Loading...
HomeMy Public PortalAboutORD16069BILL NO. 2020-021 SPONSORED BY Councilmember Hussey ORDINANCE NO. AN ORDINANCE AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH BURNS & MCDONNELL, ENGINEERING COMPANY, INC. FOR SERVICES ASSOCIATED WITH THE APRON MAINTENANCE PROJECT FOR THE JEFFERSON CITY MEMORIAL AIRPORT. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and City Clerk are hereby authorized to execute an agreement with Burns & McDonnell Engineering Company, Inc. for services associated with the Apron Maintenance Project for the Jefferson City Memorial Airport. Section 2. This agreement shall be substantially the same in form and content as Exhibit A attached hereto. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: ` g. oZVa�li Presiding Officer ATTEST: N oaly,Az &L/ Mayor Carrie Tergin APPROVED AS TO FORM: City lerk City Attorn Airport: .1cffcrson City Memorial Airport 0 1. 1 ) MoDOT Project No.: 20-04011-1 Airport Name: .1c17erson Citv Memorial Airport Project No.: 20-04011-1 County: Callaway County, Missouri AVIATION PROJECT CONSULTANT AGREEMENT (FEDERAL ASSISTANCE) (Revision 04/11/2018) THIS AGREEMENT is entered into by Burns & McDonnell Engineering Company, Inc. (hereinafter the "Consultant"), and the City of Jefferson, Missouri, (hereinafter the "Sponsor"). WITNESSETH: WHEREAS, the Sponsor has selected the Consultant to perform professional services to accomplish a project at the Jefferson City Memorial Airport; and WHEREAS, while neither the Missouri Department of Transportation (MoDOT) nor the Federal Aviation Administration (FAA) is a party to this Agreement, MoDOT and/or FAA land acquisition, environmental, planning, design and construction criteria and other requirements will be utilized unless specifically approved otherwise by MoDOT; and WHEREAS, the Sponsor intends to accomplish a project at the Jefferson City Memorial Airport as listed in Exhibit I of this Agreement, entitled "Project Description", which is attached hereto and made a part of this Agreement. NOW, THEREFORE, in consideration of the payments to be made and the covenants set forth in this Agreement to be performed by the Sponsor, the Consultant hereby agrees that it shall faithfully perform the professional services called for by this Agreement in the manner and under the conditions described in this Agreement. (1) DEFINITIONS: The following definitions apply to these terms, as used in this Agreement: (A) "SPONSOR" means the owner of the airport referenced above. (B) "SPONSOR'S REPRESENTATIVE" means the person or persons designated in Section (23)(A) of this agreement by the Sponsor to represent the Sponsor in negotiations, communications, and various other contract administration dealings with the Consultant. (C) "MoDOT" means the Missouri Department of Transportation, an executive branch agency of state government, which acts on behalf of the Missouri Highways and Transportation Commission. Rcv. 08/04/2020 Airport: .1cl'fcrson City Memorial AH -port (. FI-) MoDOT Project No.: 20-0-1.013-1 (D) "CONSULTANT" means the firm providing professional services to the Sponsor as a party to this Agreement. (E) "CONSULTANT'S REPRESENTATIVE" means the person or persons designated in Section (23)(B) of this agreement by the Consultant to represent that firm in negotiations, communications, and various other contract administration dealings with the Sponsor. (F) "DELIVERABLES" means all drawings and documents prepared in performance of this Agreement, to be delivered to and become the property of the Sponsor pursuant to the terms and conditions set out in Section (12) of this Agreement. (G) "DISADVANTAGED BUSINESS ENTERPRISE (DBE)" means an entity owned and controlled by a socially and economically disadvantaged individual as defined in 49 Code of Federal Regulations (CFR) Part 26, which is certified as a DBE firm in Missouri by MoDOT. Appropriate businesses owned and controlled by women are included in this definition. (H) "FAA" means the Federal Aviation Administration within the United States Department of Transportation (USDOT), headquartered at Washington, D.C., which acts through its authorized representatives. (1) "INTELLECTUAL PROPERTY" consists of copyrights, patents, and any other form of intellectual property rights covering any data bases, software, inventions, training manuals, systems design or other proprietary information in any form or medium. (J) "SUBCONSULTANT" means any individual, partnership, corporation, or joint venture to which the Consultant, with the written consent of the Sponsor, subcontracts any part of the professional services under this Agreement but shall not include those entities which supply only materials or supplies to the Consultant. (K) "SUSPEND" the services means that the services as contemplated herein shall be stopped on a temporary basis. This stoppage will continue until the Sponsor either decides to terminate the project or reactivate the services under the conditions then existing. (L) "TERMINATE", in the context of this Agreement, means the cessation or quitting of this Agreement based upon the action or inaction of the Consultant, or the unilateral cancellation of this Agreement by the Sponsor. (M) "USDOT" means the United States Department of Transportation, headquartered at Washington, D.C., which acts through its authorized representatives. (N) "SERVICES" includes all professional engineering and related services and the furnishing of all equipment, supplies, and materials in conjunction with 2 Rev. 09 04 2020 Airport: ,Icffcrson City Memorial .AH -port MoDOT Project No.: 20-04013-1 such services as are required to achieve the broad purposes and general objectives of this Agreement. (2) SCOPE OF SERVICES: (A) The services covered by this Agreement shall include furnishing the professional, technical, and other personnel and the equipment, material and all other things necessary to accomplish the proposed project detailed in Exhibit I of this Agreement. (B) The specific services to be provided by the Consultant are set forth in Exhibit II of this Agreement, entitled "Scope of Services," which is attached hereto and made a part of this Agreement and as identified herein as follows: Exhibit 11-A: Preliminary Design, Design, and Bidding & Award Phase Services Exhibit II -B : Construction Phase Services (3) ADDITIONAL SERVICES: The Sponsor reserves the right to direct additional services not described in Exhibit II as changed or unforeseen conditions may require. Such direction by the Sponsor shall not be a breach of this Agreement. In this event, a Supplemental Agreement will be negotiated and executed prior to the Consultant performing the additional or changed services, or incurring any additional cost for those additional services. Any changes in the maximum compensation and fee, or time and schedule of completion, will be covered in the Supplemental Agreement. Supplemental Agreements must be approved by MoDOT to ensure additional funding is available. (4) INFORMATION AND SERVICES PROVIDED BY THE SPONSOR: (A) At no cost to the Consultant and in a timely manner, the Sponsor will provide available information of record which is pertinent to this project to the Consultant upon request. In addition, the Sponsor will provide the Consultant with the specific items or services set forth in Exhibit III of this Agreement, entitled "Services Provided by the Sponsor", which is attached hereto and made a part of this Agreement. The Consultant shall be entitled to rely upon the accuracy and completeness of such information, and the Consultant may use such information in performing services under this Agreement. (B) The Consultant shall review the information provided by the Sponsor and will as expeditiously as possible advise the Sponsor of any of that information which the Consultant believes is inaccurate or inadequate or would otherwise have an effect on its design or any of its other activities under this Agreement. In such case, the Consultant shall provide new or verified data or information as necessary to meet the standards required under this Agreement. Any additional work required of the Consultant as the result of inaccurate or inadequate information provided by the Sponsor will be addressed per the provisions of Section (3) of this Agreement. The Consultant shall not be liable for any errors, omissions, or deficiencies resulting from inaccurate or inadequate information furnished by the Sponsor which inaccuracies or inadequacies are not detected by the Rev. 08/04/2020 Airport: .lc('terson City Memorial -nirhort OFF) MoDOT Project No.: 20-04013-1 Consultant, unless the errors should have been detected by the Consultant through reasonable diligence. (5) RESPONSIBILITY OF THE CONSULTANT: (A) The Consultant shall comply with applicable local, state and federal laws and regulations governing these services, as published and in effect on the date of this Agreement. The Consultant shall provide the services in accordance with the criteria and requirements established and adopted by the Sponsor; and if none are expressly established in this Agreement, published manuals and policies of MoDOT and FAA which shall be furnished by the Sponsor upon request; and, absent the foregoing, manuals and policies of the FAA, as published and in effect on the date of this Agreement. (B) Without limiting the foregoing, land acquisition, environmental, planning, design and construction criteria will be in accordance with the information set out in Exhibit II of this Agreement. (C) The Consultant shall be responsible for the professional quality, technical accuracy, and the coordination of designs, drawings, specifications, and other services furnished under this Agreement. At any time during construction of the Sponsor project associated with this Agreement or during any phase of work performed by others on said project that is based upon data, plans, designs, or specifications provided by the Consultant, the Consultant shall prepare any data, plans, designs, or specifications needed to correct any negligent acts, errors, or omissions of the Consultant or anyone for whom it is legally responsible in failing to comply with the foregoing standard. The services necessary to correct such negligent acts, errors, or omissions shall be performed without additional compensation, even though final payment may have been received by the Consultant. The Consultant shall provide such services as expeditiously as is consistent with professional performance. Acceptance of the services will not relieve the Consultant of the responsibility to correct such negligent acts, errors, or omissions. (D) Completed design reports, plans and specifications, plans and specifications submitted for review by permit authorities, and plans and specifications issued for construction shall be signed, sealed, and dated by a Professional Engineer registered in the State of Missouri. Incomplete or preliminary plans or other documents, when submitted for review by others, shall not be sealed, but the name of the responsible engineer, along with the engineer's Missouri registration number, shall be indicated on the design report, plans and specifications or included in the transmittal document. In addition, the phrase "Preliminary - Not for Construction," or similar language, shall be placed on the incomplete or preliminary plan(s) in an obvious location where it can readily be found, easily read, and not obscured by other markings, as a disclosure to others that the design report, plans and specifications are incomplete or preliminary. When the design report, plans and specifications are completed, the phrase "Preliminary - Not for Construction" or similar language shall be removed and the design report, plans and specifications shall thereupon be sealed. (E) The Consultant shall cooperate fully with the Sponsor's activities on 4 Rev. 08/04/2020 Airport: .Icffcrson City Memorial Airport 01-:10 MoDOT Project No.: 20-04011-1 adjacent projects as may be directed by the Sponsor. This shall include attendance at meetings, discussions, and hearings as requested by the Sponsor. The minimum number and location of meetings shall be defined in Exhibit II. (F) In the event any lawsuit or court proceeding of any kind is brought against the Sponsor, arising out of or relating to the Consultant's activities or services performed under this Agreement or any project of construction undertaken employing the deliverables provided by the Consultant in performing this Agreement, the Consultant shall have the affirmative duty to assist the Sponsor in preparing the Sponsor's defense, including, but not limited to, production of documents, trials, depositions, or court testimony. Any assistance given to the Sponsor by the Consultant will be compensated at an amount or rate negotiated between the Sponsor and the Consultant as will be identified in a separate agreement between the Sponsor and the Consultant. To the extent the assistance given to the Sponsor by the Consultant was necessary for the Sponsor to defend claims and liability due to the Consultant's negligent acts, errors, or omissions, the compensation paid by the Sponsor to the Consultant will be reimbursed to the Sponsor. (6) NO SOLICITATION WARRANTY: The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee, 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 Sponsor will have the right to terminate this Agreement without liability, or at its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee, plus costs of collection including reasonable attorney's fees. (7) DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS: (A) DBE Goal: The following DBE goal has been established for this Agreement. The dollar value of services and related equipment, supplies, and materials used in furtherance thereof which is credited toward this goal will be based on the amount actually paid to DBE firms. The goal for the percentage of services to be awarded to DBE firms is 0% (zero percent) of the total Agreement dollar value. (B) Eligibility of DBE's: Only those firms currently certified as DBE's by MoDOT, City of St. Louis/Lambert Airport Authority, Metro, City of Kansas City, and Kansas City Area Transportation Authority are eligible to participate as DBEs on this contract. A list of these firms is available on MoDOT's Office of External Civil Rights webpage at the following address under the MRCC DBE Directory: http://www.modot.org/business/contractor_resources/External_Civil_Rights/DBE_progra m.htm 5 Rev. 08/04/2020 Airport: .Icllcrson City Mcmonal .nirhort (JIT) MoDOT Projcct No.: _20-04013-1 (C) Consultant's Certification Regarding DBE Participation: The Consultant's signature on this Agreement constitutes the execution of all DBE certifications which are a part of this Agreement. The Consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the Consultant to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the Sponsor deems appropriate, which may include, but is not limited to: withholding monthly progress payments; assessing sanctions-, liquidated damages; and/or disqualifying the Consultant from future bidding as non -responsible. 1. Policy: It is the policy of the USDOT and the Sponsor that businesses owned by socially and economically disadvantaged individuals (DBEs) as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds. Thus, the requirements of 49 CFR Part 26 apply to this Agreement. 2. Obligation of the Consultant to DBEs: The Consultant agrees to assure that DBEs have the maximum opportunity to participate in the performance of this Agreement and any subconsultant agreement financed in whole or in part with federal funds. In this regard the Consultant shall take all necessary and reasonable steps to assure that DBEs have the maximum opportunity to compete for and perform services. The Consultant shall not discriminate on the basis of race, color, religion, creed, disability, sex, age, or national origin in the performance of this Agreement or in the award of any subsequent subconsultant agreement. The Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT assisted agreements and contracts. Failure by the Consultant to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy, as the recipient deems appropriate. 3. Geographic Area for Solicitation of DBEs: The Consultant shall seek DBEs in the same geographic area in which the solicitation for other Subconsultants is made. If the Consultant cannot meet the DBE goal using DBEs from that geographic area, the Consultant shall, as a part of the effort to meet the goal, expand the search to a reasonably wider geographic area. 4. Determination of Participation Toward Meetino the DBE Goal: DBE participation shall be counted toward meeting the goal as follows: A. Once a firm is determined to be a certified DBE, the total dollar value of the subconsultant agreement awarded to that DBE is counted toward the DBE goal set forth above. B. The Consultant may count toward the DBE goal a portion of the total dollar value of a subconsultant agreement with a joint venture eligible under the DBE standards equal to the percentage of the ownership and control of the 6 Rev, 08,04'2020 Airport: Jefferson City Memorial .Airport Ol'T) MoDOT Project No.: -0-0408- I DBE partner in the joint venture. C. The Consultant may count toward the DBE goal expenditures to DBEs who perform a commercially useful function in the completion of services required in this Agreement. A DBE is considered to perform a commercially useful function when the DBE is responsible for the execution of a distinct element of the services specified in the Agreement and the carrying out of those responsibilities by actually performing, managing and supervising the services involved and providing the desired product. D. A Consultant may count toward the DBE goal its expenditures to DBE firms consisting of fees or commissions charged for providing a bona fide service, such as professional, technical, consultant, or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials or supplies required for the performance of this Agreement, provided that the fee or commission is determined by the Sponsor to be reasonable and not excessive as compared with fees customarily allowed for similar services. E. The Consultant is encouraged to use the services of banks owned and controlled by socially and economically disadvantaged individuals. 5. Replacement of DBE Subconsultants: The Consultant shall make good faith efforts to replace a DBE Subconsultant who is unable to perform satisfactorily with another DBE Subconsultant. Replacement firms must be approved by the Sponsor and MoDOT. 6. Verification of DBE Participation: Prior to the release of the retained percentage by the Sponsor, the Consultant shall file a list with the Sponsor showing the DBEs used and the services performed. The list shall show the actual dollar amount paid to each DBE that is applicable to the percentage participation established in this Agreement. Failure on the part of the Consultant to achieve the DBE participation specified in this Agreement may result in sanctions being imposed on the Sponsor for noncompliance with 49 CFR Part 26. If the total DBE participation is less than the goal amount stated by the Sponsor, the Sponsor may sustain damages, the exact extent of which would be difficult or impossible to ascertain. Therefore, in order to liquidate such damages, the monetary difference between the amount of the DBE goal dollar amount and the amount actually paid to the DBEs for performing a commercially useful function will be deducted from the Consultant's payments as liquidated damages. If this Agreement is awarded with less than the goal amount stated above by the Sponsor, that lesser amount shall become the goal amount and shall be used to determine liquidated damages. No such deduction will be made when, for reasons beyond the control of the Consultant, the DBE goal amount is not met. 7. Documentation of Good Faith Efforts to Meet the DBE Goal: The Agreement goal established by the Sponsor is stated above in Subsection (7)(A). The Consultant must document the good faith efforts it made to achieve that DBE goal, if 7 Rev. 08/04/2020 Airport: .1cCfcrson Oty 14cmorWI .nirhort (JH-) MoDOT Project No.: 20-04013-1 the agreed percentage specified in Subsection (7)(C)(8) below is less than the percentage stated in Subsection (7)(A). Good faith efforts to meet this DBE goal amount may include such items as, but are not limited to, the following: A. Attended a meeting scheduled by the Sponsor to inform DBEs of contracting or consulting opportunities. B. Advertised in general circulation trade association and socially and economically disadvantaged business directed media concerning DBE subcontracting opportunities. C. Provided written notices to a reasonable number of specific DBEs that their interest in a subconsultant agreement is solicited in sufficient time to allow the DBEs to participate effectively. D. Followed up on initial solicitations of interest by contacting DBEs to determine with certainty whether the DBEs were interested in subconsulting work for this Agreement. E. Selected portions of the services to be performed by DBEs in order to increase the likelihood of meeting the DBE goal (including, where appropriate, breaking down subconsultant agreements into economically feasible units to facilitate DBE participation). F. Provided interested DBEs with adequate information about plans, specifications and requirements of this Agreement. G. Negotiated in good faith with interested DBEs, and did not reject DBEs as unqualified without sound reasons based on a thorough investigation of their capabilities. H. Made efforts to assist interested DBEs in obtaining any bonding, lines of credit or insurance required by the Sponsor or by the Consultant. I. Made effective use of the services of available disadvantaged business organizations, minority contractors' groups, disadvantaged business assistance offices, and other organizations that provide assistance in the recruitment and placement of DBE firms. 8. DBE Participation Obtained by Consultant: The Consultant has obtained DBE participation and agrees to use DBE firms to complete at least 0% (zero percent) of the total services to be performed under this Agreement, by dollar value. All DBE firms which the Consultant intends to use, including DBE firm participation above and beyond the goal established in Subsection (7)(A), and the type and dollar value of the services each DBE will perform, is as follows: 8 Rev. O8iO4Y2020 Airport: .Icffcrson City Mcmonal .nirhort (.I}T) MoDOT Project No.: 20.04013_ I 9. Good Faith Efforts to Obtain DBE Participation: If the Consultant's agreed DBE goal amount as specified in Subsection (7)(C)(8) is less than the Sponsor's DBE goal given in Subsection (7)(A), then the Consultant certifies good faith efforts were taken by Consultant in an attempt to obtain the level of DBE participation set by the Sponsor in Subsection (7)(A). Documentation of the Consultant's good faith efforts is to be submitted with this Agreement to the Sponsor and a copy submitted to MoDOT. (8) SUBCONSULTANTS: (A) The Consultant agrees that except for those firms and for those services listed below, there shall be no transfer of engineering services performed under this Agreement without the written consent of the Sponsor. Subletting, assignment, or transfer of the services or any part thereof to any other corporation, partnership, or individual is expressly prohibited. Any violation of this clause will be deemed cause for termination of this Agreement. EXCEPTIONS (Subconsultant information): List all Subconsultant(s) to be used for any piece of work outlined in this agreement, excluding DBE Firms listed in the DBE Participation Subsection (7)(C)(8), DBE Participation Obtained by Consultant, in this agreement. If none, write "N/A" in the first row of the first column. FIRM NAME COMPLETE ADDRESS NATURE OF SERVICES SUBCONTRACT AMOUNT (E) 6700 Stephens Geotechnical $2,000.00 (C) Station Road, Suite DOLLAR (F) (A) (B) DOLLAR PERCENT AMOUNT PERCENT OF TOTAL DBE NAME AND TYPE OF VALUE OF APTO APPLICABLE CONTRACT ADDRESS DBE DBE SUB_ DBL E TO DBE TO DBE (C /TOTAL CONTRACT SERVICE CONTRACT GOAL GOAL AMOUNT) (100%,60%) (C x D) N/A N/A N/A N/A N/A N/A TOTAL DBE PARTICIPATION $0.00 0% 9. Good Faith Efforts to Obtain DBE Participation: If the Consultant's agreed DBE goal amount as specified in Subsection (7)(C)(8) is less than the Sponsor's DBE goal given in Subsection (7)(A), then the Consultant certifies good faith efforts were taken by Consultant in an attempt to obtain the level of DBE participation set by the Sponsor in Subsection (7)(A). Documentation of the Consultant's good faith efforts is to be submitted with this Agreement to the Sponsor and a copy submitted to MoDOT. (8) SUBCONSULTANTS: (A) The Consultant agrees that except for those firms and for those services listed below, there shall be no transfer of engineering services performed under this Agreement without the written consent of the Sponsor. Subletting, assignment, or transfer of the services or any part thereof to any other corporation, partnership, or individual is expressly prohibited. Any violation of this clause will be deemed cause for termination of this Agreement. EXCEPTIONS (Subconsultant information): List all Subconsultant(s) to be used for any piece of work outlined in this agreement, excluding DBE Firms listed in the DBE Participation Subsection (7)(C)(8), DBE Participation Obtained by Consultant, in this agreement. If none, write "N/A" in the first row of the first column. FIRM NAME COMPLETE ADDRESS NATURE OF SERVICES SUBCONTRACT AMOUNT Terracon 6700 Stephens Geotechnical $2,000.00 Consultants, Inc. Station Road, Suite Pavement Corings 101, Columbia, MO 65202 Archer -Elgin 310 East 6t" Street, Topographical $1,900.00 Rolla, MO 65401 Survey (B) The Consultant agrees and shall require the selected Subconsultants to maintain books, documents, papers, accounting records, and other 9 Rev. 08/04/2020 Airport: Jefferson City Mcmorial Airport OFT') MoDOT Project No.: 20-04013-1 evidence pertaining to direct costs and expenses incurred under the Agreement and to make such materials available at their offices at reasonable times during the Agreement period and for three (3) years from the date of final payment under the Agreement for inspection by the Sponsor or any of its authorized representatives (or any authorized representative of MoDOT or the federal government), and copies thereof shall be furnished. (C) Unless waived or modified by the Sponsor, the Consultant agrees to require, and shall provide evidence to the Sponsor, that those Subconsultants shall maintain commercial general liability, automobile liability, professional liability and worker's compensation and employer's liability insurance, or alternatively, a comparable umbrella insurance policy submitted to and approved by MoDOT, for not less than the period of services under such subconsultant agreements, and in an amount equal to the Sponsor's sovereign immunity caps as stated in section 537.600 RSMo and subsequently adjusted by the Missouri Department of Insurance. If the statutory limit of liability for a type of liability specified in this section is repealed or does not exist, the minimum coverage shall not be less than the following amounts: 1. Commercial General Liability: $500,000.00 per person up to $3,000,000.00 per occurrence; 2. Automobile Liability: $500,000.00 per person up to $3,000,000.00 per occurrence; 3. Worker's Compensation in accordance with the statutory limits; and Employer's Liability: $1,000,000.00; and 4. Professional Liability: $1,000,000.00, each claim and in the annual aggregate. (D) The subletting of the services will in no way relieve the Consultant of its primary responsibility for the quality and performance of the services to be performed hereunder, and the Consultant shall assume full liability for the services performed by its Subconsultants. (E) The payment for the services of any Subconsultants will be reimbursed at cost by the Sponsor in accordance with the submitted invoices for such services, as set forth in Section (9), entitled "Fees and Payments". (F) The Consultant agrees to furnish a list of any MoDOT-approved DBE Subconsultants under this Agreement upon the request of the Sponsor or MoDOT. Further, the Consultant agrees to report to the Sponsor on a monthly basis the actual payments made by the Consultant to such DBE Subconsultants. (G) The Consultant agrees that any agreement between the Consultant and any Subconsultant shall be an actual cost plus fixed fee agreement if the amount of the agreement between the Consultant and Subconsultant exceeds Twenty -Five Thousand Dollars ($25,000). Subconsultant agreements for amounts of $25,000 or less 10 Rev. 08!042'2020 Airport: Jefferson City Memorial Airport (JEF) WDOT Project No.: ?0-04013-1 may be lump sum or actual cost plus fixed fee as directed by the Sponsor. (9) FEES AND PAYMENTS: (A) The Consultant shall not proceed with the services described herein until the Consultant receives written authorization in the form of a Notice to Proceed from the Sponsor. (B) Lump Sum, not to Exceed - Preliminary Design, Design, and Bidding & Award Phases plus Project Closeout Phase: The amount to be paid to the Consultant by the Sponsor as full remuneration for the performance of all lump sum, not to exceed services called for in this Agreement will be on the following basis, except that the lump sum fee for labor, overhead and profit plus other costs will not exceed a maximum amount payable as shown in TABLE A and in Exhibit IV -A, "Derivation of Consultant Project Costs for Preliminary Design, Design, and Bidding & Award Phase Services, and Exhibit V-A, "Engineering Basic & Special Services -Cost Breakdown for Preliminary Design, Design, and Bidding & Award Phases" and Exhibit IV -B, "Derivation of Consultant Project Costs for Construction Phase Services" and Exhibit V -B, "Engineering Basic & Special Services - Cost Breakdown for Consultant Project Costs for Construction Phase Services" attached hereto and made a part of this Agreement. Payment under the provisions of this Agreement is limited to those costs incurred in accordance with generally accepted accounting principles to the extent they are considered necessary to the execution of the item of service. TABLE A Summary of Lump Sum_ , not to Exceed Tasks and Costs Worksheet Task Cost Exhibit IV -A Preliminary Design, Design, and Bidding & Award Phases $72,00.00 Exhibit IV -B Construction Phase Services: Project Closeout Phase $8,680.00 Total Cost $80,690.00 Actual Cost plus Fixed Fee, not to Exceed - Construction Phases Services (Office), Construction Phase Services (Field), and Construction Materials Testing: The amount to be paid to the Consultant by the Sponsor as full remuneration for the performance of all cost plus fixed fee, not to exceed services called for in this Agreement will be on the basis of the Consultant's actual costs plus a fixed fee as shown in TABLE B and in Exhibit IV- B, "Derivation of Consultant Project Costs for Construction Phase Services" and Exhibit V -B, "Engineering Basic & Special Services -Cost Breakdown for Consultant Project Costs for Construction Phase Services" attached hereto and made a part of this Agreement. Payment under the provisions of this Agreement is limited to those costs incurred in accordance with generally accepted accounting principles to the extent they are considered necessary to the execution of the item of service. Roo. M 04 ?ozo Airport: Jefferson City Memorial Airport OFF) MoDOT Project No.: 20-04013-1 TABLE B Su mary of Cost Plus Fized Fee, not to Exceed Tasks and Costs Worksheet Task Cost Exhibit IV -B Construction Phase Services: Office $28,450.00 Exhibit IV -B Construction Phase Services: Field $43,400.00 Exhibit IV -B Construction Phase Services: Terracon — Construction Materials Testing $7,000.00 Total Cost $78,850.00 (C) The Consultant's fee shall include the hourly salary of each associate and employee, salary -related expenses, general overhead, and direct non -salary costs as allowed by 48 CFR Part 31, the Federal Acquisition Regulations (FAR), and 23 CFR 172, Procurement, Management, and Administration of Engineering and Design Related Services. The hourly salary of each associate and employee is defined as the actual productive salaries expended to perform the services. The other billable costs for the project are defined as follows: 1. Salary -related expenses are additions to payroll cost for holidays, sick leave, vacation, group insurance, worker's compensation insurance, social security taxes (FICA), unemployment insurance, disability taxes, retirement benefits, and other related items. 2. General overhead cost additions are for administrative salaries (including non-productive salaries of associates and employees), equipment rental and maintenance, office rent and utilities, office maintenance, office supplies, insurance, taxes, professional development expenses, legal and audit fees, professional dues and licenses, use of electronic computer for accounting, and other related items. 3. Direct non -salary costs incurred in fulfilling the terms of this Agreement, such as but not limited to travel and subsistence, subcontract services, reproductions, computer charges, materials and supplies, and other related items, will be charged at actual cost without any override or additives. 4. The additions to productive salaries for Items in Subsections (9)(C) 1 and 2 will be established based on the latest audit. 5. The Consultant shall provide a detailed man hour/cost breakdown for each phase of the project indicating each job classification with base wage rates and the number of hours associated with each phase. The breakdown shall include work activities and be in sufficient detail to reflect the level of effort involved. This information shall be attached hereto and made a part of this Agreement as Exhibit V "Engineering Basic and Special Services -Cost Breakdown". 6. The Consultant shall provide a detailed breakdown of all 12 Rev. 08104!2020 Airport: .lefferson City Memorial Airport MoDOT Project No.: 20-040[3-1 Subconsultant fees, including overhead and profit, when requested by the Sponsor and/or MoDOT. Once the cumulative amount to be paid to a Subconsultant by the Consultant, as full remuneration for the performance of services, as called for in this Agreement and any supplemental agreements hereafter, equals or exceeds Twenty -Five Thousand Dollars ($25,000), submittal of a separate Exhibit IV, "Derivation of Consultant Project Costs" and Exhibit V, "Engineering Basic and Special Services -Cost Breakdown", prepared to solely reflect the Subconsultant's fees shall be attached hereto and made a part of this Agreement, subject to the process described in Section (3) of this Agreement. These Exhibits prepared to reflect the Subconsultant's fees shall be labeled Exhibit IV -A and Exhibit V-A, respectively. 7. The Consultant shall provide a detailed breakdown of all travel expense, living expense, reproduction expense, and any other expense that may be incurred throughout the project. These expenses must be project specific and not covered in or by an overhead rate. 8. The property and equipment used on this project such as automotive vehicles, survey equipment, office equipment, etc., shall be owned, rented, or leased by the Consultant, and charges will be made to the project for the use of such property at the rate established by company policies and practices. Approval of the Sponsor and MoDOT will be required prior to acquisition of reimbursable special equipment. 9. The Consultant agrees to pay each Subconsultant under this Agreement for satisfactory performance of its contract no later than 15 days from the Consultant's receipt of each payment the Consultant receives from the Sponsor. The Consultant agrees further to return retainage payments to each Subconsultant within 15 days after the Subconsultant's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Sponsor. This clause applies to both DBE and non -DBE Subconsultants. (D) The Consultant shall submit an invoice for services rendered to the Sponsor not more than once every month. A progress summary indicating the current status of the services shall be submitted along with each invoice. Upon receipt of the invoice and progress summary, the Sponsor will, as soon as practical, but not later than 30 days from receipt, pay the Consultant for the services rendered, including the proportion of the fixed fee earned as reflected by the estimate of the portion of the services completed as shown by the progress summary, less partial payments previously made. A late payment charge of one and one half percent (1.5%) per month shall be assessed for those invoiced amounts not paid, through no fault of the Consultant, within 30 days after the Sponsor's receipt of the Consultant's invoice. The Sponsor will not be liable for the late payment charge on any invoice which requests payment for costs which exceed the proportion of the maximum amount payable earned as reflected by the estimate of the portion of the services completed, as shown by the progress summary. The payment, other than the fixed fee, will be subject to final audit of actual expenses incurred during the period of the Agreement. 13 Rcv. 08/04/2020 Airport: .leficrson City Memorial .nirhort OFF') MoDOT Project No.: -20-040f3-1 (E) For Exhibit II -B only, the Sponsor may hold a percentage of the amount earned by the Consultant, not to exceed two percent (2%), until 100% of services as required by Section (2), "Scope of Services," of this Agreement are completed and have been received and approved by the Sponsor and MoDOT. The payment will be subject to final audit of actual expenses during the period of the Agreement. Upon completion and acceptance of all services required by Section (2), "Scope of Services," the two percent (2%) retainage will be paid to the ConsultantAs an alternative to withholding two percent (2%) retainage as set forth above, the Sponsor may accept a letter of credit or the establishment of an escrow account in the amount of said retainage and upon such other terms and conditions as may be acceptable to the Sponsor and the Consultant. If a letter of credit or escrow account is not acceptable to the Sponsor, then the percent retainage will control. (10) PERIOD OF SERVICE: (A) The services, and if more than one, then each phase thereof, shall be completed in accordance with the schedule contained in Exhibit VI, "Performance Schedule," attached hereto and made a part of this Agreement. The Consultant and the Sponsor will be required to meet this schedule. (B) The Consultant and Sponsor will be required to meet the schedules in this Agreement. The Sponsor will grant time extensions for delays due to unforeseeable causes beyond the control of and without fault or negligence of the Consultant and no claim for damage shall be made by either party. Requests for extensions of time shall be made in writing by the Consultant before that phase of work is scheduled to be completed, stating fully the events giving rise to the request and justification for the time extension requested. The anticipated date of completion of the work, including review time, is stated in Exhibit VI of this Agreement. An extension of time shall be the sole allowable compensation for any such delays, except as otherwise provided in Section (3) for additional/changed work and differing/unforeseen conditions. Any extensions or additional costs shall be subject to MoDOT approval. (C) As used in this provision, the term "delays due to unforeseeable causes" include but are not limited to the following: War or acts of war, declared or undeclared; 2. Flooding, earthquake, or other major natural disaster preventing the Consultant from performing necessary services at the project site, or in the Consultant's offices, at the time such services must be performed; 3. The discovery on the project of differing site conditions, hazardous substances, or other conditions which, in the sole judgment of the Sponsor, justifies a suspension of the services or necessitates modifications of the project design or plans by the Consultant; 14 Rev. 08/04-2020 Airport: Jefferson City Memorial AH -port OFF) MoDOT Project No.: 20-04013-1 4. Court proceedings; 5. Changes in services or extra services. (11) TERMINATION OF AGREEMENT— 2 CFR & 200 Appendix II(B): (A) Termination for Convenience: 1. The Sponsor may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of the Consultant. Upon receipt of the notice of termination, except as explicitly directed by the Sponsor, the Consultant must immediately discontinue all services affected. 2. Upon termination of the Agreement, the Consultant must deliver to the Sponsor all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Consultant under this Agreement, whether complete or partially complete. 3. The Sponsor agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non - performed services. 4. The Sponsor further agrees to hold the Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. (B) Termination for Default: 1. Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. 2. The terminating party must provide the breaching party seven days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. 3. Termination by the Sponsor: a. The Sponsor may terminate this Agreement, in whole or in part, for the failure of the Consultant to: i. Perform the services within the time specified in this Agreement or by Sponsor -approved extension; 15 Rev. 08/04/2020 Airport: Jefferson City Memorial Airport OFF) MoDOT Project No.: ?0-04013-1 ii. Make adequate progress so as to endanger satisfactory performance of the Project; or iii. Fulfill the obligations of the Agreement that are essential to the completion of the Project. b. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the Sponsor all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Consultant under this Agreement, whether complete or partially complete. C. The Sponsor agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. d. The Sponsor further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. e. If, after finalization of the termination action, the Sponsor determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the Sponsor issued the termination for the convenience of the Sponsor. 4. Termination by Consultant: a. The Consultant may terminate this Agreement in whole or in part, if the Sponsor: i. Defaults on its obligations under this Agreement; ii. Fails to make payment to the Consultant in accordance with the terms of this Agreement; or iii. Suspends the Project for more than one hundred eighty (180) days due to reasons beyond the control of the Consultant. b. Upon receipt of a notice of termination from the Consultant, the Sponsor agrees to cooperate with the Consultant for the purpose of terminating the Agreement or a portion thereof, by mutual consent. If the Sponsor and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating 16 Rev. W04/2020 Airport: JC11'erson City Memorial Airport 01.11') MoDOT Project No.: 20-04013-1 all or parts of this Agreement based upon the Sponsor's breach of the Agreement. C. In the event of termination due to Sponsor breach, the Consultant is entitled to invoice the Sponsor and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. The Sponsor agrees to hold the Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. (12) OWNERSHIP OF DRAWINGS AND DOCUMENTS: (A) All drawings and documents prepared in performance of this Agreement shall be delivered to and become the property of the Sponsor upon suspension, abandonment, cancellation, termination, or completion of the Consultant's services hereunder; provided, however, 1. The Consultant shall have the right to their future use with written permission of the Sponsor; 2. The Consultant shall retain its rights in its standard drawing details, designs, specifications, CADD files, databases, computer software, and any other proprietary property; and 3. The Consultant shall retain its rights to intellectual property developed, utilized, or modified in the performance of the services subject to the following: A. Copyrights. Sponsor, as the contracting agency, reserves a royalty -free, nonexclusive and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, for Governmental purposes: I. The copyright in any works developed under this Agreement, or under a subgrant or contract under this Agreement; and II. Any rights of copyright to which Sponsor, its Consultant or Subconsultant purchases ownership with payments provided by this Agreement. B. Patents. Rights to inventions made under this Agreement shall be determined in accordance with 37 CFR Part 401. The standard patent rights clause at 37 CFR § 401.14, as modified below, is hereby incorporated by reference. I. The terms "to be performed by a small business firm or domestic nonprofit organization" shall be deleted from paragraph (g)(1) of the clause; 17 Rev. 08/04/2020 Airport: .Icffcrson City Manorial Airport (IFF) MoDOT Project No.: ?0-04013-1 II. Paragraphs(g)(2) and (g)(3) of the clause shall be deleted; and III. Subsection (1) of the clause, entitled "communication" shall read as follows: "(1) Communication. All notifications required by this clause shall be submitted to the Sponsor ". IV. The following terms in 37 CFR 401.14 shall for the purpose of this Agreement have the following meaning: Contractor - Consultant Government and Federal Agency - Sponsor Subcontractor - Subconsultant 4. Basic survey notes, design computations, and other data prepared under this Agreement shall be made available for use by the Sponsor without further compensation and without restriction or limitation on their use. (B) Electronically Produced Documents: 1. Electronically produced documents will be submitted to the Sponsor, MoDOT, and/or FAA in data files compatible with AutoCAD Civi13D 2018 (specify CADD version) and Adobe PDF. The Consultant makes no warranty as to the compatibility of the data files beyond the above specified release or version of the stated software. 2. Because data stored on electronic media can deteriorate undetected or be modified without the Consultant's knowledge, the electronic data files submitted to the Sponsor will have an acceptance period of 60 calendar days after receipt by the Sponsor. If during that period the Sponsor finds any errors or omissions in the files, the Consultant will correct the errors or omissions as a part of this Agreement. However, any changes requested by the Sponsor during the 60 calendar day acceptance period that constitute Additional Services under Section (3) shall be compensated in accordance with the terms of the Agreement. The Consultant will not be responsible for maintaining copies of the submitted electronic data files after the acceptance period. 3. Any changes requested after the acceptance period will be considered additional services for which the Consultant shall be reimbursed at the hourly rates established herein plus the cost of materials. 4. The data on the electronic media shall not be considered the Consultant's instrument of service. Only the submitted hard copy documents with the Consultant Engineer's seal on them will be considered the instrument of service. The 18 Rev. 08,04;2020 Airport: Jefferson City Memorial /lirhort (.11-:F) MoDOT Project No.: ?0-040B- I Consultant's nameplate shall be removed from all electronic media provided to the Sponsor. (C) The Sponsor may incorporate any portion of the deliverables into a project other than that for which they were performed, without further compensation to the Consultant; provided however, that (1) such deliverables shall thereupon be deemed to be the work product of the Sponsor, and the Sponsor shall use same at its sole risk and expense; and (2) the Sponsor shall remove the Consultant's name, seal, endorsement, and all other indices of authorship from the deliverables. (13) DECISIONS UNDER THIS AGREEMENT AND DISPUTES: (A) The Sponsor will determine the acceptability of the drawings, specifications, and estimates and all other deliverables to be furnished, and will decide the questions that may arise relative to the proper performance of this Agreement. The determination of acceptable deliverables may occur following final payment, and as late as during the construction of the project which decisions shall be conclusive, binding and incontestable, if not arbitrary, capricious or the result of fraud. (B) The Sponsor will decide all questions which may arise as to the quality, quantity, and acceptability of services performed by Consultant and as to the rate of progress of the services; all questions which may arise as to the interpretation of the plans and specifications, all questions as to the acceptable fulfillment of the Agreement on the part of the Consultant; the proper compensation for performance or breach of the Agreement; and all claims of any character whatsoever in connection with or growing out of the services of the Consultant, whether claims under this Agreement or otherwise. The Sponsor's decisions shall be conclusive, binding and incontestable if not arbitrary, capricious or the result of fraud. (C) If the Consultant has a claim for payment against the Sponsor which in any way arises out of the provisions of this Agreement or the performance or non- performance hereunder, written notice of such claim must be made within sixty (60) days of the Consultant's receipt of payment for the retained percentage. Notwithstanding Section (23) of this Agreement, the notice of claim shall be personally delivered or sent by certified mail to the Sponsor. The notice of claim shall contain an itemized statement showing completely and fully the items and amounts forming the basis of the claim and the factual and legal basis of the claim. (D) Any claim for payment or an item of any such claim not included in the notice of claim and itemized statement, or any such claim not filed within the time provided by this provision shall be forever waived, and shall neither constitute the basis of nor be included in any legal action, counterclaim, set-off, or arbitration against the Sponsor. (E) The claims procedure in Subsections (13)(C) and (D) does not apply to any claims of the Sponsor against the Consultant. Further, any claims of the Sponsor 19 Rev. 08/04/2020 Airport: .Ief'Icrson City Memorial Airport OFF) MoDOT Project No.: 20-04013- 1 against the Consultant under this Agreement are not waived or estopped by the claims procedure in Subsections (13)(C) and (D). (F) Not withstanding Subsections (13)(A) through (E) above, in the event of any material dispute hereunder, both parties agree to pursue, diligently and in good faith, a mutually acceptable resolution. (14) SUCCESSORS AND ASSIGNS: The Sponsor and the Consultant agree that this Agreement and all agreements entered into under the provisions of this Agreement shall be binding upon the parties hereto and their successors and assigns. (15) INDEMNIFICATION RESPONSIBILITY: (A) The Consultant agrees to save harmless the Sponsor, MoDOT, and the FAA from all liability, losses, damages, and judgments for bodily injury, including death and property damage to the extent due to the Consultant's negligent acts, errors, or omissions in the services performed or to be performed under this Agreement, including those negligent acts, errors, or omissions of the Consultant's employees, agents, and Subconsultants. (B) The Consultant shall be responsible for the direct damages incurred by the Sponsor as result of the negligent acts, errors, or omissions of the Consultant or anyone for whom the Consultant is legally responsible, and for any losses or costs to repair or remedy construction as a result of such negligent acts, errors or omissions; provided, however, the Consultant shall not be liable to the Sponsor for such losses, costs, repairs and/or remedies which constitute betterment of or an addition of value to the construction or the project. (C) Neither the Sponsor's review, approval or acceptance of or payment for any services required under this Agreement, nor the termination of this Agreement prior to its completion, will be construed to operate as a waiver of any right under this Agreement or any cause of action arising out of the performance of this Agreement. This indemnification responsibility survives the completion of this Agreement, as well as the construction of the project at some later date, and remains as long as the construction contractor may file or has pending a claim or lawsuit against the Sponsor on this project arising out of the Consultant's services hereunder. (16) INSURANCE: (A) The Consultant shall maintain commercial general liability, automobile liability, and worker's compensation and employer's liability insurance in full force and effect to protect the Consultant from claims under Worker's Compensation Acts, claims for damages for personal injury or death, and for damages to property from the negligent acts, errors, or omissions of the Consultant and its employees, agents, and Subconsultants in the performance of the services covered by this Agreement, including, without limitation, risks insured against in commercial general liability policies. 20 Rev. 08/04/2020 Airport: JdTerson City Memorial .nirhort 01T) MoDOT Project No.: 20-040B-1 (B) The Consultant shall also maintain professional liability insurance to protect the Consultant against the negligent acts, errors, or omissions of the Consultant and those for whom it is legally responsible, arising out of the performance of professional services under this Agreement. (C) The Consultant's insurance coverages shall be for not less than the following limits of liability: 1. Commercial General Liability: $500,000.00 per person up to $3,000,000.00 per occurrence; 2. Automobile Liability: $500,000.00 per person up to $3,000,000.00 per occurrence; 3. Worker's Compensation in accordance with the statutory limits; and Employer's Liability: $1,000,000.00; and 4. Professional ("Errors and Omissions") Liability: $1,000,000.00, each claim and in the annual aggregate. (D) In lieu of the minimum coverage stated in Subsections (16)(C)(1) and (C)(2) above, the Consultant may obtain insurance at all times in an amount equal to the Sponsor's sovereign immunity caps as stated in section 537.600 RSMo and subsequently adjusted by the Missouri Department of Insurance. If the statutory limit of liability for a type of liability specified in this section is repealed or does not exist, the Consultant shall obtain insurance with the minimum coverage stated in Subsections (16)(C)(1) and (C)(2) above. (E) The Consultant shall, upon request at any time, provide the Sponsor with certificates of insurance evidencing the Consultant's commercial general or professional liability ("Errors and Omissions") policies and evidencing that they and all other required insurance is in effect, as to the services under this Agreement. (F) Any insurance policy required as specified in Section (16) shall be written by a company which is incorporated in the United States of America or is based in the United States of America. Each insurance policy must be issued by a company authorized to issue such insurance in the State of Missouri. (17) CONSTRUCTION PHASE OF THE PROJECT: (A) This Agreement includes construction phase services. (B) Because the Consultant has no control over the cost of labor, materials, equipment, or services furnished by others, or over the construction contractor(s)' methods of determining prices, or over competitive bidding or market conditions, any of the Consultant's opinions of probable project costs and/or construction cost, if provided for herein, are to be made on the basis of the Consultant's experience 21 Rev. 08/04/2020 Airport: .Iefferson City Memorial Airport (.IEF) MoDOT Project No.: 20-04OB-1 and qualifications and represent the Consultant's best judgment as an experienced and qualified design professional, familiar with the construction industry, but the Consultant cannot and does not guarantee that proposals, bids, or actual total project costs and/or construction costs will not vary from opinions of probable costs prepared by the Consultant. (C) The Consultant shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the construction work, since these are solely the construction contractor(s)' responsibility under the construction contract(s). The Consultant shall not be responsible for the construction contractor(s)' schedules or failure to carry out the construction work in accordance with the construction contract(s). The Consultant shall not have control over or charge of acts of omissions of the construction contractor(s), or any of its or their subcontractors, agents, or employees, or of any other persons performing portions of the construction work. (18) NONDISCRIMINATION ASSURANCE: During the performance of this Agreement, the Consultant, for itself, its assignees, and successors in interest (hereinafter referred to as the "Consultant") agrees as follows: (A) Compliance With Regulations: The Consultant will comply with the "Title VI List of Pertinent Nondiscrimination Acts and Authorities", as they may be amended from time to time, which are herein incorporated by reference and made a part of this Agreement. In addition, the Consultant shall comply with all state statutes related to nondiscrimination. (B) Nondiscrimination: The Consultant, with regard to the work performed by it during the Agreement, will not discriminate on the grounds of race, color, or national origin in the selection and retention of Subconsultants, including procurements of materials and leases of equipment. The Consultant will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. (C) Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Consultant for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential Subconsultant or supplier will be notified by the Consultant of the Consultant's obligations under this Agreement and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. (D) Information and Reports: The Consultant will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor, MoDOT or the FAA to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of the Consultant is in the exclusive possession of 22 Rev. 08/04/2020 Airport: .leffcrson City Memorial Airport OFF) MoDOT Project No.: 20-04OB-1 another who fails or refuses to furnish the information, the Consultant will so certify to the Sponsor, MoDOT or the FAA, as appropriate, and will set forth what efforts it has made to obtain the information. (E) _Sanctions for Noncompliance: In the event of a Consultant's noncompliance with the nondiscrimination provisions of this Agreement, the Sponsor will impose such contract sanctions as it, MoDOT, or the FAA may determine to be appropriate, including, but not limited to: 1. Withholding payments to the Consultant under this Agreement until the Consultant complies; and/or 2. Cancelling, terminating, or suspending this Agreement, in whole or in part. (F) Incorporation of Provisions: The Consultant will include these nondiscrimination provisions in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Consultant will take action with respect to any subcontract or procurement as the Sponsor, MoDOT or the FAA may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, that if the Consultant becomes involved in, or is threatened with litigation by a Subconsultant or supplier because of such direction, the Consultant may request the Sponsor or the United States to enter -into such litigation to protect the interests of the Sponsor or United States. (H) Title VI List of Pertinent Nondiscrimination Acts and Authorities: During the performance of this Agreement, the Consultant, for itself, its assignees, and successors in interest (hereinafter referred to as the "Consultant") agrees to comply with the following nondiscrimination statutes and authorities, including, but not limited to: 1. Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); 2. 49 CFR Part 21 (Non -Discrimination in Federally -Assisted Programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964); 3. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); 4. Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR Part 27; 23 Rev. 08/04/2020 Airport: Jefferson City Memorial Airport (.11,T) MODOI' Project No.: 20-04013-1 5. The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age); 6. Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); 7. The Civil Rights Restoration Act of 1987 (PL 100-209) (Broadened the scope, coverage, and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); 8. Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC §§ 12131-12189) as implemented by U.S. Department of Transportation regulations at 49 CFR Parts 37 and 38; 9. The FAA's nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); 10. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; 11. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); and 12. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC § 1681 et seq.). (19) APPROVAL: This Agreement is made and entered into subject to the approval of MoDOT. 24 Rev. 08/04/2020 Airport: Jefferson City Memorial ! hport 01T) MoDOT Project No.: ?0-040B-1 (20) AVIATION FEDERAL AND STATE CLAUSES: (A) Civil Rights — 49 USC § 47123: The Consultant agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Consultant and any subconsultants from the solicitation period through the completion of the Agreement. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. (B) Trade Restriction Certification — 49 U.S.C. $ 50104, 49 CFR Part 30: 1. By execution of this Agreement, the Consultant certifies that with respect to this Agreement, the Consultant: A. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); B. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and C. has not entered into any subcontract for any product to be used on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. 2. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 3. The Consultant must provide immediate written notice to the Sponsor if the Consultant learns that its certification or that of a subconsultant was erroneous when submitted or has become erroneous by reason of changed circumstances. The Consultant must require subconsultants provide immediate written notice to the Consultant if at any time it learns that its certification was erroneous by reason of changed circumstances. 4. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a Consultant or subconsultant: A. who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 25 Rev. 08/04/2020 Airport: Jefferson City Memorial Airport (IF" ) MoDOT Project No.: 20-04OB- I B. whose subconsultants are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or C. who incorporates in the public works project any product of a foreign country on such USTR list. 5. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Consultant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 6. The Consultant agrees that it will incorporate this provision for certification without modification in all lower tier subcontracts. The Consultant may rely on the certification of a prospective subconsultant that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Consultant has knowledge that the certification is erroneous. 7. This certification is a material representation of fact upon which reliance was placed when entering into this Agreement. If it is later determined that the Consultant or subconsultant knowingly rendered an erroneous certification, MoDOT or the FAA may direct through the Sponsor cancellation of the Agreement for default at no cost to the Sponsor, MoDOT or the FAA. (C) Eligible Employees - Executive Order 07-13: 1. The Consultant shall comply with all the provisions of Executive Order 07-13, issued by the Honorable Matt Blunt, Governor of Missouri, on the sixth (6th) day of March, 2007. This Executive Order, which promulgates the State of Missouri's position to not tolerate persons who contract with the state engaging in or supporting illegal activities of employing individuals who are not eligible to work in the United States, is incorporated herein by reference and made a part of this Agreement. By signing this Agreement, the Consultant hereby certifies that any employee of the Consultant assigned to perform services under this Agreement is eligible and authorized to work in the United States in compliance with federal law. In the event the Consultant fails to comply with the provisions of Executive Order 07-13, or in the event the Sponsor has reasonable cause to believe that the Consultant has knowingly employed individuals who are not eligible to work in the United States in violation of federal law, the Sponsor reserves the right to impose such contract sanctions as it may determine to be appropriate, including but not limited to contract cancellation, termination or suspension in whole or in part or both. 2. The Consultant shall include the above -provision concerning said Executive Order within every subcontract. The Consultant shall take such action with respect to any subcontract as the Sponsor may direct as a means of enforcing such provisions, including sanctions for noncompliance. 26 Rev. 08/04/2020 Airport: .leff'erson City Memorial Airport (.IFF) MoDOT Project No.: ?0-04013-1 (D) Texting While Driving — Executive Order 13513, DOT Order 3902.10: 1. In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. 2. In support of this initiative, the Sponsor encourages the Consultant to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Consultant must include the substance of this clause in all sub -tier contracts exceeding Three Thousand Five Hundred Dollars ($3,500) and involve driving a motor vehicle in performance of work activities associated with the project. (E) Veteran's Preference — 49 USC § 47112(c): In the employment of labor (except in executive, administrative, and supervisory positions), the Consultant and all subconsultants must give preference to covered veterans as defined within Title 49 U.S.C. § 47112. Covered veterans include Vietnam era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. § 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. (F) Federal Fair Labor Standards Act (Federal Minimum Wage) — 29 USC § 201, et seg.: All contracts and subcontracts that result from this Agreement incorporate by reference the provisions of 29 CFR Part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Consultant has full responsibility to monitor compliance to the above -referenced statute and regulation. The Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division. (G) Occupational Safety and Health Act of 1970 — 20 CFR Part 1910: All contracts and subcontracts that result from this Agreement incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The Consultant must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Consultant retains full responsibility to monitor its compliance and its subconsultants' compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). The Consultant must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor— Occupational Safety and Health Administration. (H) Energy Conservation Requirements — 2 CFR § 200, Appendix II(H): The Consultant and any subconsultants agree to comply with mandatory standards and 27 Rev. 08/04/2020 Airport: Jd'lcr,,on City Mcnionat Airport OEF) MoDOT Project No.: 20-040B- t policies relating to energy efficiency as contained in the state energy conservation pian issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201 et seq.). (1) Debarment and Suspension (Non -Procurement) — 2 CFR Part 180 (Subpart C), 2 CFR Part 1200, DOT Order 4200:5 DOT Suspension & Debarment Procedures & Ineligibility 1. By executing this Agreement, the Consultant certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this Agreement. 2. The Consultant, by administering each lower tier subconsultant agreement that exceeds $25,000 as a "covered transaction", must verify each lower tier Subconsultant participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The Consultant will accomplish this by: A. Checking the System for Award Management at website: https:llwww.sam.gov. B. Collecting a certification statement similar to the statement in Subsection (20)(1)1. C. Inserting a clause or condition in the covered transaction with the lower tier Subcontractor. 3. If the Sponsor, MoDOT or the FAA later determines that a lower tier participant failed to disclose to a higher tier that it was excluded or disqualified at the time it entered the covered transaction, the Sponsor, MoDOT or the FAA may pursue any available remedy, including suspension or debarment of the non-compliant participant. (J) Lobbying and Influencing Federal Employees — 31 U.S.C. § 1352, 2 CFR § 200 Appendix II J 49 CFR Part 20 Appendix A: 1. The Consultant certifies by execution of this Agreement, to the best of its knowledge and belief, that: A. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Consultant, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 25 R«<, 08 0-l'?020 Airport: Jefferson City Memorial Airport 0F]") MoDOT Project No.: 20-0408-1 B. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the Consultant shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. C. The Consultant shall require that the language of this Subsection (20)(F) be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisitive for making or entering into this transaction imposed by Section 1352, Title 31, United States Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than Ten Thousand Dollars ($10,000) and not more than One Hundred Thousand Dollars ($100,000) for each such failure. (K) Contract Workhours and Safety Standards Act Requirements= 2 CFR § 200 Appendix II (E)): 1. Overtime Requirements: No contractor or subcontractor contracting for any part of the Agreement work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in Subsection (20)(K)1. above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the Sponsor and/or the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Subsection (20)(K)1. above, in the sum of Ten Dollars ($10) for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Subsection (20)(K)1. above. 3. Withholding for Unpaid Wages and Liquidated Damages: The FAA, MoDOT or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime 29 Rev. 08/04/2020 Airport: Jefferson City Memorial Airport OFF) MoDOT Project No.: 20-0408-1 contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Subsection (20)(K)2. above. 4. Subcontractors: The contractor or subcontractor shall insert in any subcontracts the clauses set forth in this Subsection (20) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this Subsection (20). (L) Breach of Contract Terms Sanctions - 2 CFR §200 Appendix II(A): Any violation or breach of the terms of this Agreement on the part of the Consultant or any Subconsultant may result in the suspension or termination of this Agreement or such other action that may be necessary to enforce the rights of the parties of this Agreement. The Sponsor will provide the Consultant written notice that describes the nature of the breach and corrective actions the Consultant must undertake in order to avoid termination of this Agreement. The Sponsor reserves the right to withhold payments to the Consultant until such time the Consultant corrects the breach or the Sponsor elects to terminate this Agreement. The Sponsor's notice will identify a specific date by which the Consultant must correct the breach. The Sponsor may proceed with termination of this Agreement if the Consultant fails to correct the breach by deadline indicated in the Sponsor's notice. The duties and obligations imposed by the Agreement and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. (M) Clean Air and Water Pollution Control — 2 CFR 200 § 200, Appendix Imo: The Consultant agrees: 1. To comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671 q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. § 1251-1387); and 2. To report any violation to the Sponsor immediately upon discovery. The Sponsor assumes responsibility for notifying the Environmental Protection Agency and the FAA. (N) Not used. (0) Not used. (P) Certification of Consultant Regarding Tax Delinquency and Felony Convictions: The Consultant certifies that it is not a corporation that: 1. Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, 30 Rev. 08/03%2020 Airport: Jefferson Oily Memorial AH -port OFT) MoDOT Project No.: 20-040B- I and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; or 2. Was convicted of a criminal violation under any Federal law within the preceding twenty-four (24) months. (21) ACTIONS: No action may be brought by either party hereto concerning any matter, thing, or dispute arising out of or relating to the terms, performance, non- performance, or otherwise of this Agreement except in the Circuit Court of Callaway County, Missouri. The parties agree that this Agreement is entered into at Jefferson City, Missouri and substantial elements of its performance will take place or be delivered at Jefferson City, Missouri, by reason of which the Consultant consents to venue of any action against it in Callaway County, Missouri. The Consultant shall cause this provision to be incorporated into all of its agreements with, and to be binding upon, all Subconsultants of the Consultant in the performance of this Agreement. (22) AUDIT OF RECORDS: For purpose of an audit, the Consultant shall maintain all those records relating to direct costs and expenses incurred under this Agreement, including but not limited to invoices, payrolls, bills, receipts, etc. These records must be available at all reasonable times to the Sponsor, MoDOT, the FAA, and the Comptroller General of the United States or their designees and representatives, at the Consultant's offices, at no charge, during the Agreement period and any extension thereof, and for the three (3) year period following the date of final payment made under this Agreement. If the Sponsor has notice of a potential claim against the Consultant and/or the Sponsor based on the Consultant's services under this Agreement, the Consultant, upon written request of the Sponsor, shall retain and preserve its records until the Sponsor has advised the Consultant in writing that the disputed claim is resolved. (23) NOTICE TO THE PARTIES: All notices or communications required by this Agreement shall be made in writing and shall be effective upon receipt by the Sponsor or the Consultant at their respective addresses of record. Letters or other documents which are prepared in 8.5 x 11 inch. format may be delivered by telefax, provided that an original is received at the same address as that to which that telefax message was sent, within three (3) business days of the telefax transmission. Either party may change its address of record by written notice to the other party. (A) Notice to the Sponsor: Notices to the Sponsor shall be addressed and delivered to the following Sponsor's representative, who is hereby designated by the Sponsor as its primary authorized representative for administration, interpretation, review, and enforcement of this Agreement and the services of the Consultant hereunder: 31 Rev. 08/04/2020 Airport: .Icfferson City M\ 2morial AH -port 01-T) MoDOT Project No.: 20-04013-1 NAME AND TITLEOF SPONSOR'S REPRESENTATIVE PE Operation Division Director r. MBritt Smith, —p SPONSOR'S NAME City of Jefferson, Missouri SPONSOR'S ADDRESS 320 East McCarty Street Jefferson City, Missouri 65101 PHONE 573-634-6450 FAX E-MAIL ADDRESS BSmith@jeffcitymo.org The Sponsor reserves the right to substitute another person for the individual named at any time, and to designate one or more other representatives to have authority to act upon its behalf generally or in limited capacities, as the Sponsor may now or hereafter deem appropriate. Such substitution or designations shall be made by the Sponsor in a written notice to the Consultant. (B) Notice to the Consultant: Notices to Consultant shall be addressed and delivered to Consultant's representative, as follows: NAME AND TITLE OF CONSULTANT'S REPRESENTATIVE Mr. David Hadel, PE — Manager, Aviation Services g CONSULTANT'S NAME Burns & McDonnell Engineering Company, Inc. CONSULTANT'S ADDRESS 9400 Ward Parkway Kansas City, Missouri 64114 PHONE 816-822-3378 FAX E-MAIL ADDRESS dhadel@burnsmcd.com The Consultant reserves the right to substitute another person for the individual named at any time, and to designate one or more other representatives to have authority to act upon its behalf generally or in limited capacities, as the Consultant may now or hereafter deem appropriate. Such substitutions or designations shall be made by the Consultant's president or chief executive officer in a written notice to the Sponsor. (24) LAW OF MISSOURI TO GOVERN: This Agreement shall be construed according to the laws of the State of Missouri. The Consultant shall comply with all local, state, and federal laws and regulations which govern the performance of this Agreement. (25) CONFIDENTIALITY: The Consultant agrees that the Consultant's services 32 Rev. 08 04 2020 Airport: Jefferson City Memorial Airport OFF) MoDOT Projcct No.: 30-04013-1 under this Agreement are a confidential matter between the Consultant and the Sponsor. The Consultant shall not disclose any aspect of the Consultant's services under this Agreement to any other person, corporation, governmental entity, or news media, excepting only to Consultant's lawyers, accountants, insurers, and such employees, Subconsultants, and agents as may be necessary to allow them to perform services for the Consultant in the furtherance of this Agreement, without the prior approval of the Sponsor; provided, however, that any confidentiality and non -disclosure requirements set out herein shall not apply to any of the Consultant's services or to any information which (1) is already in the public domain or is already in the Consultant's possession at the time the Consultant performs the services or comes into possession of the information; (2) is received from a third party without any confidentiality obligations; or (3) is required to be disclosed by governmental or judicial order. Any disclosure pursuant to a request to the Sponsor under Chapter 610, RSMo, shall not constitute a breach of this Agreement. The content and extent of any authorized disclosure shall be coordinated fully with and under the direction of the Sponsor, in advance. (26) SOLE BENEFICIARY: This Agreement is made for the sole benefit of the parties hereto and nothing in this Agreement shall be construed to give any rights or benefits to anyone other than the Sponsor and the Consultant. (27) SEVERABILITY AND SURVIVAL: (A) Any provision or part of this Agreement held to be void or unenforceable under any law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon the Sponsor and the Consultant. (B) All express representations, indemnifications, or limitations of liability made or given in this Agreement will survive the completion of all services by the Consultant under this Agreement or the termination of this Agreement for any reason. (28) PAYMENT BOND: In the event that any subconsultants are used to supply at least fifty thousand dollars ($50,000) worth of materials and/or labor not within the scope of environmental assessment services or licensed professional services as defined by chapter 327, RSMo, the Consultant shall require any such subconsultants to provide laborers and materialmen with adequate bond security. Payment bonds shall be executed by any such subconsultants with the subconsultant as principal and a surety company authorized to do business in the State of Missouri as surety, and any agent executing the same on behalf of a subconsultant or surety company must attach a current Power of Attorney setting forth sufficient execution authority. Said payment bonds must be acceptable to the Sponsor to cover all materials used, all labor performed, and all insurance premiums necessary to comply with Section 107.170, RSMo, and must be provided to the Sponsor prior to the performance of such subconsultant services under this Agreement. (29) AMENDMENTS: Any change in this Agreement, whether by modification or supplementation, must be accomplished by a formal contract amendment signed and approved by the duly authorized representative of the Sponsor and the Consultant. 33 Rev. 08/04/2020 Airport: .elder cin City Memorial .nincort (.1FI:) MoDOT Project No.: ?0-0408-1 (30) ATTACHMENTS: The following Exhibits and other documents are attached to and made a part of this Agreement: (A) Exhibit I: Project Description. (B) Exhibit II -A: Scope of Services — Preliminary Design, Design & Bidding and Award Phases. Exhibit II -B: Scope of Services — Construction Phase Services (C) Exhibit II -C: Current FAA Advisory Circulars, Standards, Guidance and MoDOT Standards (D) Exhibit III: Services Provided by the Sponsor. (E) Exhibit IV -A: Derivation of Consultant Project Costs for Preliminary Design, Design, and Bidding & Award Phases. Exhibit IV -B: Derivation of Consultant Project Costs for Construction Phase Services (F) Exhibit V-A: Engineering Basic & Special Services - Cost Breakdown For Preliminary Design, Design, and Bidding & Award Phases Exhibit V -B: Engineering Basic & Special Services — Cost Breakdown for Consultant Project Costs for Construction Phase Services (G) Exhibit VI: Performance Schedule 34 Rev. 08 04,2020 Airport: Jefferson City Memorial Airport (JEF) MoDOT Project No.: ?0-040B-1 IN WITNESS WHEREOF, the parties hereto have entered into this Agreement, executed by their respective proper officials, on the date last written below. Executed by the Consultant the day of 12020. Executed by the Sponsor the day of f1ri1� , 2020. Consultant: Sponsor: City of Jefferson, Missouri Burns & McDonnell Engineering Company, Inc. By: By: Signature Signatu Title: Mayor ATTEST: Title: Manager, Aviation Services ATTEST: By: a,, By: ignature Signature Title: Title: Project Manager APPROVED AS TO FORM: By: ignature Title: City Attorney 35 Rev. 08/04/2020 Airport: .Icl'lcrson City klcmori'.d /airport OIT) MoDOT Project No.: ?0-040B-1 414:11 1111 PROJECT DESCRIPTION 1. Provide professional engineering services for the Preliminary Design, Design, and Bidding & Award phases and Construction phase of the maintenance project for the main and north aprons at the Jefferson City Memorial Airport (JEF). This project includes the following maintenance items: a. Replacement (full depth) of the existing asphalt transition between the main ramp and north ramp. b. Removal and remarking of the existing main ramp and north ramp pavement centerline markings. Does not include aircraft parking positions. c. Joint resealing and isolated spall repair on the main ramp. (allowance -based spall repair) d. Isolated panel replacement on the north ramp. (allowance -based) Exhibit I -1 Airport: .Icffcrson City Memorial Airport 01:I-') MoDOT Project No.: _20-04011-1 EXHIBIT II SCOPE OF SERVICES The Consultant, in consideration of the payment on the part of the Sponsor, agrees to perform the engineering services enumerated as follows: EXHIBIT II -A: Preliminary Design, Design, and Bidding & Award Phase Services BASIC SERVICES Preliminary Design Phase: This phase includes activities for defining the scope of the aforementioned project and establishing preliminary requirements. The elements of work for this task include: a. Perform an internal Quality Review by independent senior level staff (Q1). b. Perform visual observation, collect data, and attend onsite inventory meeting with SPONSOR. Maximum of two team members for one day. c. Develop Scope of Services and Fee Estimate. d. Develop scope of work for geotechnical services. e. Develop scope of work for topographical survey. f. Prepare and submit preliminary design narrative (letter form) for SPONSOR and Missouri Department of Transportation (MoDOT) review. g. Develop preliminary construction cost estimate for proposed project. h. Develop preliminary construction schedule. i. Develop preliminary Construction Safety & Phasing Plan (CSPP). j. Develop and submit Federal Aviation Administration (FAA) Form 7460-1. k. Perform an internal Quality Review by independent senior level staff (Q2). I. CATEX / Environmental Clearance document excluded. m. Stormwater Pollution Prevention Plan (SWPPP) excluded. 2. Design Phase: This phase includes activities required to develop project design documents showing the character and scope of work to be performed by contractors on the project. The specific tasks that will be performed in the phase are: a. Prepare construction Bid Documents. The drawing list may include the following construction plans: i. Cover Sheet ii. Index, Legend, Abbreviations, and Summary of Quantities iii. Access & Safety Plans & Notes iv. Construction Phasing Plans V. Demolition Plans vi. Site Plans (including markings) vii. Jointing and Elevation Plans viii. Jointing/Pavement Details ix. Marking and Repair Details Exhibit II -A -1 Airport: .Icfferson City Memorial Airport 011) MoDOT Projcct No.: '0-040B- I b. Prepare MoDOT/FAA and SPONSOR front-end documents. c. Prepare technical specifications. d. Prepare final engineering design narrative letter. e. Revise the preliminary cost estimate for final engineer's estimate of probable cost. f. Revise the preliminary construction schedule. g. Perform internal Quality Review of the technical specifications, construction drawings, and design narrative with an independent review team (Q3, Q4, Q5 and Q6). h. Incorporate quality review team's comments. i. Submit project front ends, technical specifications, construction drawings, and design narrative to SPONSOR and MoDOT for 100% review. j. Revise contract documents per SPONSOR and MoDOT review. k. Submit final project technical specifications, and construction drawings for SPONSOR's use in bidding. Provide electronic copy of these documents. 3. Bidding & Construction Award Phase: This phase will include basic services to assist the SPONSOR with the following activities: a. Assist the SPONSOR with advertisement for bids and send "Notice to Bidders" to prospective contractors. (SPONSOR shall place advertisements in appropriate media.) b. Answer questions, clarify points, and issue addenda as necessary pertaining to the Contract Documents during the bidding phase. C. Attend and conduct the pre-bid meeting and record minutes. d. Tabulate and analyze bid results, review contractor's qualifications, and make recommendation of contract award to SPONSOR. Attendance of the bid opening is excluded. e. Assist SPONSOR with preparing contract documents. f. Assist SPONSOR with preparing grant application documents. SPECIAL SERVICES A. Topographical Survey 1. Establish horizontal control at the airport for project use. 2. Establish vertical control at the airport for project use. 3. Obtain topography and above ground features in location of existing asphalt transition replacement. B. Geotechnical: Obtain up to six (6) pavement cores near the area of the existing asphalt transition replacement to verify thicknesses of the various pavement sections. Exhibit II -A -2 Airport: Jcl'lcr,,on City Memorial Ali -port (.11:1') MoDOT Projcct No.: "_'0-04013-1 EXHIBIT 11-B : Construction Phase Services BASIC SERVICES 1. Construction Phase Services (Office): Construction duration is preliminarily estimated at 45 Calendar Days for the Contractor's performance time during the 2021 Calendar Year. The CONSULTANT has assumed the successful Contractor will work Monday thru Friday for 32 actual working days. These assumptions are subject to revision during design development and bidding/ construction award phases. A modified scope of work and corresponding fee adjustment may be warranted pending a final review of the completed contract documents with the SPONSOR and MoDOT. This phase will include providing construction phase services for the construction of the Project including the following activities: a. Develop Issued for Construction (IFC) Documents and provide five copies of documents to the Contractor. b. Attend and conduct, at the Airport, one preconstruction meeting with the Contractor, SPONSOR, and MoDOT. This meeting will be attended by the CONSULTANT'S Project Manager and Resident Project Representative. The preconstruction conference will comply with FAA Central Region, AIP Sponsor Guide, Section 1040. Meeting minutes will be prepared by the CONSULTANT and distributed to the point of contact for each attending entity. C. Develop Contractor's construction contracts and facilitate execution of contracts with the SPONSOR and MoDOT. d. Develop a Construction Observation Program, (COP). This document will outline the general responsibilities of the SPONSOR, MoDOT, CONSULTANT and Construction Contractor. The document will be developed in accordance to FAA's Section 1030 — Construction Observation Program. The COP will include the following items: i. Name of the person representing the SPONSOR who has overall responsibility of contract administration for the Project and the authority to take necessary actions to comply with the contract. ii. Names of testing laboratories and a certificate of accreditation, indicating proficiency in specific test standards. iii. Names of other engineering firms with quality assurance responsibilities for the Project including a description of the services to be provided by each firm. iv. Listing of qualifications for the CONSULTANT'S management team including; Project Manager, site observers, laboratory personnel, and testing personnel. V. Listing of tests required by the contract specifications, including the type and frequency of tests to be taken, the method of Exhibit it -B -1 Airport: Jefferson (lily Memorial Ali -port 01-T) MoDOT Project No.: ?0-0408-1 sampling, the applicable test standard, and the acceptance criteria or tolerances permitted for each type of test. vi. Procedures for confirming that: (a) Tests are taken in accordance with the approved construction observation program. (b) Tests are documented properly. (c) Corrective actions/retesting are taken for failed tests. (d) Mix designs meet project specifications and CONSULTANT'S review is properly documented. (e) Quality and quantity of materials meet project requirements. e. Perform shop drawing reviews, material certifications and "Buy American" verifications as received from the Contractor. The CONSULTANT estimates 8 original shop drawings will be reviewed. It is assumed 40% of the initial submittals will need to be resubmitted by the Contractor and re -reviewed by the CONSULTANT. It is assumed 2 -hours per review and 1 -hr per re -review (includes administrative processing). As a result, an amount not -to -exceed 20 hours are allotted for this effort. f. Respond to field issues throughout the duration of the construction. It is assumed this effort will require 3 hours per week for a not -to -exceed total of 21 hours. g. Prepare and procure construction services contracts for material testing laboratory. h. Review and provide recommendations for monthly and final Contractor pay estimates and submit weekly progress reports. Assumed to be two pay estimates at 1 -hour each and seven progress reports at 1 -hour each for a not -to -exceed total of 9 hours. i. Prepare routine Change Orders as requested by SPONSOR. This effort assumes 1 change order at 8 hours per change order for a not -to -exceed total of 8 hours. j. Coordinate and review weekly test reports. CONSULTANT assumes 1 hour per week for a duration of 7 weeks and not -to -exceed 7 total hours. k. Conduct weekly progress meetings via conference call and prepare meeting minutes. CONSULTANT assumes 2 -hours per week for 7 -weeks for a not -to -exceed total of 14 hours. I. Project Management: CONSULTANT shall provide project management throughout the duration of construction. This effort is estimated at 2 hours per week for a duration of 7 weeks for a not -to -exceed 14 total hours. M. Make milestone site visits. The planned site visits are as follows: i. Trip No. 1: Observe the initial base rock installation operations. The duration of this trip (including travel, time on site, preparation, and reporting) will be 10 hours. ii. Trip No. 2: Observe the initial paving operations. The duration of this trip (including travel, time on site, preparation, and reporting) will be 12 hours. Exhibit II -B -2 Airport: .Icfl'erson Oily Memorial .nir0ort MoDOT Project No.: 20-04013-1 iii. Trip No. 3: Attend final walk through with the SPONSOR and MoDOT. The duration of this trip (including travel, time on site, preparation, and reporting) will be 10 hours. 2. Construction Phase Services (Field): Construction duration, at this time, is assumed to be 45 Calendar Days. The CONSULTANT has assumed the successful Contractor will work Monday thru Friday for 32 actual working days. The costs associated with Construction Phase Services (Office) and Construction Phase Services (Field) are subject to revision based on the development of the design and the actual award timeline of the Project. This phase will include providing construction phase services for the construction of the Project including the following activities: a. Provide a Resident Project Representative (RPR) on site for 32 working days, Monday thru Friday, for 8 hours per day or for a not -to -exceed duration of 256 hours. The RPR will be responsible for the following reporting: i. Weekly Reports: Testing summaries, weather reports, DBE reports, labor and equipment reports, and weekly progress photos. The weekly reports will be submitted on a weekly basis to the OWNER and MoDOT. ii. Final Report: At the conclusion of the Project, the CONSULTANT shall submit a final test and quality control report documenting the results of tests performed. The reports shall include the pay reductions applied and justification of accepting any out -of -tolerance materials. iii. Wage Rate Interviews and DBE Compliance Reports: These reports will be conducted on a random basis as work progresses throughout the duration of the Project. b. Keep an ongoing record set of drawings based on the Contractor's onsite red lined drawings. C. Attend and conduct the preconstruction meeting and weekly construction progress meetings. d. Prepare a final punch list for the Project. CONSULTANT'S RPR will observe the progress and quality of the executed Work, and to determine, in general, if the Project is proceeding in reasonably close conformance with the Contract Documents. 3. Project Closeout Phase: This includes activities for verification of punch list completion, providing final project closeout documentation and creating a record set of conforming to construction records drawings. The specific elements of work include: Exhibit II -B -3 Airport: Jellcrson City Mcmorial .niiport (.IFF) MoDOT Project No.: 20-04013-1 a. Prepare and submit to the SPONSOR and MoDOT one (1) electronic set of Conforming to Construction Record drawings in .pdf format submitted electronically. The CONSULTANT will prepare the Conforming to Construction Record drawings which will be finalized after construction completion of the total project. These drawings will be developed from documentation created by the Contractor and CONSULTANT throughout the duration of the Project. CONSULTANT shall be entitled to rely on the documentation created and provided by the Contractor. b. Prepare and submit to the SPONSOR and MoDOT a Final Testing Report. C. ALP drawing update is excluded as the proposed maintenance work does not warrant an update. d. Final Construction Report: The CONSULTANT will prepare information for the final construction report work in accordance with the FAA Central Region, Airport Sponsor Guide, Section 1610, Development Project Closeout. SPECIAL SERVICES A. Construction Materials Testi 1. Perform materials testing (field and laboratory) as required by the COP. This item is subject to revision based on the development of the design and the actual award timeline of the Project. Exhibit 11-B -4 Airport: .leFlerson City Memorial Airport (.IEF) MoDOT Project No.: ?0-04013-1 EXHIBIT II -C CURRENT FAA ADVISORY CIRCULARS REQUIRED FOR USE IN AIP FUNDED PROJECTS Updated April 18, 2019 View the most current versions of these ACs and any associated changes at http://www.faa.gov/airports/resources/advisory circulars/ and https://www.faa.gov/regulations policies/advisory circulars/. NUMBER I TITLE 70/7460-1 L Obstruction Marking and Lighting Change 2 150/5000-9A [Announcement of Availability Report No. DOT/FAAIPP/92-5, Guidelines for he Sound Insulation of Residences Exposed to Aircraft Operations 150/5000-17 Critical Aircraft and Regular Use Determination 150/5020-1 Noise Control and Compatibility Planning for Airports 150/5070-6B Airport Master Plans Changes 1-2 [Airport Field Condition Assessments and Winter Operations Safety 150/5070-7 The Airport System Planning Process Change 1 150/5100-13B I Development of State Standards for Non Primary Airports 150/5100-17, Land Acquisition and Relocation Assistance for Airport Improvement Changes 1-7 Program Assisted Projects 150/5200-28F Notices to Airmen (NOTAMS) for Airport Operations 150/5200-30D [Airport Field Condition Assessments and Winter Operations Safety Change 1 150/5200-31C Airport Emergency Plan Changes 1-2 150/5210-5D Painting, Marking and Lighting of Vehicles Used on an Airport 150/5210-7D Aircraft Rescue and Fire Fighting Communications 150/5210-13C Airport Water Rescue Plans and Equipment 150/5210-14B Airport Rescue Fire Fighting Equipment, Tools and Clothing 150/5210-15A Airport Rescue and Firefighting Station Building Design 150/5210-18A [Systems for Interactive Training of Airport Personnel 150/5210-19A Driver's Enhanced Vision System (DEVs) Exhibit 11-C -1 Airport: Jefferson City Memorial Airport (IEF) MoDOT Project No.: '_0-04013-1 150/5220-10E Guide Specification for Aircraft Rescue and Fire Fighting (ARFF) Vehicles - [ 1150/5220-16E Change 1 [Automated Weather Observing Systems (AWOS) for Non -Federal — Applications 150/5220-17B Aircraft Rescue and Fire Fighting (ARFF) Training Facilities 150/5220-18A Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 15015220-20A Airport Show and Ice Control Equipment 150/5220-21 C Aircraft Boarding Equipment 150/5220-22B I Engineered Materials Arresting Systems (EMAS) for Aircraft Overruns 15015220-23 Frangible Connections 150/5220-24 -- 150/5220-25 Foreign Object Debris Detection Equipment ------------------------------------------------------------- Airport Avian Radar Systems 150/5220-26 i Changes 1-2 Airport Ground Vehicle Automatic Dependent Surveillance –Broadcast (ADS -B) Out Squitter Equipment 150/5300-13A Airport Design Change 1 150/5300-14C Design of Aircraft Deicing Facilities 150/5300-15A Use of Value Engineering for Engineering and Design of Airport Grant Projects I 150/5300-16A General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey 150/5300-17C Change 1 Standards for Using Remote Sensing Technologies in Airport Surveys 150/5300-18B General Guidance and Specifications for Submission of Aeronautical Changell Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards 105/5320-5D [Airport Drainage Design j 150/ 35 20-6F I Airport Pavement Design and Evaluation 150/5320-12C Changes1-8 [Measurement, Construction, and Maintenance of Skid Resistant Airport ment Surfaces j 15015320-15A _[_Management of Airport Industrial Waste 150/5320-17A Airfield Pavement Surface Evaluation and Rating Manuals 150/5235-413 [RunwaLength Requirements for Airport Design C I Exhibit II -C -2 Airport: Jefferson City Memorial Airport 0E' ) MoDOT Project No.: 20-0408- I 150/5335-5C Standardized Method of Reporting Airport Pavement Strength -PCN 150/5340-1 L [ Standards for Airport Markings [150/5i40-5iD Segmented Circle Airport Marker System 150/5340-18F [Standards for Airport Sign Systems 150/5340-26C Maintenance of Airport Visual Aid Facilities ,150/5340-30J ! Design and Installation Details for Airport Visual Aids 150/5345-3G Specification for L-821, Panels for the Control of Airport Lighting 150/5345-5B Circuit Selector Switch 15015345-7F Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-1 OH Specification for Constant Current Regulators and Regulator Monitors 150/5345-12F Specification for Airport and Heliport Beacons 15015345-13B Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 15015345-26D FAA Specification for L-823 Plug and Receptacle, Cable Connectors 150/5345-27E Specification for Wind Cone Assemblies 150/5345-28G Precision Approach Path Indicator (PAP[) Systems i 150/5345-39D Specification for L-853, Runway and Taxiway Retroreflective Markers 150/5345-42H Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories 150/5345-43JSper i cification for Obstruction Lighting Equipment 150/5345 -44K Specification for Runway and Taxiway Signs 150/5345-45C Low -Impact Resistant (LIR) Structures u 150/5345-46E f ----- ----- Specification for Runway and Taxiway Light Fixtures 150/5345-47C Specification for Series to Series Isolation Transformers for Airport Lighting Systems 150/5345-49D Specification L-854, Radio Control Equipment 150/5345-50B ( Specification for Portable Runway and Taxiway Lights 150/5345-51 B Specification for Discharge -Type Flasher Equipment 150/5345-52A Generic Visual Glideslope Indicators (GVGI) Exhibit II -C -3 Airport: .Ieflcrson City Memorial Airport (.IFF) MoDOT Project No.: 20-04013-1 150/5345-53D Airport Lighting Equipment Certification Program 150/5345-54B Specification for L-884, Power and Control Unit for Land and Hold Short Lighting Systems 150/5345-55A Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway 150/5370-2G Closure 150/5345-5613 Specification for L-890 Airport Lighting Control and Monitoring System 150/5370-11 B (ALCMS) [150/5360-12F Airport Signing & Graphics 15015360-13A Airport Terminal Planning 150/5360-14A Access to Airports by Individuals with Disabilities 150/5370-2G Operational Safety on Airports During Construction 150/5370-1 OH i Standard Specifications for Construction of Airports 150/5370-11 B Use of Nondestructive Testing in the Evaluation of Airport Pavements 150-5370-12B Quality Management for Federally Funded Airport Construction Projects 150/5370-13A Off -Peak Construction of Airport Pavements Using Hot -Mix Asphalt 150/5370-15B 150/5370-16 150/5370-17 Airside Applications for Artificial Turf Rapid Construction of Rigid (Portland Cement Concrete) Airfield Pavements Airside Use of Heated Pavement Systems 150/5390-2C Heliport Design 15015395-1 B I Seaplane Bases 150/5380-6C 150/5380-713 150/5380-9 MoDOT Guidelines and Procedures for Maintenance of Airport Pavements j Airport Pavement Management Program Guidelines and Procedures for Measuring Airfield Pavement Roughness MoDOT DBE Program- http://www.modot.org/ecr/index.htm Exhibit II -C -4 Airport: .Icffer on City Memorial Airport MoDOT Project No.: 20-04013-1 EXHIBIT III SERVICES PROVIDED BY THE SPONSOR The Sponsor, as a part of this Agreement, shall provide the following: 1. Assist the Consultant in arranging to enter upon public and private property as required for the Consultant to perform his services. 2. Obtain approvals and permits from all governmental entities having jurisdiction over the project and such approvals and consents from others as may be necessary for completion of the project. 3. Prompt written notice to the Consultant whenever the Sponsor observes or knows of any development that affects the scope or timing of the Consultant's services. 4. One (1) copy of existing plans, standard drawings, bid item numbers, reports or other data the Sponsor may have on file with regard to this project. 5. All payments to landowners or tenants associated with the acquisition of the required property rights prior to or concurrent with closing. 6. All staff, procedures and activities related to acquiring the property, including but not limited to appraisals, reviews, negotiations, relocation assistance and eminent domain. 7. Pay all publishing costs for advertisements of notices, public hearings, request for proposals and other similar items. The Sponsor shall pay for all permits and licenses that may be required by local, state or federal authorities, and shall secure the necessary land easements and/or rights-of-way required for the project. 8. Issue Notice to Airmen (NOTAM's) through the applicable FAA Flight Service Station. 9. Disadvantaged business enterprise (DBE) goals for the project based upon proposed bid items, quantities and opinions of construction costs. 10. Guidance for assembling bid package to meet Sponsor's bid letting requirements. 11. Designate contact person (see Section (23)(A)). 12. Pay costs for title searches. Exhibit III -1 Airport: Jefferson Cily Memorial Airport (.IEF) MoDOT Projccl No.: 20-04OB- I EXHIBIT IV DERIVATION OF CONSULTANT PROJECT COSTS EXHIBIT V ENGINEERING BASIC AND SPECIAL SERVICES -COST BREAKDOWN Exhibits TV and V - EXHIBIT IV -A SUMMARY DERIVATION OF CONSULTANT PROJECT COSTS SUMMARY OF COSTS Apron Maintenance Project Preliminary Design, Design, and Bidding & Award Phase Services Jefferson City Memorial Airport BASIC & SPECIAL SERVICES July 21, 2020 1 DIRECT SALARY COSTS TITLE HOURS Principal 4.00 Project Manager 70.00 Sr. Civil Eng. 75.00 Staff Civil Eng. 149.00 Sr. Technician 10.00 Staff Technician 151.00 Geotechnical Engineer 12.00 Clerical 3.00 Quality Reviewer 24.00 Resident Project Representative 0.00 Total Hours 498.00 Total Direct Salary Costs 2 LABOR & GENERAL ADMINISTRATIVE OVERHEAD a. Percentage of Direct Salary Cost: (Office Rate) b. Percentage of Direct Salary Cost: (Field Rate) 3 SUBTOTAL Summary of Items No.1 and No. 2 (a,b,c): 4 PROFIT/FIXED FEE: Percentage: 5 SUBTOTAL Summary of Items No. 1, No. 2 & No. 4: 6 OUT OF POCKET EXPENSES RATE HR No. of Units Units COST 61 Office Field Contract $ 71.00 $ 284.00 $ $ S 42.00 $ 2,940.00 $ $ $ 42.00 $ 3,150.00 $ $ $ 34.00 $ 5,066.00 S $ $ 34.50 5 345.00 $ $ S 32.00 $ 4,832.00 5 $ $ 65.00 5 780.00 5 $ $ 21.00 $ 63.00 $ $ $ 52.00 $ 1,248.00 $ $ $ 38.00 $ - $ 5 $ 18,708.00 $ $ 219.39% $ 41,043.48 219.39% $ $ 59,751.48 $ - $ 10.00% $ 5,975.15 $ $ $ 65, 726.63 $ . $ OFFICE No. of Units Units Cost/Unit Travel; Mileage 700.00 Miles $ 0.575 $ 402.50 Food: Per Diem 3.00 Per Day $ 55.00 $ 165.00 Lodging: Per Diem (incl. taxes) 0.00 Per Day S 96.00 $ - Rental Vehicle 0.00 Days $ 65.00 $ Airline 0.00 Hour $ 0.00 $ Printing, Shipping & Misc. $ 1,815.87 Subtotal $ 2,383.37 $ $ FIELD No. of Units Units Cost/Unit Travel: Mileage 0.00 Miles $ 0.575 $ $ Food: Per Diem 0.00 Per Day $ 55.00 $ $ Lodging: Per Diem (incl. taxes) 0.00 Per Day $ 96.00 S 5 Rental Vehicle 0.00 Days 5 65.00 $ $ Airline 0.00 Hour $ 0.00 S $ Printing, Shipping & Misc. $ $ - Subtotal $ $ $ Summary of Out of Pocket Expenses: $ 2,383.37 $ $ 7 SUBCONSULTANTS Archer -Elgin Survey $ $ $ 1,900.00 Terracon - Geotechnical $ $ $ 2,000.00 Subtotal $ $ $ 3,900.00 8 MAXIMUM TOTAL FEE Subtotal $ 68,110.00 $ $ 3,900.00 EXHIBIT IV -A SUMMARY EXHIBIT IV -B SUMMARY DERIVATION OF CONSULTANT PROJECT COSTS SUMMARY OF COSTS Apron Maintenance Project Construction Phase Services Jefferson City Memorial Airport BASIC & SPECIAL SERVICES July 21, 2020 1 DIRECT SALARY COSTS TITLE HOURS Principal 1.00 Project Manager 92.00 Sr. Civil Eng. 52.00 Staff Civil Eng. 50.00 Sr. Technician 4.00 Staff Technician 22.00 Geotechnical Engineer 8.00 Clerical 6.00 Quality Reviewer 0.00 Resident Project Representative 288.00 Total Hours 523.00 Total Direct Salary Costs 2 LABOR & GENERAL ADMINISTRATIVE OVERHEAD a. Percentage of Direct Salary Cost: (Office Rate) b. Percentage of Direct Salary Cost: (Field Rate) 3 SUBTOTAL Summary of items No. 1 and No. 2 (a,b c): 4 PROFIT/FIXED FEE: Percentage: S SUBTOTAL Summary of Items No. 1, No. 2 & No. 4: 6 OUT OF POCKET EXPENSES RATE HR No. of Units Units COST Travel; Mileage 1,400.00 Office Field Contract $ 71.00 $ 71.00 $ $ $ 42.00 $ 3,864.00 $ $ $ 42.00 $ 2,184.00 $ $ $ 34.00 $ 1,700.00 $ $ $ 34.50 $ 138.00 $ $ $ 32.00 $ 704.00 $ 5 $ 65.00 $ 520.00 $ $ $ 21.00 $ 126.00 S $ $ 52.00 $ - $ $ $ 38.00 $ - $ 10,944.00 $ OFFICE No. of Units Units Cost/Unit Travel; Mileage 1,400.00 Miles $ 0.575 Food: Per Diem 4.00 Per Day $ 55.00 Lodging: Per Diem (incl. taxes) 0.00 Per Day $ 96.00 Rental Vehicle 0.00 Days $ 65.00 Airline 0.00 Hour 5 0.00 Printing, Shipping & Misc. $ 1,815.00 $ Subtotal $ FIELD No. of Units Units Cost/Unit Travel: Mileage 3,410.00 Miles $ 0.575 Food: Per Diem 33.00 Per Day $ 55.00 Lodging: Per Diem (incl. taxes) 32.00 Per Day $ 96.00 Rental Vehicle 0.00 Days $ 65.00 Airline 0.00 Hour $ 0.00 Printing, Shipping & Misc. Subtotal Summary of Out of pocket Expenses: 7 SUBCONSULTANTS Terracon - Construction Materials Testing Subtotal 8 MAXIMUM TOTAL FEE Subtotal $ 9,307.00 $ 10,944.00 $ 219.39% $ 20,418.63 219.39% $ 24,010.04 $ 29,725.63 $ 34,954.04 $ . 10.00% $ 2,972.56 $ 3,495.40 $ EXHIBIT IV -B SUMMARY $ 32,698.19 $ 38,449.45 $ . $ 805.00 $ 220.00 5 - 5 - $ 1,270.73 $ 1,295.73 $ - $ $ 1,960.75 $ $ 1,815.00 $ $ 3,072.00 $ $ 238.88 $ $ - $ 7,086.63 $ $ 2,295.73 $ 7,086.63 $ $ - $ $ 7,000.00 $ - $ $ 7,000.00 $ 34,993.92 $ 45,536.08 $ 7,000.00 PRELIMINARY 1 DESIGN i }---- ---------------------- -� Total = i $ 18,300.00 1$ DESIGN r %2 EXHIBIT V-A SUMMARY DERIVATION OF CONSULTANT PROJECT COSTS SUMMARY OF COSTS Apron Maintenance Project Preliminary Design, Design, and Bidding & Award Phase Services Jefferson City Memorial Airport BASIC & SPECIAL SERVICES p Project 9 Eng. Sr. Stall i Geotechnical I Clerical Quality iResident Project j Other Costs Principal Manager I Sr. Civil En Staff Civil E I I Technician Engineer 1 Reviewer ? Representative 2.01 ................... ........ .._--------33=---i--------21.0 2.46E $ - $ 1:573.95 i $ 498.89 i $ 4,869.42 i $ 3,098.72 E $ ................ t t--- ---------------t--- 1.212.09E$14.952.56%$ 2.0 13.0 i i 54.0 E 498.89 ; $ 1.918.26 ? $ 7.968.14 $ 32.0 1 0.0 ; 14.01 ................... f................ 2.46E $ - $ 1:573.95 i $ t--------------- , 91.0; 10.0; 133.0? 0.12E$ 1.212.09E$14.952.56%$ BIDDING & Sum: (1, 2, 3, 12.0E 1.0E 4.0 E CONSTRUCTION 0.37E $ 73.78E $ 730.76 $_ $ 891,65 - t -- 3 AWARD PHASE _t - E Sum: (1, 2, 3, 0.0 1 24.01 0.0E 26.01 0.0 4.0 Total= E E $ 7,590.00 ' $ ' ' ' $ 3,541.40E $ ° $ 3,105.75 ° $ E Sum: (1, 2, 3, -t-----------------L •-OA ! --------------- r PART A SUBTOTAL 0.0 r--- $ E$ E$ - is 493.15 $ 68,110.00 --------------------------------------------------......................................... -..... SPECIAL SERVICES ------------•-----•--------------------------------------------------------------------------------------------•------------------•-----------------•-------------------•--- E E Archer -Elgin Survey 10.0 ; 0.0E I I I 0.0E 0.0E 0.0E I 0.01 ........................ -----+------------------------+ ------------------- +--- ------------- t------- ------F --------------- -+---- - ------------ +--• Total= %$ 1,900.00;$ -- - - • E$ - -• E$ - - E$ __. $ E$ ............. E$ Terracon - 2 Geotechnical0.0 i 0.0 i 0.0 0.0E 0.0E 0.04 1------------------_._.....4- -------------------- --------------------{------------------t------------------t-----------------f------------------ -- Total= 1 % $ 2,000.00 is E $ - is : $ : $ : $ ;$ -------------------y----------------------------------------_----- ---................... ......_............. .................. ............. --. PART B SUBTOTAL $ 3,900.00 ---------------------........................... ........--------------------- - ..................... •--• .........................i............... ------------------------------------------------------------------- PART A & PART B TOTAL (1) Mileage, Motel & Meals (3) Computer Services (5) Miscellaneous Items (2) Equipment, Materials & Supplies (4) Vendor Services EXHIBIT V-A SUMMARY 0.0 1 0.0 1 0.0 1 -----+------------------+------------------+ - E$ - E$ - E$ ------------------------ 0.0 i 0.0 .1 0.0 -----+-----------------+------------------ E Sum: (1, 2, 3, 0.0E 4,&5) $ 1,900.00 Sum: (1, 2, 3, 0.01 4,&5) $ 2,000.00 Sum: (1, 2, 3, 12.0E 1.0E 4.0 E 0.0 : 4, 8 5) 0.37E $ 73.78E $ 730.76 $_ $ 891,65 - t -- -- I _t - Sum: (1, 2, 3, 4,&5) 0.02.0E ------------- - 20.0; - 0.0 ......---«------............-- i -E $ 147.56 $ 3,653.82 1 $ i $ 998.57 E Sum: (1, 2, 3, E 4,&5) •-OA ! --------------- r 0.O- 0.0 r--- $ E$ E$ - is 493.15 0.0 1 0.0 1 0.0 1 -----+------------------+------------------+ - E$ - E$ - E$ ------------------------ 0.0 i 0.0 .1 0.0 -----+-----------------+------------------ E Sum: (1, 2, 3, 0.0E 4,&5) $ 1,900.00 Sum: (1, 2, 3, 0.01 4,&5) $ 2,000.00 CONSTRUCTION t PHASE SERVICES 4 (OFFICE) Total = 1 : $ 28,450.00 t $ --F --- -h -------------------------- CONSTRUCTION i PHASE SERVICES 5 ' (FIELD) EXHIBIT V -B SUMMARY DERIVATION OF CONSULTANT PROJECT COSTS SUMMARY OF COSTS Apron Maintenance Project Construction Phase Services Jefferson City Memorial Airport BASIC & SPECIAL SERVICES July 21, 2020 ----------------•----------------•----------------•------------- -----------------------------------------.....--------*----------------^-----------------------------------•------------------ i I Projectt Staff Geotechnical Quality ; Resident Project; Principal ; Sr. Civil Eng. ; Staff Civil Eng.: Sr. Technician: Clerical Other Costs Manager Technician Engineer Reviewer Representative - - - +- -- ...... -- ------------------------------------�----------------- 249.44 1 $ 147.56 $ 147.56 1 $ 119.45: $ 121.21 1 $ 112.43 1 $ 228.36 $ 73.78 1 $ 182.69 1 $ 133.51 1 t Sum: (1, 2, 3, 4, & 5) 1.0 ; 8B.0? 42.0 ! 34.0 ; 2.0 ; 6.0 ; 8.0 1 2.0 1 0.0 ; ------------------------------- 249.44 $ 12,985.12: $ 6,197.44 1 $ 4,061.36 $ 242.42 $ 674.55 $ 1,826.91 1 $ 147.56 $ $ $ 2,065.19 F----------------- ---- '----------------- &----------------- t ---------------- ---- ------------a - PART A SUBTOTAL $ 80,530.00 SPECIAL SERVICES Terracon - 3 i Construction Materials Testing 0.0 i 0.01 0.0 0.0 : 0.0 i Total= j $ 7,000.00 ; $ - ---- --- ------ - - -------------------------------- PART B SUBTOTAL $ 7000.00 -------------------------------------------- } - --- ------------ ------------------------------------------------------------ ------ -"---"-"----- -------------------------y------------------------------------------------------------------------------------------------- PART A & PART B TOTAL I $ 87,530.00 ------------------------------------------------------------------------------- (1) Mileage, Motel & Meals (3) Computer Services (5) Miscellaneous Items (2) Equipment, Materials & Supplies (4) Vendor Services EXHIBIT V -B SUMMARY 0.0 '-----F----------- ----F---------------- f ................ .i ------------------- 0.0 1 0.0" 0.0 ? 0.0 i 0.0 i 0.0 j 43 400.00 $ = - t $ ' $ ' $ - I----------------=--------------- t - $ $ t $ - - i - PROJECT > T--------- 0.0; 6 CLOSEOUT PHASE: L------------------------- `---------------------•----------- 0.0 ; 4.0 10.0 ; - - - 16.01 --------- -- 2.0 16.0 Total = ; $ 8,680.00 ; $ ; $ 590.23 $ 1,475.58 $ 1,911.23 ; $ 242.42 $ 1.798.80 i $ F----------------- ---- '----------------- &----------------- t ---------------- ---- ------------a - PART A SUBTOTAL $ 80,530.00 SPECIAL SERVICES Terracon - 3 i Construction Materials Testing 0.0 i 0.01 0.0 0.0 : 0.0 i Total= j $ 7,000.00 ; $ - ---- --- ------ - - -------------------------------- PART B SUBTOTAL $ 7000.00 -------------------------------------------- } - --- ------------ ------------------------------------------------------------ ------ -"---"-"----- -------------------------y------------------------------------------------------------------------------------------------- PART A & PART B TOTAL I $ 87,530.00 ------------------------------------------------------------------------------- (1) Mileage, Motel & Meals (3) Computer Services (5) Miscellaneous Items (2) Equipment, Materials & Supplies (4) Vendor Services EXHIBIT V -B SUMMARY 0.0 '-----F----------- ----F---------------- f ................ .i ------------------- Sum: (1, 2, 3, 4, & 5) 0.0; 0.0; 0.0; 272.0; _ $t }------------'--- t $ ----•--------r------------....4 - $ , 36,313.37 1 $ 7,086.63 ................... r Sum: (1, 2, 3, 0.0 : 4.0 ; 0.0 ; 16.0 ; 4, & 5) $ 295.12 $ $ 2.136.08 $ 230.54 Sum: (1, 2, 3, 4, & 5) 0.0 ; 0.0 ; 0.0 ; - - • $ ? $ 1 $ : $ 7.00a.00 EXHIBIT VI PERFORMANCE SCHEDULE The Consultant agrees to proceed with services immediately upon receipt of written Notice to Proceed (NTP) by the Sponsor and to employ such personnel as required to complete the scope of services in accordance with the following time schedule: BASIC SERVICES A. Preliminary Phase 1. Submittal of Preliminary Design Report 25 calendar days (assumes 14 calendar days after receipt of NTP for MoDOT review) B. Design Phase 1. Plans & Specifications a. Submittal of 100% Plans and Contract 20 calendar days Documents/Specifications for review after receipt of (assumes 21 calendar MoDOT, FAA & days for MoDOT review) Sponsor preliminary report comments b. Submittal of Final Design Report and Plans (10) calendar days and Contract Documents/Specifications after receipt of 100% for bidding review comments (MoDOT, FAA & Sponsor) C. Bidding Phase As Required CONSTRUCTION SERVICES 1. Construction Services SPECIAL SERVICES A. Topographical Survey B. Geotechnical C. Construction Materials Testing Exhibit V[ - 1 As Required 21 calendar days after receipt of NTP 21 calendar days after receipt of NTP As Required