HomeMy WebLinkAboutFAA GRANT AGREEMENT FOR RUNWAY REHABILITATION AND APRON DESIGN WORK AT DANIEL FIELD AIRPORT DoquSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
Revised July 17,2017
AGREEMENT
FOR
AIRPORT ENGINEERING DESIGN and/or PLANNING ASSISTANCE
BETWEEN
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
One Georgia Center
600 W.Peachtree St.,NW
Atlanta,Georgia
And
Unified Government of Augusta-Richmond County
Project Number:AP019-9029-56(245)Richmond County
PID—T006808
This Agreement, entered into by and between the DEPARTMENT OF
TRANSPORTATION,an agency of the State of Georgia,hereinafter called the"DEPARTMENT"
and the Unified Government of Augusta-Richmond County,hereinafter called the"SPONSOR".
WHEREAS,the SPONSOR desires to accomplish the required engineering design and/or
planning to meet the anticipated demand for aviation services for the Unified Government of
Augusta-Richmond County; and
WHEREAS,this type of engineering design and/or planning has a profound impact upon
the organized system of airports in the State of Georgia;and
WHEREAS,the Federal Aviation Administration(FAA)may desire to participate in such
engineering design and/or planning through the DEPARTMENT; and
WHEREAS, the DEPARTMENT desires to assist airports within the State through its
participation in such engineering design and/or planning; and
WHEREAS,under Section 32-2-3 of the Official Code of Georgia Annotated,it is the duty
of the DEPARTMENT to develop long range transportation plans; and
WHEREAS, under Section 32-9-7 of the Official Code of Georgia Annotated, the
DEPARTMENT is authorized to participate in such an undertaking; and
Page 1 of 10
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
WHEREAS,the SPONSOR has applied to the DEPARTMENT for financial assistance to
accomplish the required engineering design and/or planning to meet the anticipated demand for
aviation services for the Unified Government of Augusta-Richmond County.
NOW THEREFORE,for and in consideration of the mutual promises and covenants herein
contained and other good and valuable consideration as set out hereinafter, it is agreed by and
between the DEPARTMENT and the SPONSOR that:
ARTICLE I
SCOPE AND PROCEDURE
The SPONSOR shall perform or cause to be performed the scope of work as shown in
Exhibit A, hereinafter referred to as the "PROJECT", which is attached hereto and made a part
hereof the same as if fully set out herein,and for such work the DEPARTMENT shall compensate
the SPONSOR in the amount and fashion as required by the pertinent provisions set out below.
ARTICLE II
AUTHORIZATION AND APPROVAL
The SPONSOR shall perform the work as described in Article I Scope and Procedure,
commencing upon SPONSOR receipt of notice to proceed from the DEPARTMENT. Therefore,
the SPONSOR shall perform its responsibilities for the project until the maximum allowable cost
to the DEPARTMENT is reached or until January 31,2021,whichever comes first.
ARTICLE III
COVENANT AGAINST CONTINGENT FEES
The SPONSOR shall comply with all relevant federal,state,and local laws,as well as those
regulations and requirements included in the Federal Office of Management and Budget Uniform
Grant Guidance, 2 CFR Part 200. The SPONSOR warrants that it has not employed or retained
any company or person, other than a bona fide employee working solely for the SPONSOR, to
solicit or secure that contract, and that it has not paid or agreed to pay any company or person,
other than a bona fide employee working solely for the SPONSOR, any fee, commission,
percentage,brokerage fee,gifts,or any other consideration,contingent upon or resulting from the
award or making of this contract. For breach or violation of this warrant, the DEPARTMENT
shall have the right to rescind this contract without liability,or,in its discretion to deduct from the
contract price or consideration, or otherwise recover, the full amount of such fee, commission,
percentage,brokerage fee,gift,or contingent floc.
Page 2 of 10
DoouSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
ARTICLE IV
SUBCONTRACT AND EMPLOYMENT RESTRICTIONS
Before subcontracting for any of the work required to be performed by the SPONSOR
under this Agreement, the SPONSOR shall obtain the DEPARTMENT's written approval of the
proposed subcontract. The SPONSOR shall not employ any person or persons in the employ of
the DEPARTMENT for any work required to be performed by the SPONSOR under this
Agreement, without the written permission of the DEPARTMENT except as may otherwise be
provided for herein.
ARTICLE V
REVIEW OF WORK
The SPONSOR shall submit to the DEPARTMENT written monthly status reports which
detail the work elements of the PROJECT, as set out in Exhibit A,performed during the reporting
period. All reports, drawings, studies, specifications,estimates,maps and computations prepared
by or for the SPONSOR shall be made available to representatives of the DEPARTMENT for
inspection and review at all reasonable times in the office of the SPONSOR. The SPONSOR shall
furnish to the DEPARTMENT copies of all correspondence,publications, and reports relating to
the PROJECT as they are produced during the course of the PROJECT. The SPONSOR shall
notify the DEPARTMENT of all meetings and hearings involving the PROJECT and this
notification shall be sufficiently in advance of said meetings and hearings that representatives of
the DEPARTMENT may attend. The DEPARTMENT has the right to participate in all such
meetings and hearings.
ARTICLE VI
RESPONSIBILITY FOR CLAIMS AND LIABILITY
To the extent allowed by law,the SPONSOR shall be responsible for any and all damages
to property or persons and shall save harmless the DEPARTMENT, its' officers, agents, and
employees from all suits,claims,actions,or damages of any nature whatsoever resulting from the
negligence of the SPONSOR in the performance of the work under this Agreement.
These indemnities shall not be limited by reason of any insurance coverage held by the
SPONSOR.
To the extent allowed by law, the SPONSOR hereby indemnifies and hold harmless the
DEPARTMENT, its' officers, agents, and employees from and against any and all claims,
damages, losses and expenses arising out of the SPONSOR's negligent acts, errors or omissions
Page 3 of 10
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
in the performance of its' professional services under this Agreement and agrees any contract with
subcontractor or consultant will include such indemnification language.
ARTICLE VII
INSURANCE
Prior to beginning the work, the SPONSOR and any subcontractor or consultant shall
obtain and furnish certificates to the DEPARTMENT for the following minimum amounts of
insurance or proof of acceptable self-insurance.
1) Worker's Compensation Insurance in accordance with the laws of the
State of Georgia.
2) Public Liability Insurance in an amount no less than one hundred
thousand dollars($100,000)for injuries,including those resulting in death
to any one person, and in an amount not less than three hundred thousand
dollars($300,000)on an account of any one occurrence.
3) Property Damage Insurance in an amount not less than fifty.thousand
dollars($50,000)on an account of any one occurrence,with an aggregate
limit of one hundred thousand dollars($100,000).
4) Valuable Pavers Insurance in an amount sufficient to assure the restoration of any
plans, drawings, field notes, or other similar data relating to the work covered by
the PROJECT.
Insurance shall be maintained in full force and effect during the life of this Agreement.
ARTICLE VIII
COMPENSATION
The DEPARTMENT and the SPONSOR agree that the total allowable cost of the
PROJECT, as defined in Exhibit B, shall not exceed ONE HUNDRED THIRTY-EIGHT
THOUSAND NINE and 48/100 dollars($138,009.48).
The DEPARTMENT'S participation in the PROJECT shall be limited to ONE
HUNDRED TWENTY-NINE THOUSAND FIVE HUNDRED TWENTY-NINE and 20/100
dollars ($129,529.20) which includes state funds in the amount of FIVE THOUSAND THREE
HUNDRED TWENTY and 67/100 dollars ($5,320.67) and federal funds in the amount of ONE
HUNDRED TWENTY-FOUR THOUSAND TWO HUNDRED EIGHT and 53/100 dollars
($124,208.53) for the PROJECT as summarized in Exhibit B. However, if the sum total of the
actual cost of the PROJECT is less than the amounts indicated in Exhibit B,the DEPARTMENT
shall be obligated to pay its pro rata share of the actual Project cost as verified from the records of
Page 4 of 10
, DopuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
the SPONSOR. It is further understood the sponsor's local share of the project is in the amount of
EIGHT THOUSAND FOUR HUNDRED EIGHTY and 28/100 dollars($8,480.28).
ARTICLE IX
MONTHLY PAYMENT
Payments by the DEPARTMENT shall be made upon the submission of monthly itemized
voucher showing to the satisfaction of the DEPARTMENT the PROJECT cost incurred for the
work elements performed during the period covered by the accepted PROJECT.The payments by
the DEPARTMENT for the work completed, as evidenced by the itemized voucher, shall be on a
prorated basis. These monthly payments will be made in the amount of sums earned less all
previous partial payments. Any amounts held by the SPONSOR as retainage will not be paid by
the DEPARTMENT until such retainage is paid by the SPONSOR.
ARTICLE X
FINAL PAYMENT
It is further agreed that after completion of the work, the SPONSOR shall submit to the
DEPARTMENT a final invoice and a letter of acceptance by the SPONSOR specifying the
PROJECT has been completed satisfactorily and in accordance with the work defined in Exhibit
A. The DEPARTMENT, at its discretion, may conduct an audit of the PROJECT cost. Upon
approval of the invoice,the DEPARTMENT will pay to the SPONSOR a sum equal to the amount
of compensation as determined under Article VIII. Should the PROJECT be disapproved by the
DEPARTMENT, the DEPARTMENT will not be obligated to make final payment to the
SPONSOR. The DEPARTMENT's approval will be withheld only upon good and valid cause
being shown.
The SPONSOR agrees that acceptance of this final payment shall be in full and final
settlement of all claims arising against the DEPARTMENT for work done, materials furnished,
cost incurred, or otherwise arising out of this Agreement, and shall release the DEPARTMENT
from any and all claims of whatever nature, whether known or unknown, for and on account of
said Agreement, and for any and all work done, and labor and materials furnished in connection
with same.
ARTICLE XI
MAINTENANCE OF CONTRACT COST RECORDS
The SPONSOR shall maintain all books,documents,papers,accounting records,and other
evidence pertaining to costs incurred on the project and shall make such material available at all
reasonable times during this period of the contract, and for three years from the date of final
Page 5 of 10
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
payment under the contract, for inspection by the DEPARTMENT, and any reviewing agencies,
and copies thereof shall be furnished upon request.
The SPONSOR agrees that the provisions of the Article shall be included in any
contracts it may make with any subcontractor,assignee,or transferee.
ARTICLE XII
TERMINATION
The DEPARTMENT reserves the right to terminate this Agreement at any time for just
cause or for any cause upon 30 days written notice to the SPONSOR, not-withstanding any just
claims by the SPONSOR, for payment of services rendered prior to the date of termination.
It is understood by the parties hereto that should the DEPARTMENT terminate this
Agreement prior to the completion of an element of work the SPONSOR shall be reimbursed for
such work element based upon the percentage work completed for said work element.
ARTICLE XIII
PUBLICATION AND PUBLICITY
Articles,papers,bulletins,data,studies, statistics,interim or final reports,oral transmittals
or any other materials reporting the plans, progress, analyses, results, or findings of work
conducted under this Agreement shall not be presented publicly or published without prior written
approval by the DEPARTMENT.
IT IS FURTHER AGREED that all releases of information, findings, and
recommendations shall include a disclaimer provision and that all published reports shall include
that disclaimer on the cover and title page in the following form:
"The contents of this publication reflect the views of the author(s),who is(are)
responsible for the facts and accuracy of the data presented herein. The opinions,
findings,and conclusions in this publication are those of the author(s) and do not
necessarily reflect the official views or policies of those of the Department of
Transportation,State of Georgia or the Federal Aviation Administration. This
publication does not constitute a standard,specification or regulation."
IT IS FURTHER AGREED that any information concerning the PROJECT,its
conduct, results or data gathered or processed shall not be released other than as required under
the Georgia Open Records Act, Section 50-18-70, et seq., O.C.G.A. Any request for information
directed to the SPONSOR, pursuant to the Georgia Open Records Act, for documents that are
either received or maintained by the SPONSOR in the performance of a service or function for or
Page 6 of 10
. DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
on behalf of the DEPARTMENT shall be released pursuant to provisions of the Act. Further,the
SPONSOR agrees to consult with the DEPARTMENT prior to releasing the requested documents.
Should any such information be released by the SPONSOR other than as set out above and without
prior approval from the DEPARTMENT, the release of the same shall constitute grounds for
termination of the Agreement without indemnity to the SPONSOR.
ARTICLE XIV
SUBSTANTIAL CHANGES
If, prior to the satisfactory completion of the service under this contract, the
DEPARTMENT materially changes the scope, character, complexity or duration of the services
from those required under the basic contract,a supplemental agreement may be executed between
the parties. Minor changes in the proposal which do not involve increased compensation,
extension of time or changes in the goals and objectives of the parties may be made by written
notification of such change by either party with written approval by the other party.
ARTICLE XV
CONTRACT DISPUTES
This Agreement shall be deemed to have been executed in Fulton County, Georgia, and all
questions of interpretation and construction shall be governed by the Laws of the State of Georgia.
ARTICLE XVI
COMPLIANCE WITH APPLICABLE LAW
A. The undersigned certify that the provisions of the Official Code of Georgia Annotated,
Sections 45-10-20 through 45-10-28 relating to Conflict of Interest and State Employees and
Official Trading with the State have been complied with in full.
B. IT IS FURTHER AGREED that the SPONSOR shall comply and shall require its
subcontractors to comply with the regulations for compliance with TITLE VI of the CIVIL
RIGHTS ACT OF 1964, as amended, and 23 C.F.R. 200 as stated in Exhibit C of this
Agreement.
C. IT IS FURTHER CERTIFIED that the provisions of Section 50-24-1 through
50-24-6 of the Official Code of Georgia Annotated, relating to the "Drug-Free Workplace
Act"have been complied with in full,as stated in Exhibit D of this Agreement.
D. Pursuant to O.C.G.A. Sec. 50-5-85,CONTRACTOR hereby certifies that it is not currently
engaged in,and agrees that for the duration of this contract,it will not engage in a boycott of
Israel.
Page 7 of 10
DoouSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
E. IT IS FURTHER CERTIFIED that the provisions of Section 13-10-91 of the Official Code of
Georgia Annotated,related to the"Georgia Security and Immigration Compliance Act"have
been complied with in full,as stated in Exhibit I of this Agreement.
F. Exhibits D through I are attached hereto and incorporated herein by reference.
G. IT IS FURTHER AGREED that if federal funds are included in the PROJECT,the SPONSOR
shall comply and shall require its subcontractors to comply with the "TERMS AND
CONDITIONS OF ACCEPTING AIRPORT IMPROVEMENT PROGRAM
GRANTS", dated April 3, 2014. A copy of the compliance document is available from the
DEPARTMENT'S Aviation Programs office or the Atlanta Airports District Office of the
Federal Aviation Administration.
H. It is FURTHER AGREED that the SPONSOR shall comply and require its contractors,
subcontractors and consultants to comply with the requirements of Executive Order No.
13513,Federal Leadership on Reducing Text Messaging while driving,October 1,2009,and
DOT Order 3902.10,Text Messaging While Driving,December 30,2009.
The covenants herein contained shall, except as otherwise provided, accrue to the benefit
of and be binding upon the successors and assigns of the parties hereto.
Page 8 of 10
, DoquSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
IN WITNESS THEREOF said parties have hereunto set their hands and affixed their seals the
day and year above first written.
DEPARTMENT OF TRANSPORTATION BY: UNIFIED GOVERNMENT OF AUGUSTA-
RICHMOND COUNTY:
EDowSigned b
rUSStlio K AGf�_ DATE:
r�flE00s►�FA...
Commissioner ; y:
ar , F+wus,
l s3Luco,«oacs...
by: MAYOR
ATTEST.
(SEAL) PRINTED NAME
THIS CONTRACT APPROVED BY:
UNIFIED GOVERNMENT OF AUGUSTA-
RICHMOND COUNTY
AT A MEETING HELD AT:
DATE:
Deccolfisied
... �6d,e�dDfU.,rA...
CLERK (SEAL)
FEDERAL ID/IRS#
APPROVED AS TO FORM
P77;w:
Page 9 at 10
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
STATE OF GEORGIA
(political Subdivision)
BE IT RESOLVED by and it is
hereby resolved,that an agreement,relative to airport engineering for
with the Department of Transportation, State of Georgia and that
NINO
the Honorable , as
is hereby authorized and directed to execute the same for and on behalf of the
(Political Subdivision)
1010 a
Passed and adopted,this day of ,20 .
ATTEST
o.�. ..., fkorkt, Vaiis
Clerk oolitical Subdivision) Contracting Official&Title
STATE OF GEORGIA
a '^ (Political Subdivision)
do hereby certify that I am custodian of the books and records of '#
illeallet
, and that the above and foregoing is a true and correct copy of the original
resolution now on file in my office and same was passed and adopted by the
on the date indicated above.
WOW =1
Witness by hand and official signature this day of ,20
clic of(Political Subdivision)
Page 10 of 10
, DopuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
Daniel Field Airport(DNL)
Georgia
Augusta, �
EXHIBIT A
SCOPE OF WORK
ENGINEERING DESIGN SERVICES FOR
RUNWAY 5/23, PARALLEL TAXIWAY AND APRON REHABILITATION
GDOT Project Number AP019-1028.56(245) Richmond County
PID-TO06808
The City of Augusta will provide engineering design services for the following construction
project at the Daniel Field Airport:
1. Runway pavement rehabilitation for the primary runway, Runway 5/23, parallel
taxiway, and apron pavements east of Runway 5/23. This project will generally
Include milling existing pavement on the runway, crack sealing of the paved
shoulder and milled runway surface to alleviate crack propagation, and
overlaying a new asphalt wearing surface on the runway. The project will also
include crack sealing and rejuvenation application for the taxiway parallel to
Runway 5/23 and all aircraft movement and parking aprons east of the taxiway.
This project will also include the subsequent remarking of all affected airfield
pavements, including tie-down remarking, in compliance with FAA AC
150/5340-1 L, Standards for Airport Markings.
The Engineering Design Services will consist of the preparation of construction drawings
and specifications necessary to complete the project,as well as the necessary documents
to advertise for bids, receive construction proposals, and award construction contract.
The design services will include the following elements of work:
• Element 1 — Project Formulation will include the preparation of work scope, fees,
predesign/scoping meeting with GDOT, preliminary project evaluation, and funding
assistance documentation including categorical exclusion and applications.
• Element 2—Topographic Survey Work will be completed for the project area, with
full topographic survey completed for the runway milling and overlay, and site
assessment and crack inventory for the taxiway and apron pavements.
• Element 3—Geotechnical Investigation will include the review of the site within the
project area,analysis of runway core data previously acquired by GDOT,and proposal
of rehabilitation methods.
• Element 4—Construction Plans will consist of:
1. Cover Sheet listing the name of the airport, description of the project, vicinity
and location maps, project number, and index of drawings. (Full scope)
2. Legend, Abbreviations and Quantities with item number, specification numbers,
description of work item, unit and quantity. (Full scope)
3. Construction Safety and Phasing Plan Layout and General Notes(Ful scope)
EXHIBIT A
Rwy 5/23,Parallel Twy and/Apron Rehabilitation
Page lof3
• DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
4. Construction Sequence Plan(for Multiple Phases of Airfield Pavement Work)
5. Existing Conditions(Runway)
6. Project Layout Plan and Staking Plan (Runway)
7. DemoBion Plan, Demolition Notes(Runway)
8. Existing Site Plane for Crack inventory and Mapping(Taxiway and Apron)
9. Crack Seal Plan and Details(Full scope)
10.Erosion and Sediment Control Details Plan, Notes and Details(Runway)
11.Marking Layout Plans(Ful scope)
12.Marking Details(Full scope)
13.Tie-down Plans(Apron)
14.Grading and Paving Plan(Runway)
15.Pavement Typical Sections(Runway)
• Element 5—Contract Document(s)including the advertisement for bids, instructions
to bidders,bid documents,contract documents,bid bond,performance borsi,payment
bond, amid Federal Aviation Administration (FM) and/or Georgia Department of
Transportation (GDOT) specifications to include GDOT Special Provisions to
published specifications. This element shall include preparation of an engineering
cost estimate for the project, and three separate submittals of 7460 and Construction
Safety Phasing Plans to FAA for preliminary airspace review — one each for the
Runway work, Taxiway work and Apron work. •
• Element 6 — Engineers/Design Report will include a detailed description of the
project construction, design calculations, and discussion of rationale for design
decisions. This element will include a preliminary(30%)submission to GDOT.
• Element 7 — DBE Plan for FY19-20 will be updated to include planned projects not
induded In prior DBE plans. The DBE plan will be completed in accordance with 49
CFR Part 28, Participation by Disadvantaged Business Enterprise in DOT Programs.
This will be submitted to GDOT in electronic PDF format only.
• Element 8 — Coordination, Review and Comments will submit plans and
specifications to the Sponsor and GDOT and address comments mnents as follows:
1. Kickoff meeting with the Sponsor and GDOT to view the site conditions, review
scope of work, schedule, and proposed layout options.
2. 95%review meeting with the Sponsor and GDOT to finalize plans and determine
construction schedtde.
3. Provide one hard copy set of plans and specifications to the Sponsor for initial
review.
4. Provide one electronic set of plans and specifications to GDOT for initial review.
5. Respond to Sponsor and GDOT comments and resubmit, electronically.
8. Upon Sponsor and GDOT concurrence, Print and Deliver one (1) set of final
plans and contract documents to the Sponsor and full electronic submission of
plane, specifications and other construction documents to the Sponsor and
GDOT for coordination
a. Provide one(1)electronic copy of the final documents in AutoCAD format
to the Sponsor and GDOT
b. Provide one (1) electronic copy of the final documents in PDF format to
the Sponsor and GDOT
EXHIBIT A
Rwy 5/23,Parallel Twy and Apron Rehabilitation
Page 2 0(3
, DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
• Element 9—Bidding and Preconstructlon Services will include the following:
1. Coordinate advertisement for bidders
2. Administration of bid documents and responses to bidder questions and requests
for information
3. Preparation of addenda
4. Attendance at both pre-bid meeting and bid opening
5. Review of submitted bids, preparing bid tabulations, and providing a certified bid
tab and engineer's recommendation of award.
Element 10 — Construction Administration will not be included in this current scope.
Construction administration services will be completed with the construction phase project
and are not included in this scope of work. Construction contract from GDOT will not be
initiated until receipt of all approved deliverables
This project will be designed in accordance with the provisions of the Federal Aviation
Administration (FAA) Advisory Circular 150/5300-13A. All construction details and
specification will conform to FAA 150/5370-1OG, Standards for Specifying Construction
of Airports, and associated guidance.
EXHIBIT A
Rey 5/23,Parallel Tay and Apron Rehabilitation
Page 3 of 3
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
1 0
tl
g M
m
N -+ Om0 -4 CM CA +. W N — li O
m
i.. to
Z'
sx — gymOv88Gn1
7�
lit 3 ! J. Zpr� ZZ j ;3 mi
c x22000 �d dorm
. .1 $ a z � n $ z1txc C4
1 I IA tI W5E120 A
-1073c8 yZm m a � m
0T - * c� m r
3 � �: 0z_ia , N z � a
-i0 rnJ
� _1
�-I ROO
0Zo z
Z Z Cl)
Y � � (�T1 O i _
rn � �
: 0
z z < Ck
o v
IgA 0 il 3 r m
r Q m X ib m
� '
-I E a ' m
03 0
ff) ^1 z C) il 14
la TIX.OtP”S .547
V V i" ° I
itttgY Jft; gg8rnmg `!I
- - v
II '
11 ; ! !I !I 1R _ m
g
s
N
�ripm -.vwx40,4100344 , gcroM NmY N �CCD VWV V $4A2e ril YZ
W B O t O k g a g T t t N ps pt Fa t § 25 g 74 CD 74 8 CD " 0) Frn
O O O CA CA CA CA CA CA Cit CA cn
4106
gVinrili
�W Z � NppO � $"3 C1DNN fv? 4
I
-v
. DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
EXHIBIT C
NOTICE TO CONTRACTORS
COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1%4
During the performance of this Agreement,nt, the Contractor, for itself; its radg ees and
SUMISSOrs in interest(hereinafter retrad to as the"Contractor"),agrees as follows:
(1) CompMance with Re uladon : The Contractor will comply with the Regulations
of the Department of Transportation relative to nondiscrimination in Federally assisted
programs of the Department of Transportation Mlle 49, Code of Federal Regulations, Part
21, hereinafter referred to as the Regulation; [also 49 CFR Part 27]), which are herein
incorporated by reference and made a part of this contract.
(2) Nondiscrimin : The Contractor,with regard to the weak performed by
it after award and prior to completion of the contract work, will not discriminate on the
grounds of race,color,rational origin,or seal in the selection and retention of subcontractors
including pent of materials and leases of equipment. The Contractor will at
participate either tiredly or indirectly in the discrimination prohibited by Section 21.5 of the
Regulations,including employment practices when the contract covers a program,set forth in
Appendix B of the Regulations. In addition,the Contractor will not participede either directly
or indirectly in the discrimination prohibited by 23 CFR 200.
(3) Solicitations for Subcontracts,Includinn Procurement of Materials sad
Eauhame n In all solicitations, either by competitive bidding or negotiations made by the
Contractor for work to be performed under a subcontract,including procurement of materials
or equipment, each potential subcontractor or supplier shall be notified by the Contractor of
the Contractor's obligations nyder this contract and the Regulates relative to
nondiscrimination on the grounds of race,color,national origin or sex.
(4) Information and Reports: The Contractor will provide all information and
reports required by the Regulat ons, or orders and ins ructions 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 State Department of Transportation or the Federal
Highway Administration to be pertinent to ascertain co lance with such Regulations,
orders and instructions. What any info/mafiosi required of a Contractor is in the exclusive
possession of another who fails or refuses to finish this information,the Contractor shall so
certify to the State Department of Transportatice,or the Federal Highway Administration a
appropriate,and shall set forth what efforts it has made to obtain this kformation.
(5) for Naas : In the event of the Contractor's
ramcompliamce with the nondiscrimination provisions of this contract,the State
of Transportation shallimpose such contract sanctions as it or the Federal Department
Arkninistration may detennke to be appropriate,including.int not limited to:
EXHIBIT C-1
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
(a) withholding of payments to the Contractor under the contract until the
Contractor complies,and/or
(b)cancellation,termination or suspension of this contract,in whole or in part.
(6) Incoruoratkn of Provisions: The Contractor will include the provisions of
hs(1)through(6)in
everysubcontract,including procurement of materials and leases
of equipment,unless exempt by the Regulations,order,or instructions issued pursuant thereto.
The Contractor will take such action with respect to any subcontract or procurement as the
State Department of Transportation or the Federal Highway Administration may direct as a
means of enforcing such provisions including sanctions for noncompliance. Provided,
however,that in the event a Contractor becomes involved in,or is threatened with,litigation
with a subcontractor or supplier as a result of such direction, the Contractor may request the
State to enter into such litigation to protect the interests of the State, and, in addition, the
Contractor may request the United States to enter into such litigation to protect the interests
of the United States.
EXH1B C-2
• DacuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
EXHIBIT D
CERTIFICATION OF SPONSOR
DRUG-FREE WORKPLACE
1 -3,-•1 'fy that I am the duly authorized representative of
whose address is
and it is also certified that:
(1) The provisions of Section 50-24-1 through 50-24-6 of the Official Code of Georgia
Annotated, relating to the "Drug-Free Workplace Act" have been complied with in
full;and
(2) A drug-free workplace will be provided for the consultant's employees during the
performance of the contract; and
(3) Each subcontractor hired by the Consultant shall be required to ensure that the
subcontractor's employees are provided a drug-free workplace. The Consultant shall
secure from that subcontractor the following written certification: "As part of the
subcontracting agreement with the Consultant,certifies to the Consultant that a drug-
free workplace will be provided for the subcontractor's employees during the
performance of this contract pursuant to paragraph(7)of subsection(b)of the Official
Code of Georgia Annotated Section 50-24-3";and
(4) It is certified that the undersigned will not engage in unlawful manufacture, sale,
distribution, dispensation,possession, or use of a controlled substance or marijuana
during the performance of the contract.
lbu^ NAis,
Date Signature
EXF3.IHTT D
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
EXHIBIT E
CERTIFICATION OF SPONSOR
ININS
I hereby certify that I am the and duly authorized representative of
the firm of whose address is
. I hereby certify to the best of my
knowledge and belief that:
1. No Federal appropriated funds have been paid or will be paid,by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress,an officer or employee of
Congress,or any employee of a Member of Congress in connection with the awarding
of any Federal contract,the making of any Federal grant,the making of any Federal
loan,the entering into of any cooperative agreement,and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan or
cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any
Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal contract, grant,
loan, or cooperative agreement,the undersigned shall complete and submit Standard
Form-LLL,'Disclosure Form to Report Lobbying',in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by Section 1352,Title 31,U.S.Code. Any person who fails to
file the required certification shall be subject to a civil penalty of not less than $10,000.00 and not
more than$100,000.00 for each such failure.
The prospective participant also agrees by submitting its bid the it shall require that the language of
this certification will be included in all lower tier subcontracts which exceed$10,000.00 and that all
such sub-recipients shall certify and disclose accordingly.
I also certify that neither I nor the above firm I here represent has:
(a) employed or retained for a commission, percentage, brokerage contingent fee, or
other consideration, any firm or person (other than a bona fide employee working
solely for me or the above consultant)to solicit or secure this agreement.
(b) agreed, as an express or implied condition for obtaining this contract, to employ or
retain the services of any fine or person in connection with carrying out the
Agreement,or
EXHIBIT E-1
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
(c) paid or agreed to pay, to any firm, organization or person (other than a bona fide
employee working solely for me or the above consultant) any fee, contribution,
donation,or consideration of any kind for,or in connection with,procuring or canying
out the agreement;
except as here expressly stated(if any):
I acknowledge that this certificate is to be furnished to the Department of Transportation and the
Federal Aviation Administration, U.S. Department of Transportation, in connection with this
Agreement involving participation of Federal-aid aviation funds, and is subject to applicable State
and Federal laws,both criminal and civil.
_ Ea��
t wi►"i(it. iso fir.
Date IMEE'®" 'Signature
EXHIBIT E-2
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
EXHIBIT F
CERTIFICATION OF DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
I hereby certify that I am the Commissioner of the Department of Transportation of the State of
Georgia, and that the above airport sponsor, consulting fine, or its representative has not been
required, directly or indirectly as an express or implied condition in connection with obtaining or
carrying out this Agreement to:
(a) employ or retain,or agree to employ or retain,any firm or person,or
(b) pay, or agree to pay, to any firm, person, or organization, any fee, contribution,
donation,or consideration of any kind; except as here expressly stated, (if any):
I acknowledge that this certificate is to be furnished to the Federal Aviation Administration, U.S.
Department of Transportation,in connection with this Agreement involving participation of Federal-
aid Aviation Funds,and is subject to applicable State and Federal Laws,both criminal and civil.
Eby:
Ussta
Date '°"®"uuy°""�w._.
Commissioner,Georgia Department of Transportation
EXHIBIT
DacuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
EXHIBIT G
PRIMARY CONTRACTOR
CERTIFICATION REGARDING DISBARNINT, 8IIIPENSION,
AND
OTHER RESPONSIBILITY NATTERS
I hereby certify that I am the and duly
-_ - ve of , whose address is
" ` , and I certify that I have read and
understand the attached instructions and that to the best of my knowledge and
belief the firm and its representatives:
(a) Are not presently debarred, suspended, proposed for debarment,
declared ineligible or voluntarily excluded from covered
transactions by the Georgia Department of Transportation and by any
Federal department or agency;
(b) Have not within a three year period preceding this Agreement been
convicted of or had a civil judgement rendered against the firm or
its representatives for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain or performing a
public (Federal, State, or Local) transaction or contract under a
public transaction in violation of Federal or State antitrust
statutes or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or
receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly
charged by a governmental entity (Federal, State or Local) with
commission of any of the offense enumerated in paragraph (b) of this
certification;
(d) Have not within a three year period preceding this Agreement had one
or more public transaction (Federal, State or Local) terminated for
cause or default; and
(e) That the firm will include the clause titled "Certification Regarding
Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower
Tier Covered Transaction" as attached hereto and without
modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
I acknowledge that this certification is provided pursuant to Executive
Order 12549 and 49 CFR Part 29 and that this firm agrees to abide by the rules
and conditions set forth therein for any misrepresentation that would render this
certification erroneous, including termination of this Agreement and other
remedies available to the Georgia Department of Transportation and Federal
Government.
I further acknowledge that this certificate is to be furnished to the
Georgia Department of Transportation, in connection with this Agreement involving
participation of Federal-Aid Aviation Funds, and is subject to applicable State
and Federal laws, both criminal and civil.
Date Signature
erA
(SEAL)
tri A..
�••1 LOGI BIr G-1
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
Instructions for Appendix G Certification
Certification Regarding Wit, Suspension, and Other Responsibility Matters - Primary Covered
Transactions(Constants)
1. By signing and submitting this contract the Consultant is provkling the certification set oat
is Appendix C.
2. The inability of the Consu haat to provide the certification required may not necessarily result
in denial of pruticipationin this covered transaction. The Conaukant shall then submit an exithaution of why
it cannot provide the certification. The certification or explanation will be considered in connection with the
Department's determination whether to enter into this transaction. However, failure of the Consultant to
furnish a certification or an explanation shall disqualify such person or firm from participation in this
transaction.
3. The certification, Appendix C, is a material representation of fact upon which reliance is
placed by the Department before entering into this transaction. If it is later determined that the Consultant
knowingly rendered an erroneous certificrtion, in addition to other remedies available to the Federal
Government,the Department may terminate this transaction for cause of defauk.
4. The Consultant shall provide immediate written notice to the Department if at any time the
Consultant learns that it certification was erroneous when submitted or has become erroneous by mason of
changed circumstances.
5. The terms"covered transaction","debarred","suspended",
"ale", "lower tier covered transaction", "participant", "parson", "primary covered transaction",
"principal", "proposal",and"voltuntarily excluded", as used in these instructions and the certification,have
the meanings set out in the Definitions and Coverage sections of the rules inntbamenting Executive Order
12549. You may contact the Department for assistance in obtaining a copy of those regulation.
6. The Consultant agrees by submitting this proposal/contract that should the proposed covered
transaction be entered into,it shall not kaowingly eater into a lower tier covered transaction with a person/firm
who is debarred, suspended,declared ineligible, or voluntarily excluded from participation in this covered
transaction unless authorized by the Department.
7. The Consultant father agrees by submitting this proposal/contract that it will include the
clause titled"Certification Regarding Det,Suspension,Ineligibility and Voluntary Exclusion-Lower
Tier Covered Transaction", as provided by the Department without modification, in all lower tier cod
transactions and in all solicitations far lower tier covered transactions.
8. A Consultant in a covered transaction may rely upon a certification of a prospective
participant in lower tier covered transaction that it is not debarred, suspended, ineligible or voluntarily
excluded from the covered transaction;unless it knows that the certification is erroneous. The Consultant
may decide the method and frequency by which it determines the eligibility of its principals.
9. 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 these instructions. The knowledge and
nformation of Consultant is not required to exceed that which is normally possessed by a prudent person in
the onfituary course of business dealings.
10. Except for transactions authorized under paragraph 6 of these instructions,if the Consultant
in a covered transaction knowingly emus into a lower tier covered transaction with a person who is
debarred,iadigible+,or voluntarily excluded from psitieipation in this transaction in addition to other remedies
available to the Federal meet, the Georgia Department of Transportation may tie this
transaction for arae or do6mk.
MIMI"G-2
,
= DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
EXHIBIT H
CERTIFICATION OF
COMPLIANCE WITH STATE AUDIT REQUIREMENT
I here. that I am the , authorised repcaanteNve of whose address is
,and it is also certified that:
The provisions of Section 36-81-7 of the Official Code of Georgia Annotated, relating to the
"Requirement of Audits"have been complied with in full such that:
(a) Each unit of local government having a population in excess of 1,500 persons or expenditures
of$175,000.00 or more shall provide for and cause to be made an annual audit of the financial
affairs and transactions of all funds and activities of the local government for each fiscal year
of the local government.
(b) The governing authority of each local unit of government not included above shall provide for
and cause to be made the audit required not less often than once every two fiscal years.
(c) The governing authority of each local unit of government having expenditures of less than
$175,000.00 in that government's most recently ended fiscal year may elect to provide for and
cause to be made,in lieu of the biennial audit,an annual report of agreed upon procedures for
that fiscal year.
(d) A copy of the report and any comments made by the state auditor shall be maintained as a public
record for public inspection during the regular working hours at the principal office of the local
government. Those units of local government not having a principal office shall provide a
notification to the public as to the location of and times during which the public may inspect
the report.
EIlweellipsed
tada, y.
Date
Signature
EXHIBIT H
DocuSign Envelope ID:BOD6FD6A-B30E-46F6-823F-06F046CE3363
Georgia Department of Transportation
GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT
Contractor's Name: Unified Government of Augusta-Richmond County
Solicitation/Contract No./Call No. T006808/AP019-9029-56(245)Richmond
or Project Description: Design Runway 5/23 Rehabilitation and Airfield Crack Seal and
Rejuvenation,DBE Plan FY19-21 at the Daniel Field Airport in Augusta,
GA
CONTRACTOR AFFIDAVIT
By executing this affidavit,the undersigned contractor verifies its compliance with O.C.G.A.§ 13-10.91,stating
affirmatively that the individual,entity or corporation which is engaged in the physical performance of services on behalf of the
Georgia Department of Transportation has registered with,is authorized to use and uses the federal work authorization program
commonly known as E-Verify,or any subsequent replacement program,in accordance with the applicable provisions and
deadlines established in O.C.G.A. §13-10-91.
Furthermore,the undersigned contractor will continue to use the federal work authorization program throughout the
contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such
contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A.§ 13-10-
91(b). Contractor hereby attests that its federal work authorization user identification number and date of
authorization are as follows:
46923 7/09/2007
Federal Work Authorization Userldentification Number Date of Authorization
(EEV/E-Verify Company Identification Number)
Unified Government of
Augusta-Richmond County
Name of Contractor
I hereby declare under penalty of perjury that the
foregoing is true and correct
-}Aafate IDaNit , Sir. Mn;rr—
Printcd Name(of Authorized Officer or Agent of Contractor) Title(of Authorized Officer or Agent ofContractor)
t ----) 12../?l l/
Si ature(of uthorized Officer or Agent) Date Signed
AND SWORN BEFORE ME ON THIS THE
DATE: 1 9"--\ 2i \ i �.•••s�,�AR„'''•,,
..
_.:,
1U, .: tpl.;.;\1o:
Notary Public [NOTA Y SEAL] _ ,I ,
_ I” \I m
My Commission Expires: `2� \iq pV� ,4
, � , `•
swe' IIlfiwon .ch G
�w Mr/264 2'A1f� ,rrhra!iii�ii�••••
EXHIBIT I
Rev. 11/01/15