and Design of Airport Terminal Facilities at NonHub Locations 150/5360-12E Airport Signing and Graphics 150/5360-13 Planning and Design Guidance for Airport Terminal Facilities and Chan e 1 150/5370-2E Operational Safety on Airports During Construction 150/5370-10E Standards for Specifying Construction of Airports Use of Nondestructive Testing Devices in the Evaluation of Airport 150/5370-11A Pavement 150/5380-6B Guidelines and Procedures for Maintenance of Airport Pavements 150/5390-26 Heliport Design 150/5390-3 Vertiport Design 150/5395-1 Seaplane Bases 32 of 35 THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY DATED: 6/2J2010 NUMBER TITLE 150/5100-14D Architectural, Engineering, and Planning Consultant Services for Airport Grant Pro'ects 150/51D0-15A Civil Rights Requirements for the Airport Improvement Program 150/5100-17 and Changes 1 Land Acquisition and Relocation Assistance for Airport Improvement Program throu h 6 Assisted Pro'ects 150/5200-37 Introduction to Safety Management Systems (SMS) for Airport Operators 150/5300-15A Use of Value Engineering for Engineering Design of Airports Grant Projects 150/5320-17 Airfield Pavement Surface Evaluation and Rating (PASER) Manuals 150/5370-6D Construction Progress and Inspection Report — Airport Grant Program Change 1-4 150/5370-12A Quality Control of Construction for Airport Grant Projects 150/5370-13A Offpeak Construction of Airport Pavements Using Hot-Mix Asphalt 150/5380-7A Airport Pavement Management Program 150/5380-8A Handbook for ldentification of Alkali-Silica Reactivity in Airfield Pavements THE FOLLOWING ADDITIONAL APPLY TO PFC PROJECTS ONLY DATED: 6/2/2010 NUMBER TITLE - Announcement of Availability — Passenger Facility Charge (PFC) Application 150/5000-12 (FAA Form 5500-1) ATTACI�IvIENT D 33 of 35 CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS A. The grantee certifies that it will or will continue to provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition: (b) Establishing an ongoing drug-free awareness program to inform employees about- (1) The dangers of drug abuse in the workplace; (2) The grantee's policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation, and employee assistance programs; and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant, the employee will- (1) Abide by fhe terms of the statement; and (2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occun�ing in the workplace no later than five calendar days after such conviction; (e) Notifying the agency in writing, within ten calendar days after receiving notice under paragraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grant officer or other designee on whose grant activity the convicted employee was working, unless the Federal agency has designated a central point for the receipt of such notices. Notices shall include the identification number(s) of each affected grant; ( fl Taking one of the following actions, within 30 calendar days of receiving notice under paragraph (d)(2), with respect to any employee who is so convicted- (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1473, as amended; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e), and ( fl, B. The grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific grant: Place of Performance (Street address, city, county, state, zip code) 5� -�-�� � ��a�� �Q n�-o� � v�. n ���� ��..u� S %( �a'7 � ��r�c. owu„e— �- Typed Name and Title of ATTACHMENT E 34 of 35 PAVEMENT MAINTENANCE MANAGEMENT PROGRAM An effective pavement maintenance inanagement program is one that details the procedures to be followed to assure that proper pavement maintenance, both preventative and tepair, is performed. An airport sponsor may use any form of inspection program it deems appropriate. The program must, as a minimum, include the following: 1. Pavement Inventory. The following must be depicted in an appropriate form and level of details: a. location of all runways, t�iways, and aprons b. dimensions c. type of pavement d. year of construction or most recent rehabilitation For compliance with the Airport Improveinent Program assurances, pavements that have been constructed, reconstructed, or repaired with Federal financial assistance shall be so depicted. 2. Inspection Schedule. a. Detailed Inspection. A detailed inspection inust be performed at least once a year. If a history of recorded paveinent deterioration is available, i.e. Pavement Condition Index (PCI) survey as set forth in Advisory Circular 150/5380-6, Guidelines and Procedures for Maintenance of Airport Pavements, the frequency of inspections may be extended to three years. b. Drive-by Inspection. A drive-by inspection must be performed a minimum of once per month to detect unexpected changes in the pavement condition. 3. Record Keeping. Complete information on the findings of all detailed inspections and other maintenance performed must be recorded and kept on file for a minimum of five years. The types of distress, their locations, and remedial action, scheduled or performed, must be docuinented. The minimum information to be recorded is listed below. a. inspection date b. location c. distress types d. maintenance scheduled or performed For drive-by inspections, the date of inspection and any maintenance perfarmed must be recorded. 4. Information Retrieval. An airport sponsor may use any form of record keeping it deems appropriate, so long as the information and records produced by the pavement survey can be retrieved to provide a report to the FAA as may be required. 5. Reference. Refer to Advisory Circular 150/5380-6, Guidelines and Procedures for Maintenance of Airport Pavements, for specific guidelines and procedures for maintaining airport pavements and establishing an effective maintenance program. Specific types of distress, their probable causes, inspection guideline, and recommended methods of repair are presented. 35 of 35 AGREEMENT BETWEEN SPONSOR AND ENGINEER FOR PROFESSIONAL ENGTNEERING SERVICES TacDOT Contract No.: 2XIAV068 TxDOT Project No.: AP DENTON 4 Ta�D�T CSJ No.: 1218DNTON ST'ATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TRAVIS § THIS AGREEMENT is made, entered into and executed by and between City of Denton, hereinafter called the "Sponsor" acting by and through the Texas Department of Transportation, hereinafter called the "Agent" and KSA Engineers, Inc., hereinafter called the "Engineer." WITNESSETI� The Sponsor and the Engineer executed an agreement on August 22, 2011, TxD�T CSJ No. 1118DNTON, for engineeringldesign services at the Denton Municipal Airport hereinafter called the "Project." The scope of this contract is: professional engineering services for the Construction Phase, Closeout Phase, Resident Project Representative Services and Materials and Testing La.boratory Services in connection with said Project. AGREEMENT The Sponsor and the Engineer, in consideration of the mutual covenants and agreements herein continued, do mutually agree as follows: Pursuant to the terms of the Airpdrt Project Participation Agreement entered into by and between Agent and Sponsor, Agent agrees to employ the Engineer on behalf of the Sponsor. The Engineer agrees to perform professional engineering services in connection with the project as stated in the sections to follow and outlined hereinafter. Upon rendition of these services, the Agent agrees to pay to the Engineer compensation for these services as agreed herein. All services performed under this Agreement shall be performed under the direct supervision of the Agent. The Agent will act as referee in all questions arising under the terms of this Agreement between the parties, and the Agent's decisions shall be final and binding. Page 1 of 13 DENT.022C SECTION 1- SCOPE OF SERVICES 1.1. Services of the Agent 1.1.1. The Agent will furnish items as listed in Attachment A, "Services to be Provided by the Agent," attached hereto and made a part of this agreement. 1.2. Services of the Engineer 1.2.1 The Engineer will furnish services for the construction and closeout phases in accordance with Attachment B, "Construction Management Services to be provided by the Engineer" attached hereto and made a part of this agreement. 1.3. The Engineer shall fumish a Resident Project Representative, hereinafter called the "RPR," to assist the Engineer in observing the performance of the work of the Contractor. Services of the RPR shall be in accordance with Attachment C, "Duties, Responsibilities and Limitations of Authority of the Resident Project Representative" attached hereto and made a part of this agreement, 1.3.1. The person(s) designated by the Engineer to perform the services of the RPR shall be approved by the Agent. 1.4. The Engineer shall contract with an independent materials and testing laboratory, hereinafter called the "Laboratory" for the purpose of verification testing of the Contractor's work. The services provided shall be in accordance with Attachment D, "Materials Testing Laboratory Services," attached hereto and made a part of this agreement. SECTION 2 - PR�GRESS 2.1. After executian of this Agreement, the Engineer shall not proceed with the work fax each phase outlined under "Scope of Services" until authorized in writing by the Agent to proceed. 2.2. The Engineer shall, from time to time during the progress of the work, confex with the Agent, The Engineer shall pregare and present such infonnation and studies as are shown in Attachment B. 2.3. At the request of the Agent or the Engineer, conferences shall be conducted at locations designated by the Agent. When requested by the Agent, these conferences shall also include inspection of the Engineer's services and work. 2.4. The work will be subject to periodic review by tk�e Federal Aviation Administration (FAA) and/or Agent, 2.5. It is of primary importance to the Sponsor and the Agent that the services within this contract are provided according to the agreed upon Work Schedule, Attachment E attached hereto and made a part of this agreement. Undue delays within the control of the Engineer may be considered as reason for termination of the contract as provided in Section 9. Page 2 of 13 2.6. Should the Agent desire to suspend the work, but not terminate the Agreement, this may be done by thirty (3d) days' notice of suspension of work given by the Agent in writing to that effect, and the work may be reinstated by Agent and shall be resumed by Engineer in full force and effect upon receipt by the Engineer from the Agent of sixty (60} days' notice in writing to that effect. 2.7. If work is suspended for mare than six months at the request of the Sponsor or the Agent the Agreement may be renegotiated at the request of the Engineer or unilaterally terminated by the Engineer. 2.8. All employees of the Engineer shal] have such knowledge and experience as wi11 enable them to perfozm the duties assigned to them. Any employee of the Engineer, who, in the opinion of the Agent, is unable to perform the work, or whose conduct becomes detrimental to the work, shall immediately be removed by the Engineer from association with the Project. 2.9. The Engineer certifies that Engineer has adequate qualified personnel for performance of the services required under this Agreement, or will be able to obtain such personnel from sources other than the Agent or Sponsor. 2.I0. The Engineer shall prepare monthly progress reports in sufficient detail to support the progress of the work and vouchers requesting monthly payments. Z.11. The Engineer shall fumish all equipment, materials and supplies required to perform the work under this Agreement except as provided herein. SECTION 3- CHANGES OF WORK 3.1, The Agent will have the right to make changes and alterations in the services of the engineer as may be considered necessary or desirable. Changes and/or alterations that reduce the lump sum fee will be negotiated between the Agent and the Engineer. Changes ancUor alterations that increase the lump sum fee will be handled as Additional Services as stated in 5ection 4. Such changes and alterations shall not be considered as a waiver of any condirions of the Agreement, nor shall they invalidate any of the provisions thereo£ The Engineer shall perform the work as changed or altered. 3.2. When required to do so by the Agent, the Engineer shall make such revisions as are necessary to correct Engineer's errors or omissions in the work. No additional compensation shall be paid for this work. 3.3. If the Agent requests changes to work previously completed by the Engineer and accepted by the Agent, the Engineer shall make such changes as directed by the Agent. This will be considered additional work and paid for as speci�ed in Section 4- Additional Services. SECTION 4 - ADDITIONAL SERVICES 4.1. When authorized by a supplemental Agreement, the Engineer will furnish additional Page 3 of 13 services as listed in Attachment F, "Additional Services to be Provided by the• Engineer" aitached hereto and made a pari of this agreement. 4.1.1. Compensation for such services will be in accordance with Section 5- Payments to the Engineer. 4.2. Tf the Engineer is of the opinion that any work Engineer has been directed to perform is beyond the scope of this Agreement and constitutes extra work, Engineer shall promptly notify the Agent in writing prior to performing the extra work. 4.2.1. In the event the Agent finds that such work does constitute extra work, the Agent shall so advise the Engineer, in writing, and pursuant to a supplemental Agreement shall provide extra compensation to the Engineer for doing this work as additional sezvices covered in Section 5- Payments to the Engineer. SECTION 5- PAYMENTS TO THE ENGINEER 5.1. Methods of Payment for Services and Expenses of Engineer 5.1.1. For Construction Management Services. Agent shall pay Engineer for Construction Management Services as set forth in Attachment B, "Construction Management Services to be Provided by the Engineer" as follows: 5.1.1.1. A lump sum fee of $21,451.00 for Construction Management Services furnished under Section 1 and as set forth in Attachment B. 5.1.1.2. The Agent shall pay Engineer for services of the RPR furnished under paragraph A.1. at the rate of $58.00 per hour, not to exceed $51,040.Q0, or any portion thereof. Such payment shall include all direct saZary costs, indirect salary costs, fringe benefits, overhead, travel and subsistence, telephone and postage, field office expenses, printing and reproduction costs, any other payroll costs and profit. 5.1.1.3. If it becames apparent to the Engineer at any time before services to be rendered under paragraph 5.1.1.2. have been about eighty percent completed that the total amount of compensation to be paid to the Engineer on account of RPR services will exceed $51,040.00, (Amount A}, Engineer shall give Agent written notice thereof. Promptly thereafter Agent and Engineer shall review the maiter af compensation for RPR services, and either the Agent shall authonize the Engineer to provide additional RPR services, or the Agent and Engineer shall agree ta a reduction in the remaining services to be rendered so that the total compensation for such RPR services will not exceed Amount A when such services are completed. 5,1,1.4. Should the total cost of RPR services exceed Amount A, the Engineer shall be compensated for any additional RPR services, authorized by the Agent in excess of Amount A, at an hourly rate agreed upon between the Agent and Engineer. The payment for additiona� RPR services shall include the costs to the Engineer described in Paragraph 5.1.1.3. 5.1.1.5. The Agent shall pay Engineer a lump sum fee of $42,949.00 for the services of the Laboratory furnished under paragraph 1.4. at the rates provided in Attachment J, "5chedule of Page 4 of 13 Materials Testing Costs" attached hereto and made a part of this Supplemental Agreement. Such payment shall include all costs to the Engineer and Laboratory including direct salary costs, indirect salary costs, fringe benefits, overhead, travel and subsistence, printing and reproduction costs, telephone and postage, materials and equipment, any other payroll costs and profit. Should conditions indicate the need for test not itemized in Attachment J, such test may be conducted, provided that both the Agent and the Engineer agree as to their need and cost in advance. 5.1.1.6. The lump sum amount shall be allocated to the phases of the Project as set forth in Attachment G, "Lump Sum Fee Distribution to Engineer" attached hereto and made a part of this agreement. 5.1.1.7. For Additional Services. Agent s}aall pay Engineer for work rendered under Section 4- Additional Services in accordance with the provisions of the Supplemental Agreement to Engineering Services Agreement pertaining to the service provided. 5.2. Times of Payments 5.2.1. Partial payments shall be made monthly in proportion to those parts of the services that have been accomplished, as evidenced hy monthZy statements submitted by the Engineer to the Agent. In no case shall the partial payments be in excess of the value of the services completed at the time the statement is rendered. 5.2.2. The Engineer shall submit a monthly statement as directed by the Agent showing an estimate of the Construction Management Services rendered and the actual approved Additional Services rendered, except for Closeout Phase. All payments shall be submitted no later than ninety days after performing the work or incurring the costs. The pay request for Closeout Phase services shall be submitted only following completion of all tasks associated with the Closeout Phase, except for the warranty inspection. 5.3. Other Provisions Concerning Payments 5.3.2. Paynnents to the Engineer for Additional Services rendered will be based upon itemized and certified statements detailed to show the names of the employees and the time worked. Monthty statements should include authorized non-salary expenses with supporting iterx�ized invoices for additional services. 5.3.2. Statements and supporting documents wi11 be submitted to the Agent no more than monthly. TxDOT provided payrnent forms must be submitted with or as an Engineer's statement. Upon receipt and approval of each statement, the Agent shall pay the amount which is due and payable as provided herein within thirty (30} days of invoice receipt. 5,33. Final payment of any money due will be made to the Engineer after satisfactory completion of all services and obligations covered in this Agreement and acceptance of the work by the Agent. 5.4. Maximum Amount of Payment Page 5 of 13 5.4.1. The maximum amount aliowable for payment under the Professional Engineering Services Agreement is $115,440.00. SECTI�N 6 - SUBCONTRACTORS 6.1. The Engineer sha11 not sublet or transfer any portion of the work under this Agreement unless appraved by the Agent. Subcontractors sha11 comply with the provisions of this Agreement and all state and federal regulations as applicable. Subcontracts, may at the option of the Agent, require approval of content, The Engineer shall provide to the Agent a copy of the executed Agreement between the Engineer and subcontractor when requested by the Agent. 6.2. In the event the Engineer provides any of the services set out in this Agreement by subcontracting the same with a subcontractor, the Engineer shall take all.steps necessary and appropriate to ensure that said subcontractor indemnifies the Sponsor, Agent, and at the option of the Engineer, the Engineer for liability arising from any acts ar omissions of said subcontractor, it being the express intention of the parties hereto that any liability for said acts or omissions shall be the responsibility of said subcontractor. In the event that Engineer does not take such appropriate and necessary steps to ensure the indemnification described in this provision, Engineer shall assume such liability as is described in this provision, and hereby agrees to so indemnify the Sponsor or Agent for such acts or omissions of said subcontractor as are described herein. 6.3. The Engineer shall pay the subcontractor for work performed within 10 days a$er the Engineer receives payment for the work perfortned by the subcontractor. Also, any retained monies on a subcontractor's work shall be paid to the subcantractor within 10 days after satisfactory completion of all the subcontractor's work. The State may withhold all payments that have or may become due if the Engineer fails to comply with the 10 day payment requirement. The State may also suspend the work under this contract or any work authorizarions until subproviders are paid. This requirement also applies to all lower-tier subproviders, and this provision must be incorporated into all subcontracts. Completion of the subcontractor's work shall include test, maintenance and other similar periods that are the responsibility of the subcontractor. SECTION 7- CNIL RIGHTS COMPLIANCE 7.1. The Engineer shall comply with the provisions of Aitachment H, "Special Provision Contractor Contractual Requirements Title VI Assurances" attached hereto and made a part of this agreement. SECTION 8- DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS 8.1. The Engineer shall comply with the provisions of Attachment I, "Disadvantaged Business Enterprise (DBE) Assurances" attached hereto and made a part of this agreement. For any additional services, DBE goals will be amended and a new plan filed. Page 6 of 13 SECTION 9- TERMINATION OF AGREEMENT 9.1. The Agreement may be terminated upon the occurrence of any of the following conditions: 9.1. l. By mutual A�reement and consent of both parties in writing. 9.1.2. By the Agent by notice in writing to the Engineer as consequeuce of failure by the Engineer to perform the services herein set forth in a satisfactory manner and within the limits provided, with proper allowances being made for circumstances beyond the control of the Engineer. 9.1.3. By either party, upon the failure of the other party to fulfill its obligations as set forth in Section 1- Scope of Services. 9.1.4. By the Agent for reasons of its own and not subj ect to the mutual consent of the Engineer by delivering a written Notice of Terznination to the Engineer, which shall take effect on the tenth (lOth) day following receipt. 9.1.5. By the condition stipulated in Section 2.7. 9.1.6. By the situation stipulated in Attachment I, Disadvantaged Business Enterprise (DBE). 9.1.7. By the candition stipulated in Section 22.1., Child Support Certification. 9.1.8. By satisfactory completion of all services and obligations described herein. 9.2. Should the Agent terminate this Agreement, no fees other than fees due and payable at the effective date of termination, shall be paid to the Engineer. In determining the value of the work perfortned by the Engineer prior to termination, the Agent shall be the sole judge. Payment for work at termination will be based on work completed at that time. 9.3. If the Engineer defaults in performance of this Agreement or the Agent terminates the Agreement for fault on the part of the Engineer, the Agent will give consideration to the actual costs incurred by the Engineer in performing wark to date of default, the amount of work required which was satisfactorily complete to date of default, the value of the work which is usable to the Sponsor, the cost to the Sponsor of employing another firm to complete the work required and the time required to do so, and other factors which affect the value to the Sponsor of the work performed at time of default. 9.4, The termination of this Agreement and payment of an amount in settlement as prescribed abave shall extinguish all right, duties, obligations and liabilities of the Sponsor, Agent, and Engineer under this Agz'eement with regard to payment only. If the termination of this Agreement is due to the failure of the Engineer to fulfill Agreement obligations, the Agent may take over the project and prosecute the work to campletion by Agreement or otherwise. In such case, the Engineer shall be liable for any additional costs for professional services resulting from the Engineer's default. Page 7 of 13 SECTION 10 - DISPUTES 10.1. The Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of procurements made by the Engineer in support of the work authorized herein, 10.2. Any dispute conceming the work performed hereunder, the cost of work performed hereunder, or any nonprocurement issue shall be settled in accozdance with Title 43, Texas Administrative Code, Section 9.2, "Contract Claim Procedure." SECTION 11 - OWNERSHIP 4F DOCUMENTS 11.1. Work for Hire. All services provided under this contract are considered work for hire and as such all final plans and specifications created or collected under the terms of this contract are the property of the Agent and Sponsor. 11.2. Disposition of Documents. A11 documents prepared by the Engineer and all documents furnished to Engineer by the Agent shall be delivered to the Agent upon completion or termination of this contract. The Engineer, at its own expense, may retain copies of such documents or any other data which it has fumished the Agent under this contract, but further use of the data will at the Engineer's own zisk a.nd without liability or legal exposure to the Agent or Sponsor. 11.3. Release of Design Plan. The Engineer (1} will not release any design plan created oz collected under this contract except to its subproviders as necessary to complete the contract; (2) shall include a provision in all subcontract which acknowledges the Agent's and Sponsor's ownership of the design plan and prohibits its use for any use other than the project identified in this contract; and {3) is responsible for improper use of the design plan by its employees, officers, or subproviders, including costs, damages, or other liability resulting from improper use. 11.4. Any reuse without the written verification or adaptation by the Engineer of the plans and specifications by the Agent or Sponsor for purposes other than those directly associated tivith this specific contract and project are at the Agent's or Sponsor's own risk and without liability or legal exposure to the Engineer. SECTION 12 - COMPLIANCE WITH LAWS 12.1. The Engineer shall comply with applicable federal, state and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of courts, or administrative bodies or tribunals in any matter affecting the performance of this Agreement, including, without limitation, worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, the Engineer shall furnish the Agent with satisfactory proof of Engineer's compliance. 12.2. The Engineer certifies that it complies with Attachment L, Certification Regarding Page 8 of 13 Debarment, Suspension, Ineligibility, and Valuntary Exclusion, attached hereto and made a part of this agreement, and is not currently prevented from entering into any federally funded contract. SECTION 13 - INDEMNITY 13,1. The Engineer shall save harmless the State and its officers and employees from al1 claims and liahility due to activities of itself, its agents, or employees, performed under this Agreement and which are caused by or result from error, omission, or negligent act of the Engineer or any person employed by the Engineer. The Engineer shall also save harmless the State from any and all expense, including, but not limited to, attorney fees which may be incurred by the State in litigation or otherwise resulting said claim or liab'rlities which may be imposed on the State as a result of such activities by the provider or employees. 13.2 Section 13.1 above is expressly applicable to all items, clauses, codicils, and addenda of this Agreement. SECTION 14 - ENGINEER'S WARRANT 14.1. The Engrneer warrants that Engineer has not employed or retained any company or persons, other than a bona fide employee working solely for the Engineer, to solicit or secure this Agreement and that Engineer has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Engineer, any fee, commission, percentage, brokerage fee, gifts, or any other consideration; contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the Agent shall have the right to annul this Agreement without liability or, in its discretion, to deduct from the Agreement pnice or compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. SECTION 15 - SUCCESSORS AND ASSIGNS 15.1. The Sponsor and the Engineer each binds itself, its successors, executors, administrators and assigns to the other party to this Agreement and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Agreement. Neither the Sponsor nor the Engineer shall assign, sublet, or transfer its interest in this Agreement without written consent of the other. SECTION 16 - ENGINEER'S SEAL 16.1. The Engineer shall place the seal of a registered Texas Professional Engineer as endorsement on all documents and engineering data furnished by the Engineer to the Agent when such seal is required under Texas law. Page 9 of 13 SECTION 17 - INSPECTION OF ENGINEER'S BOOKS AND RECORDS 17.1. The Agent may, for puzpose of termination of the Agreement prior to completion, examine the books and records of the Engineer for the purpose of checking the amount of the work performed by the Engineer at the time of Agreement termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred an�d shall make such materials available at the Engineer's office during the Agreement period and for three years from the date of final payment umder the Agreernent, for inspection by the Agent, the Federal Aviation Administration and the U,S. Department of Transportation, Office af Inspector General. The Comptroller General of the United States, or any of its duly authorized representatives, shall have access to any books, documents, papers and records of the Engineer which are directly pertinent to this Agreement for the purpose of making audit, examinations, excerpts and transcriptions. 17.2. The State Auditor may conduct an audit or investigation of any entity receiving funds from TxDOT directly under this contract or indirectly through a subcontract under this contract. Acceptance of funds directly under this contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the State Auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. An entity that is the subj ect of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. SECTION 18 - WARRANTTES OF SIGNATORY 18.1. The undersigned signatory or signatories for the Engineer hereby represent and warrant that the signatory is an officer of the firm for which the signatory has executed this Agreement and that the signatory has full and complete authority to enter into this Agreement on behalf of the Engineer. The above-stated representations and warranties are made for the purpose of inducing the Sponsor to enter into this Agreement. SECTION 19 - INSURANCE 19.1. The Engineer shall procure and maintain insurance for protection from claims under worker's compensation acts, claims for damages because of bodily injury including personal injury, sickness or disease or death of any and all employees or of any other person and from claims or damages because of injury to or destruction of property including loss of use resulting therefrom. The Engineer shall furnish the Agent a completed Certificate of Insurance provided and approved by the Agent prior to beginning work under this Agreement. SECTION 20 - OPINIONS OF COST 20.1. Engineer's opinions of probable Total Project Costs and Construction Management Cost provided for herein are to be made on the basis of Engineer's experience and qualifications and represent Engineer's best judgrnent as an experienced and qualified professional engineer, familiar with the construction industry; but Engineer cannot and does not guarantee that Page 10 of 13 proposals, bids or actual Total Project or Construction Costs wi11 not vary from of opinions of probable cost prepared by Engineer. SECTION 21- ENTIRE AGREEMENT 21.1. This Agreement together with the Attachments, Bxhibits and Special Provisions identified herein constitutes the entire Agreement between the Sponsor and the Engineer and supersedes all prior written or oral understandings. This Agreement and Attachments, Exhibits, and Special Provisions may only be amended, supplemented, modified or canceled by a duly executed written instrument. SECTION 22 - CHILD SUPPORT CERTIFICATION 22.1. Under Section 231.006 of the Family Code, the Consultant certifies that the individual or business entity named in this Agreement is eligible to receive the specified grant or payment and acknowledges that this Agreement may be terminated and payment withheld if this certification is inaccurate. The Consultant further acknowledges that he or she has read Attachment K, attached hereto and made a part of this agreement and has provided the names and social security numbers required therein. SECTION 23 - APPLICABLE LAW 23.1. Under Section 22,055 (b), Transportation Code, Chapter 22, this Agreement is made pursuant to the law governing the making of Agreements by or on behalf of the State of Texas. SECTION 24 — DEBT TO THE STATE 24.1. If the Comptroller is currently prohibited from issuing a wa.rrant to the Engineer because of a debt owed to the State, then the Engineer agrees that any payments owing under the Agreement will be applied towards the debt ar delinquent taxes until the debt ar delinquent taxes are paid in full. SECTION 25 — BUY TEXAS 25.1. If this Agreement does not include federal funds, the consultant shall buy Texas projects and materials for use in providing the services authorized in this Agreement when these products and materials are available at a comparable price and in a comparable period of time. When requested by the State, consultant shall furnish documentation of these purchases or a description of good faith efforts to do so. SECTION 26 — VENUE 26.1. Venue for resolution by a court of competent jurisdiction of any dispute arising under the Page 11 of 13 terms of this Agreement, or for enforcement of any of the provisions of this Agzeement, is specifically set by Agreement of the parties hereto in Travis County, Texas. SECTION 27 — ENGINEER'S EMPLOYEES 27.1 By executing this contract, the Engineer is certifying that the Engineer does not have any knowledge that any of its employees or of any employees of a subprovider who are expected to work under this contract have a relative that is employed by TxDOT unless the Engineer has notified TxDOT of each instance. The term "relative" refers to a person's great grandparent, grandparent, parent, aunt or uncle, sibling, niece or nephew, spouse, child, grandchild, or great grandchild, or the grandparent, parent, sibling, child, or grandchild of the person's spouse. IN WITNESS WHEREOF, the parties to this Agreement for Professional Engineering Services have signed or caused their respective names to be signed to triplicate counterparts hereof on the � day of Auaust , 2012. ENGINEER By: res' ent Title Engineer , i . (Name of Firm) Longview, TX 75601 (City, State, Zip) THE STATE OF TEXAS COUNTY OF GREGG Narne: Joncie H. Young, P.E. 140 E. Tyler Street, Suite 600 (Address) 903-236-7700 (Area Code & Phone Number) Before me, the undersigned authority, on this day personally appeared �oncie H. Young known to me to be the Engineer named in this Agreeznent, or the Engineer's authorized representative, and is the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she has authority to execute and has executed the same for the purposes and consideration therein expressed. Given under my hand and seal of office this � ��ai � �,vv��c ALEEDA R. BARTON My Commission Expires September 14, 20i2 4 Sj��E � ��� �day of Au9ust , A.D. 2012. Aleeda R. Barton ���—�l�-k. /�_ �"�i�-' Notary Public, State of Texas My Commission expires 9-14-2012 Page 12 of 13 ACCEPTANCE OF THE STATE Executed by and approved for the Texas Transportation Commission, agent for the Sponsor, for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. � By: � Date: % `�' /� David S. Fulton, Director Aviation Division %xas Depa�tment of TransporfatjOr� Page 13 of 13 ATTACHMENT A SERVICES TO BE PROVIDED BY THE AGENT TxIIOT CSJ NO.: 1218DNTON Agent shall do the following in a timely manner so as not to delay the services of the Engineer: 1. Provide sufficient criteria and information as to the Agent's requirements for the Project including but not limited to performance requirements; budget constraints; and construction standards. 2. Make available plans, specif cations, inaps, field notes, previous reports, statistics, and other data in the Agent's possession relative to the existing facilities and tfl the Project. 3. Fumish the Engineer appropriate data in the Agent's or Sponsor's possession including, but not limited to, soils and foundation investigations, boundary and other surveys, environmental assessments or environmental impact statements, and planning or engineering reports. 4. Examine all studies, reports, sketches, drawings, specifications, proposals, and other documents presented by the Engineer. 5. Give prompt written notice to the Engineer whenever the Agent observes or otherwise becomes aware of any development that affects the scope ar timing of the Engineer's services, or any defect in the work of the contractor(s). 6. Direct the Engineer ta provide necessary Additional Services as stipulated in 5ection 4 of this Agreement or other services as required. A -1 ATTACHMENT B CONSTRUCTION MANAGEMENT SERVICES TO BE PROVID�D BY TH� ENGINEER TxDOT CSJ NO.: 1218DNTON Engineer shall provide the Sponsor professional engineering services in all phases of the project to which this Agreement applies as hereinafter provided. These services will include serving as the Sponsor's prafessional engineering representative for the project and providing professional engineering consultation and advice incidental thereto. A. CONSTRUCTION PHASE After written authorization to proceed with the Construction Phase, Engineer shall: 1. Conduct a preconstruction conference with representatives of the Agent, the Sponsor, the contractor(s) and other interested parties. The Engineer shall prepare and distribute a record of the preconstruction conference to the attendees, For projects involving the placement of HMAC (P-401) and/or concrete (P-501), the engineer shall furnish the contractor an agenda or checklist of items which will be addressed during the pre-paving conference. 2. Conduct a meeting with airport users, and the contractor to explain the construction project, delineate lines of authority, and review the construction Phasing and Safety Plan. 3. Prepare a Notice of Intent (NOI) for TxDOT to submit to the Texas Commission on Environmental Quality (TCEQ), as necessary per Storm Water I'ollution Prevention Plans (SWP3). 4. Perform the necessary field surveys for establishing horizontal and vertical contrals for the use of the contractor{s) during the performance of the construction, 5. Make visits to the site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress and quality of the various aspects of the Contractor (s) work. Based on information obtained during such visits and on such observations, Engineer shall endeavor to determinate in general if such work is proceeding in accordance with the Agreement Documents and Engineer shall keep Agent informed of the progress of the work. The Engineer shall endeavor to protect the Agent and Sponsor against defects and deficiencies in the work of the contractor(s); however, it is understood that the Engineer cannot guarantee the performance of the contractor, nor is the Engineer responsible for the actual supervision of the construction operations or for any safety measures the contractor{s) takes or should take. CC�1 6. Consult with and advise the Agent, issue all instructions to the contractor(s) as may be requested by the Agent and prepare change orders and provide necessary documentation for supplemental Agreements as requixed. 7. Conduct a pre-paving meeting prior to the HMAC (P-4Q 1) test strip and/or concrete placement (P-501), which involves the contractor, RPR and testing lab; and which clarifies all paving specification requirements and procedures. S. Review: (a) samples; (b) cat�log data; (c) schedules; (d) shop drawings; (e) laboratory, shop, and mill tests of materials and equipment; and, other data submitted by the contractor. Such reviews will be only for conformance with the design concept of the Project and compliance with the information given in the Agreement documents. The Engineer shall provide one copy of the documents with review comments to the Agent. 9. Prepare and/qr verify any periodic and final estimates for payments to the contractor(s), and fumish the Agent with any necessary certifications as to payments to contractors and suppliers. 10. Conduct, in the company of the Agent and the Sponsor, � final inspection of the Project for conformance with the design concept of the Project and compliance with the Agreement documents, and approve, in writing, final acceptance of the project. The Engineer shall prepare and distribute copies of the findings to the Agent, the Spansor and the Contractor. F. CLOSEOUT PHASE After written authorization to proceed with the Closeout Phase, Engineer Shall: l. Provide Agent with a final test and quality contral report documenting the results of all tests performed, highlighting those tests that failed or did not meet the applicable test standard and the actions(s) taken. The report shall include any pay reduction applied and reasons for accepting any out of tolerance material. 2. Prepare and submit one CD containing plan drawings in single page monochrorne TIFF format at a minimum resolution of 404 dpi or a maximum sheet size of ANSI D(22" x 34") showing those changes made during the construction process based on the marked-up prints, drawings and other data furnished by contractor(s) to Engineer and those changes which Engineer considers significant. 3. Update the existing Airport Layout Plan (ALP) as necessary to indicate items completed during construction. Field verification of runway end coordinates and elevations are required if they have been altered during canstruction. Transfar the updated existing ALP to a computer aided design and drafting (CADD) format as direcied by Agent. The Engineer shall furnish the Agent with three (3) review copies, and upon approval, two reproducible Mylars of minimum 4 mil thickness and fifteen (15) copies of the ALP and one set of computer diskettas of a type directed by the Agent containing a CADD copy of the ALP. B-z 4. Furnish Agent with 3 bound copies of all approved catalog cuts, warranties, maintenance data, parts lists, and names of equipment and materials suppliers. 5. Furnish TxDOT with the RPR's original diaries. 6. Furnish TxDOT with a copy of the contractor's Notice of Termination (NOT) to TCEQ as necessary for SWP3. ' 7. Prepare a Notice of Termination (NOT) for TxDOT to submit to TCEQ as necessary for SWP3. 8. Conduct an inspection of the Project prior to the expiration of any warranty period and advise the Agent of any recommended action to be taken under the terms of any warranty, 9. Engineer shall submit only ane pay request for closeout phase upon completion of alI tasks associated with closeout with the exception of the warranty period, � ATTACHMENT C DUTIES, RESPONSTBTLTTYES AND LTMITATIQNS OF AUTHORITY OF THE RESrDENT PROJECT REPRESENTATIVE TxDOT CSJ NO.: 1.218DNTON A. General. The Resident Project Representative (RPR), as the Engineer's agent, will act as directed by and under the supervision of the Engineer, and will confer with the Engineer regarding RPR's actions. The Resident Project Representative's dealings in matters pertaining to the on-site work shall in general be with the Engineer, Agent's Construction Manager and Contractor, keeping the Sponsor advised as necessary. Dealings with the subcontractors shall only be through or with the full knowledge of the Contractor. B. Duties and Responsibilities. Resident Project Representative will: 1. Conferences. Attend preconstruction conference. Arrange and conduct a scbedule of progress/coordination meetings and other job conferences as required in consultation with the Engineer and notify in advance the Agent's Construction Manager, Sponsor's Representative, Contractor and others that wi11 be expected to attend. Record, maintain and circulate copies of minutes to alI attendees. 2. Schedules. Review the progress schedule, schedule of submittals and schedule of values prepared by the Contractor and consult with the Engineer conceming their acceptability. Liaison. a. Serve as the Engineer's liaison with the contractor superintendent and assist the superintendent in understanding the intent of the Contract Documents. Assist the Engineer in serving as the Sponsor's liaison with the Contractor when the Contractor's operarions affect the Spansor's on-site operations. b. As requested by the Engineer, assist in obtaining from the Agent's Construction Manager additional details or information, when requested at the job site for proper execution of the work. 4. Submittals. a. Receive and record date of receipt of all required Submittals, receive all samples which are furnished at the site by the Contractor, and notify the Engineer of their availability for examination. C-i b. Advise the Engineer and Contractor prior to the commencement of any work requiring a Submittal that has not yet been approved by the Engineer. 5. Review of Work, Rejection of Defective Work, Inspection and Tests. a. Conduct on-site observations of the work in progress to assist the Engineer in determining if the work is proceeding on schedule and in accordance with the Contract Documents and whether completed work will conform to same. b. Report immediately to the Engineer and Ageut's Construction Manager whenever the RPR believes that any work is unsatisfactory, faulty or defective or does not coziform to the Contract Documents, or does not meet the requirements of any inspections, tests or approval required to be made or that has been damaged prior to imal acceptance; promptly advise the Engineer and Agent's Construction Manager when the RPR believes work should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Verify that tests, equipment and systems stariups and operating/maintenance procedures are conducted as required by the Contract Documents and in the presence of the required personnel, and that the Contractor maintains adequate records thereof; observe, record (in the Daily Diary) and report to the Engineer and Agent's Construction Manager appropriate details relative to the test procedures and startups. d. Accompany visitors representing public and other agencies having jurisdiction over the Project, record (in the Daily Diary) the outcome of these inspections. e. The RPR should review all stormwater prevention measures, if applicable, at least weekly as to their function and adequacy, and after each rain event. Any noted deficiencies must be immediately communicated to the contractor, with subsequent review to ensure an appropriate response. 6. Interpretation of Contract Documents. Transmit to Contractor the Engineer's clarif►cation and intezpretations of the Contract Documents. 7. Modifications. Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report them with recommendations to the Engineer and Agent's Construction Manager. Records. a. Maintain at the job site orderly files for correspondence, reports of job conferences, Submittals and sample submissions, reproductions of original Contract Documents including all addenda, change orders, field orders, additional Drawings issued subsequent to the execution of the Contract Documents, Daily Progress Reports, test reports and other project related documents. G2 b. Keep a Daily Diary, recording hours on job site (include RPR's), weather conditions, work force, equipment in use and idle, data relative to questions of extras or deductions, list of visitors, daily activities, decisions, observatioas in general and specific observations in more detail as in the case of observing test procedures. Send copies to the Engineer and Agent's Constructian Manager on a weekly basis. c. Maintain on a current basis a set of project drawings marked to show the work as actually constructed and assist the Engineer in the preparation of Record Drawings from the information on these marked drawings, d. Record names, addresses and telephone numbers of all Contractors, subcontractors, testing laboratories and major suppliers ofxnaterials and equipment. 9. Report. a. Furnish weekly construction reports to the Engineer and Agent's Construction Manager in the form of copies from the Daily Diary (provided by Agent) on a weekly basis. b. Notify the Engineer and Agent's Construction Manager of deficiencies in the Cantractor's compliance with the approved progress schedule and/or schedule of Submittals. c. Consult with the Engineer and notify the Agent's Construction Manager in advance of scheduled major tests, inspection or start of important phases of the work. d. Report immediately to the Engineer and Agent upon the occurrence of any accident. e. Report iznmediately to the Engineer and Agent's Construction Manager any tests or inspections not in compliance with the Contract Documents. 10. Paynnent Requests. Review and approve Contractor pay requests for compliance. Forward a copy of the approved payznent to the Engineer, noting particularly quantities, work completed, and materials and equipment deiivered at the site but not incorporated in the work. The Contractor is responsible for forwarding the approved original payment request to TxDOT. ll. Wage Rates: Submit weekly construction reports to Agent. Interview the Contractor's employees and determine whether the Contractor is campensating employees in accordance with the wage rates contained in the Contract Documents. Document the interviews in the Daily Diary. Submit one to three interviews to Agent monthly on the Wage Rate Interview Form provided by the Agent for verification of pay rates. 12. Submittals of Certificates, Maintenance and Operation Manuals. During the course of the work, verify that certificates, maintenance and operation manuals and other C-3 Submittal data required to be assembled and furnished by the Contractor are applicable to the items actually installed; and deliver this material to Engineer for his review and forwarding to the Agent prior to iinal acceptance of the work. 13. Completion. Conduct the final (or partial if applicable) construction inspection in accordance with Section 50 in the general provisions of the project specifications, in the company of the Engineer, Agent, Sponsor, Contractor and other interested parties. C. Limitations of Authority. Except upon written instructions from the Engineer and with the Agent's concurrence, the Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2. Shall not exceed limitations on the Engineer's authority as set forth in the Contract Documents, 3. Shall not undertalce any of the responsibilities of Contractor, subcontractors or Contractor's superintendent to expedite the work. 4. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is speci�cally called for in the Contract Documents. 5. Shall not advise on or issue directions as to safety precautions and programs in connection with the work. 6. Shall�not authorize the Sponsor to occupy the Project in whole or in part. 7. Shall not participate in specialized field or laboratory tests unless approved by the Agent and the Engineer. C-4 ATTACHMENT D MATERIALS TEBTING LABORATORY SERVICES TxDOT CSJ NO. : 1218DNTa►N 1. The Engineer shall submit, in writing, the name of the Laboratory for the Project to the Agent for approval. 2. The services of the Laboratory shall be performed in accordance with the basic requirements of ASTIvZ E 329, "Recommended Practice for Inspection and Testing Agencies," ASTM C 1077, Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation, and ASTM D 3666, Standard Practice for Evaluating and Qualifying Agencies Testing and Inspecting Bituminous Paving Materials as published by the American Society of Testing Materials. 3. The Engineer shall promptly submit to the Agent formal reports from the Laboratory of all tests and inspections indicating, where applicable, compliance with the Project Specifications or other contract documents. Such reports shall be complete and factual, citing the tests performed, methods employed, values obtained, project area involved, and other pertinent data. These reports shall be signed by a registered professional engineer with expertise in the area for which the report is made. The reports shall he distributed only as specifically designated by the Agent. 4. The Laboratory is not authorized to revoke, alter, relax, enlarge or release any requirements of the project specifications or other contract documents or to approve or accept any portion of the work. The Laboratory does not have the right of rejection or the right to stop the work, except for such reasonable periods as may be required to conduct the sampling, testing or inspection operations. 5. The Laboratory shall report immediately to the Engineer or Resident Project Representative, any materials tested or inspected, which do not comply with the project requirements. The Engineer shall then, within the same working day, notify the Agent's Construction Manager. 6, The Labflratory or its representative shall not act as foreman or perform other duties for the Contractor. 7. Quality assurance testing shall be in accordance with the requirements in the Constructian Contract General Provisions and Technical Specifications. f� Construction Phase Closeout Phase ATTACHMENT E WORK SCHEDULE TxDOT CSJ NO.: 1218DNTON E-1 As needed 45 Calendar days ATTACHMENT F ADDIT�ONAL SERVICES TO BE PROVIDED B�' THE ENGINEER TxD�T CSJ NO.: 1218DNTON If authorized by supplemental Agreement by Agent, Engineer shall furnish or obtain from others additional services of the types listed hereinafter. These services are not included as part of the Construction Management Services to be Provided by the Engineer. Compensation for additional sezvices will be in addition to compensation for services performed under 5ection 1- Scope of Services. 1. Boundary, land, and right-of-way surveys, establishment of monuments; and, related office computations and drafting. Preparation of property or easement descriptions and related drawings. 3. Assistance ta the Agent and Sponsor as an expert witness in any litigation with third parties arising from the development or construction of the project. 4. Appearance before regulatory agencies. 5. Preparation of Environmental Impact Assessment Reports and assistance to the Agent in preparing for and attending public hearings. 6. I3etailed mill, shop, and/or laboratory inspections of materials or equipment. 7. Additional copies of reports, plans, specifications, and documents above the number speci�ed to be fumished under the Construction Management Services. 8. Travel and subsistence for the Engineer and Engineer's staf;f beyond that normally required under the Construction Management Services, when authorized by the Agent. 9. Preparation of operating instructions and manuals for facilities and training of persocu�el in the operation of the facilities. 10. During the construction phase, actual performance of soil materials, foundation investigations, and pavement mix designs, including field and laboratory tests, borings, related engineering analyses, and recommendations necessary for quality control. 11. Preparation of a updated Airport Layout Plan. 12. Any other services required for the project, autharized in writing by the Agent, and not otherwise provided for in this Agreement. �- i ATTAC�iMENT G LUMP SUM FEE DISTRIBUTION TO THE ENGINEER TxDOT CSJ NO.: 1218DNTON Subject to the limitations of Section 5 and other provisions of this Agreement the lump sum fee for Construction Management Services as provided under Section 5- Payments to the Engineer shall be distributed on the basis of the following fees of the total lump sum fee for the phases of the Project. Phase Fee b Phase Construction Phase $18,610.00 Closeout Phase $2,841.00 RPR Hourl Fee- 880 hrs $SS.UO.!hr $51,040.00 Testing Fee $42,949.00 GI ATTACHMENT H SPECIAL PROVISYON CONTRACTOR CONTRACTUAL REQUIREMENTS TITLE VI ASSURANCES TxDOT CSJ NO.: 1218DNTON During the performance of this Agreement, the contractor, for himself, its assignees and successors in interest (hereinafter referred to as the "contractor" agrees as fol�ows: 1. Compliance with Re�ulations. The contractor shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the Agreement, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurexnent of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the Agreement covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities, as may be determined by the Agent or the Federal Aviation Adminisiration {FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to fumish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the infarmation. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this Agreement, the Agent shall impose such contract sanctions as it or the FAA may deterniine to be appropriate, including, but not limited to: {a) withholding of payments to the contractor under the Agreement until the contractor complies, andlor (b) cancellation, tennination, or suspension of the Agreement, in whole or in part. � 6. Incomoration of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Agent or the FAA may direct as a rneans of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result af such direction, the contractor may request the Agent to enter into such litigation to protect the interests of the Agent and Sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. H-2 ATTACHMENT I DISADVANTAGED BUSINESS ENTERPRISE (DBE) ASSURANCES TxDOT CSJ NO.: 1218DNTON 1. POLICY. It is the policy of the United States Department of Transportation (DOT} that Disadvantaged Business Enteiprises (DBE), as defined in 49 CFR Part 26, Subpart A, be given the apportunity to compete fairly for contracts and subcontracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Agreement. 2. DBE OBLIGATIONS. The contractor wilt offer DBEs, as defined in 49 CFR Part 26, Subpart A, the opporiunity to compete fairly for contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard, all contractors will make a good faith effort in accordance with 49 CFR Part 26 to meet the contract DBE goal. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT-assisted contracts. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. The requirements of this provision shall be physically included in any subcontract, 3. PROJECT DBE PARTICIPATION GOAL AND GOOD FAITH EFFORT. The bidderlproposer shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract (10%) ten percent of the dollar value of the prime contract to DBEs. A bidder for this solicitation that qualifies as a DBE, may receive credit toward the D�E goal for work performed by his/her own forces and work subcontracted to DBEs. The DBE bidder must report any subcontracts to non-DBEs. The apparent successful competitor will be required to submit information concerning the DBE(s) that will participate in the contract. Eligibie DBEs are firms certified as such by the Department in accordance with 49 CFR Part 26. The information will include: (1) the name and address of each DBE; (2) a description of the work to be performed by each named firm; and (3) the dollar value of the work of the coniract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. If the Director of Aviation determines that the apparent successful competitor has failed to meet the gaod faith effort requirements, they will be given an opportunity for reconsideration by the Director of the Construction Division. 4. Counting DBE Participation Toward Meetin� the Goals. The Texas Department of Transportation through the Division of Aviation, hereinafter called the "Agent," will count DBE participation toward the goals in accordance with the guidelines outlined below. a. Once a firm is determined to be an eligible DBE under 49 CFR Part 26, the total amount paid to the DBE for work per:formed with his/her own forces is counted toward the DBE goal. When a DBE subcontTacts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward DBE goals only if the subcontractor is itself a DBE. Work that a DBE subcontracts to a non-DBE firm does not count toward DBE goals. An eligible DBE is defined for this program as one that is currently certified by the Texas Deparhnent of Transportarion. I-1 b. The Agent and its contractors will count toward the DBE goals a portion of the total dollar value of a contract with a certified DBE joint venture equal to the distinct, clearly defined portion of the work of the contract performed by the DBE. c. Only expenditures to the DBE that performs a commercially useful function in the work of a contract will be counted toward the DBE goals. A DBE is considered to perform a commercially useful function when it is responsible for execution of the work of the contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a DBE is performing a commercially useful function, the Agent and its contractors will evaluate the amount of work subcontracted, industry practices, and ot�er relevant factors. When a DBE is presumed not to be performing a commercially useful function, the DBE may present evidence to rebut this presumption. d. Consistent with normal industry practices, a DB� may enter into subcontracts. If a DBE contractor subcontracts a significantly greater portion of the work of the contract than would be expected on the basis of normal industry practices, the DBE shall be presumed not to be performing a commercially useful function. The DBE may present evidence to the Agent to rebut this presumption. e. The Agent and its contractors wili count toward the DBE goals 60 percent of expenditures for materials and supplies required under a contract and obtained from a DBE regular dealer, and 100 percent•of such expenditures obtained fram a DBE manufacturer. f. For purposes of this DBE program, a manufacturer is a firm that operates or maintains a factory or establishment that produces on the prernises the materials, supplies, articles or equipment required under the contract and of the general character described by the specifications. Brokers, packagers, manufacturers' representatives or persons who arrange or expedite transactions shall not be regarded as manufacturers. g. For purposes of this DBE program, a regular dealer is a firm that owns, operates, or inaintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the genera] character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a regular dealer, the firrn must be an established regular business that engages in, as its principal business, and in its own name, the purchase and sale of the praducts in question. A regular dealer in such bulk items as steel, cement, gravel, stone and petroleum products need not keep such products in stock, if it owns or operates distribution equipment for the product. Brokers, packagers, manufacturers' representatives or other persons who arrange or expedite transactions shall not be regarded as regular dealers. Any supplementing of regular dealers own distribution equipment shall be by a long-term lease Agreement and not on an adhoc or contract- by-contract basis. h. The Agent and its contractors may count towa.rd the DBE goals the following expenditures to DBE firms that are not manufacturers or regulaz dealers provided that the fee or commission is determined by the Agent to be reasonable and not excessive as compared with fees customarily allowed for similar services: I-2 (1) The fees or commissions charged by a DBE for providing a bona fide service, such as professional, technical, consuItant or managerial services, and assistance in the procurement of materials or supplies required for performance of the contract, provided that the fee or commission is determined by the Agent to be reasonable and not excessive as compared with fees customarily allowed for similar services. (2) The fees charged for delivery of material and supplies required on a job site (but not the cost of the materials and supplies themselves) when the hauler, trucker, or delivery service is not also the manufacturer or a regular dealer in the materials and supplies. (3} The fees or commission charged for providing any bonds or insurance specifically required for the performance of the contract. 5. CONDITIONAL AWARD. If the successful bidder for a federal-aid contract is determined to be acceptable, the Agent will conditianally award the contract. The condition of the award is that within 14 days after the date of the award, the bidder must furnish to the Agent names and addresses of the DBE subcontractors that are proposed to be used, a description of the work each subcontractor is to perform, the dollar value of each proposed subcontract, and a tentative Agreement for each DBE firm submitted, signed by an officer of the contractor and an officer of the proposed DBE firni. A contractor who does not meet the contract goal, in whole or in part, must submit within the 14 days, documentation showing the steps taken to obtain DBE participation ("Good Faith Effort"). Such documentation is to be submitted directly to the Agent's Grant Administrator. The Agent's Grant Administrator will evaluate the contractor's documented efforts and will determine whether or not they constitute compliance with the contract DBE requirements and are acceptable. Should the bidder to whom the conixact is conditionally awarded refuse, neglect or fail to meet the goals or fumish acceptable documentation, the bid bond filed with the bid may become the property of the State, not as a penalty, but as liquidated damages to the Agent. 6. CONDITIONAL ACCEPTANCE OF PROPOSAL. If the successful proposer for a federal-aid professional services contract is determined to be acceptable, the Agent will conditionally accept the proposal. The condition of the acceptance is that prior to the execution of a professional services contract, the proposer must fumish to the Agent names and addresses of the DBE subcontractors that are intended to be used, a description of the work each subcontractor is to perform, the dollar value of each proposed subcontract, and a tentative Agreement for each DBE firm submitted, signed by an officer of the contractor and an officer of the proposed DBE finm. A professional service provider who does not meet the contract goal, in whole or in part, must submit prior to execution of the contract, documentation showing the good faith efforts made to meet the DBE goal. Such documentation is to be submitted directly to the Aviation Division. TxDOT's Aviation Division wi11 evaluate the professional service provider's documented efforts and wi11 determine whether ar not they constitute compliance with the contract DBE requirements and are acceptable. If the Directar of the Aviation Division determines that the professional service provider has failed to meet the good faith effort requireznents, the professional service provider I-3 will be given an opportunity for recansideration by the Director of the Construction Division. 5hould the professional service provider whose proposal has been conditionally accepted refused, neglect or fail to make a good faith effort to meet the goals or furnish acceptable documentation, the Agent may then conditionally accept the proposal of the second selected proposer. 7. REQUIRED REPORTING O� DBE PARTICIPATION. The contractor shall submit on a monthly basis reports of DBE participation to meet the goal and for race-neutral DBE participation, and submit a final report on the completion of the project. Only actual payments made to DBEs are to be reported. Reports for race-neutral DBE participation on contracts with no DBE goal are required. $. SANCTIONS FOR NONCOMPLIANCE. In the event of the contractor's noncompliance with the DBE requirements of this contract, the Agent may impose one or more of the following contract sanctions : a. cancellation, termination or suspension of the contract, in whole or in part, and/or b. withholding of payments to the contractor under the contract until the contractor camplies, and/or c, other remedies as PAA or the Agent deems appropriate. I-4 ATTACHMENT J SCHEDULE O�' MATERIALS TESTING COSTS TxDOT CSJ NO.: 1218DNTON See attached testing schedule. J-1 Budget Estimate for Construction Materials Engineering and Testing Services Year2012 Apron Expansion Denton Municipal Airport Denton, Texas TxDOT CSJ No. 1218DNTON Bid Schedule No. 2: Expand Apron (Concretej; MTE Proposal No. P12-110LC 7121J12 Addifive Alternate No. 2: Remove and Replace Existing Apron (Concrete); Additive Alternate No. 4: Expand Apron West of Terminai Building & ATC7 (Concrete); and Additive Alternate No. 5: South Erosion Re alrs - :::::: � '� T::;:::;:. : �..... .: �...: : �::� ?:�:t{MA ..0 .� :::L�N �':�::::: :::I1N��":::::; :: �" �. _ .::::::::;�:.:<'::::; :� : :::::::::::::::::::�:°�:� : _::��::::::.,;::::::::::::::,:::: ;.;: ;,,.,:..:::::: ;;;;_,..;,.,:;.;.,,;..,,.;.:.:.:.:.:.:.:.:.:.:.:-•.:.:.:.:.:.:.:.:.:.:.:.:.:.......... . . . . . ... . :..:... . . . ...... . ... . . . .....".7., �:1':`' �: :::i�l�tC� "X' :: ;:'�����`�������'i�� �:::�� I;�lik�. : E"�'... . . . . . . �!t. . ;: . . ��:�'s l� . �Q . ... . . . . _ :::�::€::;� ::::::::::::::::::?�`:�:°::�::�:::�:°:::'::s:::`.:...:...:.;,:..::.:.:.:.:::._ :;:,;.,.:.,.:.:::.:.:.:.::::::::::::::::::: ::::::::::::::::;::s:::::::::::: ::::: �� . . . . .11� A� . . . ::::.:::::::::::::::.� : :. :. :•:::� �:::::::::::::,.���!�1�1��'I,.b�1:1:���'�f�1�::::::::::� °�':::::::::::::�:::::::;::::::::: :::::.. .. . . . . . . .. . . ... ' �:�� ctlo��&�E'r�E��av�?:M�etiii `s�:�:?::�::;s:::� :::::::::;s::::��: : ?:?:�:�re��o�is�ru .... .:�......... Attendance of Pre-Construction and Pre-Paving Meetings Sr. Geotechnical Engineer (Pre-Constn.�ction Meeting) $120,00 hour 8 $96Q.00 Transportation Charge (Longview) $150.Q0 trip 1 $150.00 Testing Laboratory Project Manager (Pre-Con. & Pre-Pave Meetings) $85.OD hour 8 $680.Q0 Transportation Charge (Local} $50.00 trip 2 100,40 Estimated 5ubtotal: $1,890.00 �;::::�A#�?[f�:m�F :�5�::: �i�ca�a�[ari ai,i.ci:�m�ii����::s::' ::` :`°:`::s: �.�':: Bid ltem Numbers: 2.04, A2.02, A4,02 & A5.01 (1,�f58+ CY (total} Unclassified Excavation), 2,05 & A5.02 (370+ CY (total) On-Site Borrow Embankment !n Placej, and 2.06, A2.03 & A4.fl3 (55+ CY (total) Undercut and Replace l7nsuitable Subgrade Material with Suitabie Material as Directed by the Engineer) Moisture/Density Relationship of Soils Standard Proctor (ASTM D698) - Natural Soils $150.00 each 3 $450.oQ Atterberg Limits (ASTM D4318) - Natural Soils $55.0� each 3 $165.40 Percent Finer Than No, 204 Sieve (ASTM D1140) - Natural Soils $50.00 each 3 $150.00 Oven Dried Moisture Content (ASTM D2216) $7.00 each 3 $21.00 Sulfate Content in Soils - Colorimetric Method (Tex-145-E, Part fl) $125.00 each 3 $375.00 Constructian Materials Engineerirtg Technician (includes technician sampling and performing all required in-place (nucfear) density testing (ASTM D6938), portal to portal, 3 hour min. per trip) Sample Pick-Up: Est. 1 trip @ 4 hours $45.00 hour 4 $180,00 Gompaction Testing: Est. 5 trips @ 4 hours ! trip $45.00 hour 20 $900.00 In-Place Density Tests (ASTM D 6938), Nuclear Method �'� $15.00 each 25 $375.00 Transportation Charge {including round-trip milsage) ��� $50.0� trip fi $300.00 Senior Geotechnical Engineer (project coordination / management, $120.00 hour 6 720.Oa review of all test repo�ts, discussians with the Client, etc.) Estimated Subtotal: $3,636.00 NOTE: Testing frequency to be established by the Client during construction. For budgeting purposes, we have assumed performing random (periodic) soils (compaction} testing services. Specifically, for budgeting purposes, we have assumed performing random (periodic) soils {campaction) testing services during five (5y trips on-site. In addition, for budget purposes, we have assumed perforrning five (5} in-place (nuclear) density tests (ASTM Dfi938} per trip. Therefore, #or budgeting purposes, we have assumed performing approximatety 25 in-place (nuclear} density tests (ASTM D6938). �'� Does Nat Include Technlcian Time Continued on Next Pa e F.LLC1Proposals1P121P12•110LC1P12-1'IOLCxIsx I'age 1 of 9 Budget Estimate (PCC) 7.21.12 Budget Est€mate for Construction Materials Engineering and Testing Services Year2fl12Apron Expansion Denton Municipal Airport Denton, Texas TxDOT CSJ No. 1218DNTON Bid Schedule No. 2: Expand Apron (Concrete); MTE Proposal No. P12-110LC 7121/12 Additive Alternate No. 2: Remove and Repiace Existing Apron (Concrete); Additi�e Alternate No. 4: Expand Apron West of Terminal Building � ATCT (Concrete); and Additive Alternate No. 5: South Erosion Re airs � �� • � �N� T:::::=:�::: :1'�Ml�; . .::1� . �. . ` l�1��::;::::�:;::;::: A1 :t�::::::s �" ::k� . .� � �:�.. .�:' � - ::'�:�::::�'���`�`:�<::::: �����``�i�: ��:'����i���`�tr���::�:::::::;::,�t� u ;��:::��'�i�::�:::::: �� s . . c� .� . �v r ; � � . ��� . . � � ' ��'`' i� '`�ia �� ��:��s�ri��`��::::::;::� :::::::::::::::�:;-`�:::::::`;;�::: .. ::::::: �::::::::::� ::.: :.....: : ..:.:.:..:.:.: :.::: -.... .. :::.::.: :....:..:.:.:::� .:::::: ....:::::: :::::::�. :..::: ::: :. . . . . . �'� .. ...... . . . . . . . . . . . ...... ::::::.:::::::::::::::.:::.�,.:::�.::..::.:::::.:,�::::n���� ��['...�. ....._... �........... ....... .. :.:.:.:..,: .:...:. ........ .... ... ................: . . .. . . ..... ...... . . .. (Continued from Previous Page) ::::;::�. �.`:!�-�:::..,.R:�: � :�::' �-��.. :;3��'�iz ':�u �`ra��:::::::-�s':::�:°:��:�::_>`: :;:::::;::":�::::`:::'� �..��r� .. . ..�� ...�t�... . �. . . es�. . b . .. . Bid ltem Numbers: 2.07, A2.04 8� A4.04 (90,480+ SY (total) - 6 fnches thick) and 2.08, A2.05 8� A4.05 (187+ tons (total): 7%j Construction Materials Engineering Technician (includes technician sampling and performing all required field testing (field gradation tests (Tex-909-E, Part III), in-place (nuciear) density testing (ASTM D6938), in-place thickness determinations, etc.) portal io portal, 3 naur minimum per trip) Subgrade Sample Pick-Up (Sulfates}: Est. 1 trip @ 5 hours $45.00 hour 5 $225.00 Pulverization (Field Gradation) Testing/Subgrade Sample Pick-Up: Est, 2 trips @ 5 hours / trip $45.00 hour 10 $450.40 Compaction Testing: Est. 2 trips @ 5 hours / trip $45.00 hour 10 $450.00 In-Place Thickness Determinations: Est. 2 trips @ 6 hours ! trip $45.00 hour 12 $540.00 Sulfate Content in Soils - Colorimetric Method (Tex-145-E, Part II) $125.00 each 11 $1,375.0� Field Gradation on Lime Stabilized Subgrade (Tex-101-E, Part III) ��� $15.00 each 11 $165.00 Moisture/aensity Relationship of Soils Standard Proctor (ASTM D698) - Lime Treated Soils $165.00 each 11 $1,815,00 Atterberg Limits (ASTM D4318) -1.ime Treated Soils �60.00 each 11 $680.00 Oven Dried Moisture Content (ASTM D2216) $7.00 each 11 $77.00 In-Place Density Tests (ASTM b 6938), Nuclear Method �'� $15.00 each 11 $165.00 oven Dried Moisture Content (ASTM D2216) $7.00 each 11 $77.00 !n-Place Thickness �eterminations ��� $15.00 each 36 $540.00 Transportation Charge (including round-trip mileage} �'� $50.OQ trip 7 $350.04 Senior Geotechnical Engineer (project coordination / management, $120.�0 hour 7 840.00 review of all test reports, discussions with the Client, etc.} Estimated Subtotal: $7,729.00 NOTE: Testing frequency to be established by the Engineer during construction. For budgeting purposes, we have assumed abtaining representative samples of the pavfng subgrade (untreated) soils (prior to stabilization operations to determine their concentrations of sulfates for evaluation of the potential for sulfate induced heave) at a rate of at feast one (1) sarnple per 1,000 square yards (SY) of surtace area. Likewise, we have assumed performing pulverization (field gradation} tests (Tex-109-E, Part II!), and �btaining samples for laboratory Proctor testing (ASTM D698) on the lime treated subgrade soils at a rate of at least one ('f) test per 1,000 square yards (SY) of surface area. Similarly, we have assumed performing in-place (nuclear) density tests (AS7M D693$) on the lime treafed subgrade soils at a rate of at least one (1) test per 1,OOQ SY of surface area. At each in-pface density test locativn, a representative sample of the lime treated subgrade soils shall be obtained and laboratory oven dried moisture content tests (ASTM D2296) pertormed to determine the moisture content of the lime treated subgrade soils. The dry density values used for evaluating compactfon levels (percent density) shall be caloutated based on Continued on Next Pa e F:1LC1Propasels1P7Z1P12-11aLC1P72-170LC.xlsz Page 2 of 9 Budget Estima#e (PCC) 721.92 Budget Estimate for Construction Materials Engineering and Testing Services Year 2012 Apron Expansion Denton Municipal Airport Denton, 7exas 7xDOT CSJ No. 1218DNTON Bid Schedule No. 2: Expand Apron (Concrete); MTE Proposal No, R12-110LC 7/29/12 Additive Alternate No. 2: Remove and Replace Existing Apron (Concrete}; Additive Alternate No. 4: Expand Apron West of Terminaf 8uilding & A7CT (Concrete); and Additive Alternate No. 5: 5outh Erosion Re alrs ::��:::;::s;:::; :�:: , ;;: .:.:.:::: :::::... . ::....:..:: �::.::.::;€:::.::::::::::::::::::� :-::::::::::::::°-::�€:::::. ..... .i:i:;.i:::::'.:;:::::::'::::`.:: �:'°:: .. ::�::::; :::�:��::' : ::�::::: .� ':1'� ' ��' � 1� T :. :. ... .:.:.:.:.:.::. _.;;;:�t�;� :.:.:..:.:.::.IiNi7':::.:. � .�I� �. N� : :::�::::::� �:::. ::::::::::.:.:.:::::::::.::�:��.: .:,.:::::::::�•�•°"�;5�.:. . , . ::::.:::: . .::::::� .,.;: . ii � . .IE'�'10 �1:`C�'S'�I�l� ' ...� ::::::: ::111� � � € ::::G�i�iNTi�t?f::::::;���p1�CxUN'�: : : . . � �5. ..k� ., . .N . . . .. .... . .. . .. :. ..... ....: .. .: . . ... . . .. � . . . .. .. ... .. ..I� . .. . . . .. . . .. ... . . .. .. . (Continued from Pre�ious Page) ; ,� ,;::: �;:. . . . ::::::�::��:�#�i:=��'�5.�'r.,.:.��rri�e::�Ea�ili�e�;�ul��� �a�i:�.: �?�f� ::::: :�::�::::>:s� ::�: HOTE (Cont.): the wet density values determined in the field in accordance with A5TM D6838 {nuclear tnethod) and the o�en dried moisture contents determined in the laboratory in accordance with ASTM D2216. In addition, we have assumed performing in-place thickness determinations of the Iime treated subgrade soifs at the rate of at least one (1) test per 300 SY of surface area. For budgeting purposes, we have assumed the liming operations to be performed in two (2) operattons, consisting of approximatefy 94 tons per day's pfacement operations. Therefare, for hudgeting purpoSes, we have assumed the number of trips listed above for each testing item. �'� Does Not Include Technician Tirne �,�A lier�i:f�-�o�.:: �'�sli�e� . . r . , atte°:�;��e �o�rse `: eid item Numbers: 2.12, A2.Ofi & A4.06 (10,195+ SY {total) - 6 inches thick - Assume one (1 j iift) Preliminary Acceptance 'Festing; Gradation (Sieve) Analyses Sieve Analyses of Fine and Large Aggregate {ASTM C136) $9a.00 each 1 $90.00 Percent Passing No. 20Q Sieve (ASTM C117} $55.00 each 1 $55.60 Atterberg Limits (ASTM Da318) $60.OQ each 1 $60.00 FIaUElongated Pieces (ASTM D4791) $100.00 each '1 $900.00 Fractured Faces $100.00 each 1 $100.00 Aggregate Unit Weight & Voids (ASTM C29) $110.00 each 1 $110.00 Los Angeles Abrasion (ASTM G31) $250.00 each 1 $250.00 Sodium 5ulfate Soundness (ASTM C88, 5 cycles} $425.00 each 1 $425.00 Sand Equlvalent Value (ASTM D2419) $9 50.Od each 1 $150.00 Moisture/Density Refationship of Soils Modified Proctor (ASTM D1557, Method C) $235.00 each 9 $235.00 Daily (Placement) Gradation Testing Sieve Analyses of Fine and Large Aggregate (ASTM C136) $9Q.00 each 10 $900,00 Percent Passing No, 200 Sieve (AS7M C117) $55.OD each 10 $550.D0 Continued on Next Pa e F:1LC1Proposals\P721P12-110LC1P12-110LC.zlsz Page 3 of 9 Budget Estimate (PCC) 7.21.'12 Budget Estimate for Consfruction Materials Engineering and Testing Services Year 2012 Apron Expansion Denton Municipal Airport Oenton, Texas TxDOT C5J No. 1218DNTON Bid Schedule No. F: Expand Apron (Concrete); MTE Proposal No. P12-110LC 7121112 Additive Alternate IVo. 2: Remove and Replace Existing Apron (Concrete}; Additive Aliernate IVo. 4: Expand Apron Wesf of Termina! Building & ATCi (Concrete); and Additive Altemate No, 5: South Erosion Repairs __ (Continued from Previous Page) Construction Materials Engineering Technician (includes technician sampling and perforrning all required in-place (nuclear} density testing (ASTM D6938), in-place thickness determinations, etc., portal to portal, 3 hour minimum per trlp) Flex Base (Initial) Sample Pick-Up: Est. 1 trip � 4 hours Flex Base (Daily) Sample Pick-Up; Est. 5 trips @ 4 hours / trip Flex Base Compaction Testing: Est. 2 trips @ 6 hours Flex Base Thickness Determinations: Est. 2 trips @ 6 hours In-Place Density Tests (ASTM D 6938), Nuclear Method In-Place Thickness �eterminations (fi") �'� Transportation Charge (including round-trip mileage) �'� Senior Geotechnical Engineer (project coordination / management, review of all test reports, discussions wEth the Client, etc.) Estimated Subtotal: $45.00 $45.00 $45.00 $45.00 $15.00 $25.00 $54.00 $120.00 hour haur hour hour each each trip hour 4 20 12 12 20 20 10 10 $18�.00 $900.00 $540.00 $540.00 $3fl0.00 $500, 00 $500.00 $7,B8b.00 NOTE: Testing frequency to be established by the Engineer during construction. For budgetir�g purposes, we have assumed a lot size (one (1) day's production) of about 2,40Q square yards (SYj for each tift. Likewise, in accordance with project specifications, we have assumed placement of the base materials in one (1) (6"+) thick lift. Tharefore, for budgeting purposes, we have assumed a total of five (5) day's placement operations (5 Eots), consisiing of approximately 2,040 SY per day's placement, tn accordance with Project Specifications, representative samples of the base course will be obtained and gradation testing (ASTM C1361C117) performed at fhe rate of two (2} tests per !ot (est. 14 tests). For budgeting purposes, we have assumed obtaining the day's lot (both sublot sampies) during a sfngle trip an-site (5 trips total). Likewise, in-place (nuclear) density tesfis (ASTM D6938) witl be perFormed on the base caurse at the rate of ai least two {2j tests per sublot (four (4) tests per Eot) for each lift. For budgeting purposes, we have assumed perForming a tota( of 28 in-place (nuciear) density tests (ASTM D6938). For budgeting purposes, we have assumed compaction testing wouid be compieted during two (2) trips on-site. In addiiion, we have assumed performing in-ptace thickness determinations on the completed base course at the rate of at least one (1} test per sublot (four (4) tests per lot). For budgeting purposes, we have assumed pertorming a total af 20 in-place thickness determinations on the compieted base course. For budgeting purposes, we have assumed two (2} trips on�ite for performing in-place thickness determinations. ��� Does Not Include Technician Time on Next F:LLCIProposals4P121P12-110LC1P12-11�LC.xlsx P2ge 4 of 9 Budget Esfimate (PCC) 7.21.12 Budget Esiimate for Construction Materials Engineering and Testing Services Year 2012 Apron Expansion Denton Municipal Airport Denton, Texas TxD07 CSJ No. 1218DNTON Bid Schedule No. 2: Expand Apron (Concrete); MTE Proposal No. P12-11�LC 7/21112 Additive Alternate No. 2: Remave and Replace Existing Apron (C�ncrete}; Additive Alternate Na. 4: Expand Apron West of Terminal Building � ATC7 (Concrete}; and Additive Aiternate Na. 5: South Erosion Re afrs :-�. .,,;_:.:: :?:�: � 'IV 'Y•:�: ?�IJ�T::::::� :::�N �t ;;;;:;: : �ttM� . i�. . �.. .:� �. :t�.. .............................. .........::Ei�i:yrtZ'`ii:'i�ilkti�ii�t�i'r"�'riCb�irfiiir+�F:f:::':�iEE�i�i�i6f?i'i'i:i:i�::i?:�i?i�i;iiif'�2�eI�'��,-'�'{„w'f:'r'i?i �NIkLA�G1EftiCE EE�ii:91lEh�I1f't'i1�E�i���:i;�.HiK�lElt�l' (Cantinued from Previous Bid Item Num6ers: 2.93, A2.Ui & A4.07 (10,202+ SY (totalj - 11" PCC Pavement}, and 2.14 (248+ SY - 5" PCC Pavement) PCC Mix Design Review: Sr. Geotechnical Engineer Construction Materials Engineering Technician (includes certifled technician (ACI Concrete Field iesting Technician - Grade I) monitoring concrete placements, sampling (ASTM C172), perForming aU required field testing (temperature {ASTM C1064), slump {ASTM C143}, air content (ASTM C173/231), and unit weight of fresh concrete (ASTM C138), etc.) casting flexural strength test beams (ASTM C31), beam pick-ups, stripping, and storing of beams, and cleaning and oiling beam molds in preparation for placement operations, etc., portal to portal, 3 hour minimum per trip) Estimate 6 Concrete Placement Operations & 2 Technicians Normal Work Day Placement Operations; Est 6 trips @ 8 hours / trip Est. 6 trips @ 6 hours 1 trip Over-Time: �3� Est, 6 trips @ 6 hours / trip Est. 6 trips @ 6 hours / trip Seam Pick-Ups/Stripping and Storing Beams, etc.: Estimate 6 trips @ 8 hours / trip Temperature (ASTM C1064) Slump Test (ASTM C143) Air Content Test (ASTM C9 73/C231) Unit Weight of Fresh Concrete (ASTM C138) Flexural Strength - Concrete Beams (ASTM C78), 2-3 Beams / Set Labaratary Unit Weight - Concrete Beams, 2-3 Beams / Set Transportation Charge (including round-trip mileage) �'� Senior Geotechnical Engineer (project coordination / management, review of all test reports, discussions wiih the Client, etc.) Estimated Subtotal: Continued on N $120.001 hour $45.00 hour $45.00 hour $45.00 hour $45.00 hour $45, 00 N/C �2� N/C �2� N!C �Z� N/C �2� $40.�0 $ 30.00 $50.00 $120.00 hour each each each each each each trip hour 2 I $240.00 32 $1,440.00 32 $1,440.00 24 $1,080,00 24 $1,480.00 32 16 16 16 16 36 36 'i 2 8 $1,440.00 N/C �z� N!C �2� N/C �2� N/C �2� $1,440, 00 $1,080.00 $60�, 00 �10,80o.oa F:ILCIProposals1P121P12-110LC�P72-110LC.xlsz Page 5 of 9 Budget Estimate (PCC) 7.21.12 Bradget Estimate for Construction Materials Engineerin$ and Testing Services Year 2012 Apron Expansion Denton Municipal Airport Denton, Texas TxDOT CSJ No. 7218DNTON Sid Schedule No. 2: Expand Apron (Cnncrete); MTE Proposal No. P12-110LC 7121112 Additive Alternate No. 2: Remove and Repiace Existing Apron (Concrete); Additive Alternate No. 4: Expand Ap�on West of Terminai Building & A7C7 (Concrete); and Additive Alternate No. 5: South Erosion Repairs nued from Previous Page) NO7E: Testing frequency ta be perFormed (n accordance with Project Specifications. For 6udgeting purposes, we have assumed a total of four (4) sublots per day's placement operations. Specifically, for budgeting purposes, we have assumed a total of four (4) day's placement operations (4 lots), consistir�g of approximately 788 cubic yards per day's placement operations. For budgeting purposes, we have assumed casting 1 set of 3 bearns and 3 sets of 2 beams per set for each day's placement (each IotJ. Twa (2) beams per set to be tested at an age of 28 days after placement. One (1) 6eam per lot ta be tested at an age of 7 days after placement. It is understood that pavement thickness will be evaluated by surveying methods, and thickness determinations of cancrete cores will not be requfred for this project. {'� daes NoE lnclude Technician Time t2� Included in Hourly Charge for Engineering Technician �'� See Notes at End of This Bid Schedule Regarding Overtime (Est. 6 Random (Periodic} Pours wI 1 set of 4 cvlinderslpour) Canstruction Materials Engineering Technician (includes certi�ied technician (ACI Concrete Field Testing 7echnician - Grade I) monitoring concrete placements, sampling (AS7M C172), performing all reguired field testing (temperature (ASTM C1064}, slump (ASTM C143), air content (ASTM C173/231 }, etc.) casting compressive strength test cylinders (ASTM C31) and cylinder pick-ups, portal to portal, 3 hour minimum per trip) Concrete Piacement Operaiions: Est. 6 trips @ 5 hours / trip Cylinder Pick-Ups: Est 6 trips @ 3 hours / trip Temperature (ASTM C1064) Slump Test (ASTM C143) Air Content 7est (ASTM C173/C231) Compressive Strength 7est Cylinders (ASTM C39), 4 Cylinders 1 Set �3� Transpo�tation Charge (incfuding round-trip mileage) �'� Senior Geotechnical Engineer (project coordinatiora ! management, review of all test reports, discussions with the Cfient, et�.) Estimated Subtotal; ued on Next $45.00 $45.00 N/C �Z� NIC tz} N/C �2? $18.00 $50.00 $120.00 hour hour each each each each trip hour 30 16 6 6 6 24 12 6 $1, 350. 00 $810.00 N!C �Z� N/C �z� NIC �Z� $�432.00 $600.00 720.00 $3,912,00 F:LLCIProposals1P121P12-110LCVP12-110LC.xlsx P2ge 6 of 9 Budget Estlmate (PCC) 721.12 8ud�et Esfirr�ate for Cvas#ructi�on illtat�rials �rsglneering ancf Testin� Serv�ces Year 2D12 Apron Expansion D�n#�n Municipal Airpart Dentdn, Texas Txp�'iT C8J No. 1218DNTflN Bid 3chedule No. 2: Expa�d Apran (�oncrefey; MTE Proposal No. P12-'t90L� �`12°i1�1Z Additi�e Aiternate No. 2; Remove and Fteplace Existing Apron (Concrete�; Additive Alternate Na Q�: Expand Apron West of 7erminal �uilding & AT�T (Concreie); and Aciditi�e Aktemate Na 5: South �r�sion Re aits : �. . .: � :::::;:: ..:I� . .1'::::::::::: : :::.::,> ::.:::::..::::::::::�:.:::.::::::::.:.:;:.;..::::::::.:;.>:.:.:::::::.:.:.::.:.:::::.:::::�:::.::::::::;::.: :.:::.:::.::=::::::::::::::::::.:::.:.:..:.:.. . .:::::::::::::=: : N : ::::::;:; ::�:tl �A. . �. . ... . . �.. . � .h�t:::::: : :.� �t. . . �I . . N . . �:� . ::::..:::�; :::..:':`::<::' ..:"' :_::::::,:::.:,:. : ��������i�kl� .f�"F.. . �1�U�V. '����'�t�� "��� Q . 'C. :':�:� ����� �. "��� �`I��� ���14'�'� `�`'C:�S:'�'I�t�i:s;:::'::':;..' :.:.:::.:.::::;::::::;::::;;::; : � ����: _ . ::.::::::�: �.:::�::.:.::: �:::::.::�::::::::.::� :::::::::::::::: � ; : :.: .::: :::.:: :::::::.::::::::.�::::::.:::::::::::::::::::::... ... ::: :::::°:s:::,::::,:` ::::::::::..:.:::::::::::::>?::::€:IJ�S...R.�'�'....�1:�.......................... �• . ......... . ......... .............. .... . . . ., . ... (Continued frorn Previaus Page) ?:::::::��t:tt�ixi�i�;���;;::��i�icEiita��R���i��:���°i�t:�ai�cret�:: �aiit::::::::;� _ __ NOTE: Testing frequency to be established by ihe Client during construction. 1n accordance with discussions with the Client, for budgeting purposes, we have assumed perfarming random (periodic} concrete testing services. Specifically, for budgeting purposes, we have assumed performing random (periodic) concrete testing services during six (6) concrete placement operations. �'� Does Not Include Technician Time sZ� Included in Hourly Charge for Engineering Technician �'� Estimate based on casting one (1) set oi four (4) concrete test cylinders (per set). For each set of cylinders, one (1) concrete test cylinder per set to be tested at an age of 7 days after piacement, two (2) concrete cylinciers per set to be tested at an age of 28 days after placemeni. One (1) concrete test cylinder per set to be held (not tested), unless required for confirmation (verification) of concrete compressive strength results, HOLD cylinders not tested witl be discarded after confirmation af compressive strength test results of 28-day companion cylinders (within ASTM standards of acceptable tests results far companion cylinders}. "��i�� � �rr' :��'r::1�{lea�k:4r :::::::::::::::::::::::::::::::� ::i::::.t�?�i::���=::�a�.:.d��io?�:�a#:.:..�a:�...:....... ...: ................... ..........: ...:.:...:.:.: �� n���Si�l�`��``"'d8:�:::::<;:�::is:,::::�?:-�.:::::.:�::::::�::;;�� '>F`�ii�'"fri"?i?�vsixi� . �.. . �.. Bid Item Numbers: 2.26, A2.10 & A4.12 (55+ CY (total) Remove and Replace Unsuitable Subgrade wiih Foundation Material as Directed by the Engineer) Preliminary Acceptance Testing: (FAA Item P-2D9) Gradation (Sieve) Analyses Sieve Analyses of Fine and Large Aggregate (ASTM C936) $90.00 each N/A �Z} N/A �2} Percent Passing No. Z00 Sieve (ASTM C117) $55,00 each N/A {z? N/A �Z� Atterberg Limits (ASTM D4318) $60.00 each N!A �Z� N/A �2� Flaf/Elongated Pieces (ASTM D4791) $100.00 each N1A �Z� N/A �z� Fractured Faces $100.00 each N/A tZ� N/A �2� Aggregate Unit Weight & Voids (ASTM C29) $110.00 each N/A �z� N/A �zr Los Angeles Abrasion (ASTM C31) $250.00 each N/A �2� N/A �Z� Sodium Suffate Soundness (ASTM C88, 5 cycles) $425,00 eaCh N/A �2� NIA �2� Sand Equivalent Value (ASTM D2419} $150.00 each N/A �Z� N/A �Z� Moisture/Denslty Releiionship of Snils Standard Proctor (ASTM D698, Method C) - Base $235.00 each 1 $235,00 Continued on Next Pa e F.LLC1ProposalstP72W12-11C1.G�Pi2-11CM1,C.xFsx Page 7 of 9 .�U�g�t �St117�[2�� �r V�+� 7.2�.�2 Budget Estirrcate far Canstruction Materials Engineering and Testing Services Year 2fl12 Apron E�ansion D�ntan Nlunicipaf Airp�rt D�nton, 7exas TxDQT �SJ Na, '[218�NTG�f 8id' �chedule N�. Z: E�rand Apron (Can�r�te�, NI`�� �'rop�sal �{a. P12-�1�LC 71�'it'1 � Addifive Aiternat� Na. 2: Remove and R�place �xisting Apron (�oncreke); Addit"tve Alte�nate �Jo. �4; Expand Apron W�esi vf Terminal Build ing &. AT'�7 {Cahere#ej; and Aciditive Alteonate No, 5; South Erosion tRe airs - ° �: :� :� ;::::::::�: � :rv�:r:::�°.:::::: ': tt A . �! . t� : �::: ::::; � .A1�T:::�:��: . I�I �" . :::IIN t::�:::� ..� . � >`; �°'r��:: :::�`:���` ����� �u � �= :�:::: ��°� ���i����`��: �<: � i� . � � .. :``:'� :�:�::::: �-r��a� .�. . .t� �.. . . . � �. . . ::...:.. ::: :.�.:::: ::::: :�.�.::::::�:::;::::::::::::::::::;::,::::::::::::::::::::::::::::°::::::::::s:.:::::::::::::::;:; ::::::::::::;::::;;:::::::::::::::;:::;:;: ::�:,:. �� ... . ..:.: : :. ::: :::.: : ::: ::: : ::..:::;:.::...._:...:.. . . :s::�: ?.: <::::�.::.:.�.:: '::°��:.:�:<:::;'::a� �4�IE?�'Iti�l:�s'��3'�=1�lG:�:[ :::::::::::::�::':°:>::::::-:::':::::::::::......... ....:::..� .. .....................�.... . ...... ..... .............. .................. ................. (Continued from Previous Page) �:��:�it� � ��:5;�::;�:�i�ntl�#[fii�; ..a#�e�ia�:��r:�til��t�:oir:::::::�:::� :::::::::::::::::�: . rn. .�.. � ��rit:°� � ;�}rrlIIa��c y�:y�'�n:`s;:':`;?s `i;';?':;:s::::�;;::`s �?;::' �Y:?:::? �'; :...:.: � : �. ... .:.....;.:... . ...�:.:.� .:... . ..:::::::::::::: :::::�.; ;:;::�::::. �::::: :' ::: ::::.::.:.:::..> �..:.>:.:.:...:.:.•:..-.:.;:;.: ......... . .:.,...:,, ::' :::::.:::::.::.::::::::i:ii::::�::::i:r:::i:i';,�i�,'!{'.� iT:�r:4;lk!.......��?�.fQ..K.. ...:.. ....... Construction Materials Engineering 7echnician (includes techt�ician sampEing and pertorming all required irt-piace (nuclear) densify testing (ASTM D6938}, portal ta portal, 3 hour min. per trip) Sample Pick-Up: $45,00 hour NJA �z} N/A �2� Compaction Testing: Est. 4 trips @ 4 hours / trip $45.00 hour 18 $720.00 In-Place Density Tests (ASTM Q 6938), Nuclear Method ��y $95.00 each 20 �300.00 Transportation Charge (including round-trip mileage) �'� $50.00 tr�p 4 $200.00 Senior Geotechnical Engineer (project coordination / management, $120.00 haur 2 240.00 review of all test reports, discussions with the Client, etc.) Estimated Subtotal: $1,695.D0 N�TE: Testing frequency to be established by the Client during construction. For budgeting purposes, we have assumed performing random (periodic) compaction testing (in-ptace density tests) on the Foundation Material. Specifically, for budgeting purposes, we have assumed pertorming five (5} in-place (nuclear) cfensity tests (ASTM D6938) during four (4) random (periodic) trips on-site. Therefore, for budgeting purposes, we have assumed performing approximately twenty (20) in-place (nuclear) density tests (ASTM D6938}, �'� Does Not Inc[ude Technician Time �2� Initial Sample Pick-up and Preliminary Acceptance Testing for FAA Item P-2�9 (Crushed Aggregate Base) Inc{uded Above. �STt�IAT�b TQT�IL: l 47,4� Cantinued an Next Pa e Fucta��m��z+p�z-riot.ctivis-i�o�cxisx Page 8�f � Budg�f E�tim�te {f�GC) 7.21.'t2 Budget Estimate for Constructian Mate.ria[s Engineering and 7esting Services Year2Q12AprQn Expanslon Denton Municipal A€tpor# Dentan, l"sxas 'ixDd�' GSJ f�o. 121$D1�T�N Bid ScFtedule Nc�, 2; Ex�rarid Apron {+Cancrete}; MTE Proposal No. P�2-'fiOLG 7/21112 Add�tive Alternate iVo. �; Remove and �eptace �x(stia�g Apran (Concr�te); Additive Alternate hfa, 4: Expa�nd Apron West of TerminaC Bt�ifding � ATGT (Concre#e); and Additive Alternate Na. �: �o�th �rosian Repairs (Continued from Previous NOT�S: 1. Overt�me rates of 1.5 times the regular hourly rate v�ri�� be charged for haurs warked vver eight (8) hours per day TV�onday through �riday, hours worked before 7:00 a.m. and after S:Ot] p.m., and ali Y�ours worked on 5aturdays. Setvic�s per�ormed on Sundays and recognized holidays will be billed at 2.0 times the regular ha�rly rate. 2. Ail labor�tory test fees are �.4.�. aur labara#ory; additional c�arge for samplc pick-up may appiy. 3. Additional �0°lo charge for "RUSH" (aborafory test rasults rn�y apply if addi#ianal or excess�ve (overtim�) haurs are requkred to compfete required faborat�ry ie�iing in accordance with pr�ject scheduling to prevent cteiays in constructian. 4. Any a�lditior�al fests wlfl be bifled an a hourly rate and ch�rged at €he appCicabie rate, porta�-to-portai, 5. �dditional tests not specified in this proposal wifl be quo#ed upon request. F:ucw�o�b8i9�aiz�Piz-itmcr�a2.i-�a.c.xE� P�ge 9 of 9 $udget Estima#e (PCC) 7.21.�2 ATTACHMENT K CffiLD SUPPORT STATEMENT FOR NEGOTIATED CONTRACTS AND GRANTS TxDOT CSJ NO.: 1218DNTON Under Section 231.OQ6, Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is eligible to receive the specified grant, loan, or paymen.t and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. List below the name and social security number of the individual or sole proprietor and each partner, shareholder, or owner with an ownership interest of at least 25% of the business entity submitting the bid or application. No individual owns 25% or more of KSA Engineers, Inc. Section 231.006, Family Code, specifies that a child support obligor who is more than 30 days delinquent in paying child support and a business entity in which the obligor is a sole proprietor, partner, shareholder, or owner with an ownership interest of at least 25 percent is not eligible to receive payments from state funds under a contract to provide property, materials, or services; or receive a state-funded grant or loan. A child support obligor or business entity ineligible to receive payments described above remains ineligible until all arrearage have been paid or the obligor is in compliance with a written repayment Agreement or court order as to any existing delinquency. Except as provided by Section 231302(d), Family Code, a social security number is confidential and may be disclosed only for the purposes of responding to a request for information from an agency operating under the provisions of Parts A and D of Title N of the federal Social Securiry Act (42 USC Section 601-617 and 651-669). GSD, 10-95 K-] ATTACHMENT L CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION (49 CFR PART 29) TxDOT CSJ NO.: 1218DNTON The provider certifies, by acceptance of this agreement, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. It further agrees that by accepting this agreement that it will include this clause without modification in a11 lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offerorfcontractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitarion/proposal. L-]