ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA

Similar documents
Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

ACQUIRE AIRCRAFT RESCUE AND FIREFIGHTING TYPE III RAPID INTERVENTION VEHICLE

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SPACE RENTAL AGREEMENT TAMPA INTERNATIONAL AIRPORT BRITISH AIRWAYS PLC.

Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS

Title VI/Nondiscrimination Technical Assistance Guide for Subrecipients

Title VI/ Nondiscrimination TECHNICAL ASSISTANCE GUIDE FOR SUBRECIPIENTS

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

STANDARD PURCHASE ORDER TERMS AND CONDITIONS

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

DIVISION III FEDERAL CONTRACT PROVISIONS Solicitation RFQ Authority Project No. 927 DRAFT

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

CONTRACT FOR PROFESSIONAL ENGINEERING SERVICE. Gerald R. Ford International Airport. Grand Rapids, MI 49512

DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT FOR HUMBOLDT COUNTY

Barkley Regional Airport Authority, P.O. Box 1131, Paducah, KY Request for Qualifications. March 13, 2019

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts

REQUEST FOR Proposals CONSULTING SERVICES FOR TERMINAL AREA CONCEPT PLAN

ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

REQUEST FOR QUALIFICATIONS

CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM FOR

CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

ENGINEERING SERVICES CONTRACT

Disadvantaged Business Enterprise Program

Request for Qualifications (RFQ) Air Cargo Facility Phase I

Federal Certification Forms

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

Federal Transit Administration (FTA) Federal Aviation Administration (FAA)

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES

SUBPART A GENERAL REQUIREMENTS

INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)

AGENDA SHAWNEE AIRPORT AUTHORITY October 6, 2014 AT 6:30 P.M. COMMISSION CHAMBERS AT CITY HALL SHAWNEE, OKLAHOMA

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

MASS TRANSPORTATION AUTHORITY FLINT, MI DISADVANTAGE BUSINESS ENTERPRISE PROGRAM (DBE) GOAL SETTING FOR FY

Transit System TheBus

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

SAMPLE AGREEMENT FOR PROFESSIONAL ON-CALL SERVICES

Request for Quotation For Lawn Care Treatment

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

APPENDIX C COOPERATION AGREEMENTS, REHABILITATION OF FEDERAL AND NON-FEDERAL FLOOD CONTROL WORKS

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

OFFICE OF STATE AID ROAD CONSTRUCTION MISSISSIPPI DEPARTMENT OF TRANSPORTATION

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

Texas Rising Star Assessor Services RFQ. Cover Sheet

CITY UTILITIES OF SPRINGFIELD, MISSOURI DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

This form will be made a part of any resultant purchase order or subcontract SECTION I

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

STATEMENT OF BIDDER'S QUALIFICATIONS

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)

CITY COUNCIL AGENDA REPORT. Honorable Mayor and City Council Members. Professional Service Agreement with SEH.

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

ADVANTAGE PROGRAM WAIVER SERVICES PROVIDER

Request for Proposals #2018-4

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

Professional Information and Qualifications

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>>

The Central County Transportation Authority DBE PROGRAM AND POLICY STATEMENT

Federal Transit Administration Contract Clauses

Professional and Technical Services Contract State of Minnesota

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS

(PROGRAM NAME) SYNTHESIS STUDY SUBAWARD INFORMATION

REQUEST FOR PROPOSAL (RFP) Marketing & Public Relations Services for Concord Kannapolis Area Transit RFP #070717

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT

BELMONT HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY

2014 NEW JERSEY SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM EMPLOYMENT AND TRAINING PROVIDER (NJ SNAP ETP) PROJECT

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES

DEPARTMENT OF VERMONT HEALTH ACCESS GENERAL PROVIDER AGREEMENT

(Program Name) SYNTHESIS STUDY UNIT NUMBER: 913 PURCHASE ORDER NO. : PRINCIPAL INVESTIGATOR: ( ) PROJECT ADMINISTRATOR: ( )

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

DISADVANTAGED BUSINESS ENTERPRISE

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB:

REPRESENTATIONS AND CERTIFICATIONS

Transcription:

ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA OCTOBER 20, 2014 1

This is the First Addendum ( Addendum No. 1 ) to the Request for Proposals for Community Programs Legal Services dated October 10, 2014 ( RFP ). Capitalized terms have the same meaning assigned to them in the RFQ. 1. Disadvantaged Business Enterprise Program. This RFP is subject to the requirements of 49 CFR Part 26 Participation by DBE in Department of Transportation Financial Assistance Programs and the City s DBE Program. A complete copy of the City s DBE program can be found at www.cltairport.com. A DBE Goal of Zero (0%) has been set for this Project. Instructions regarding compliance with the DBE Program and form copies of DBE Form #3 Utilization Commitment, DBE Form #4 Letter of Intent and DBE Form #6 Payment Affidavit are attached hereto as Exhibit A, attached hereto and incorporated into the RFP by reference. 2. Federal Requirements. The legal services described in the RFP will be funded in whole or in part by grant funds awarded under the Federal Aviation Administration s Airport Improvement Program ( AIP ). Federal law and regulations require that the contract provisions set forth in Exhibit B, attached hereto and incorporated into the RFP by reference, be included in each contract funded under the AIP. 2

THE DBE GOAL FOR THIS PROJECT IS 0% (ZERO) A 0% Goal does not exempt the Bidder/Proposer from conducting solicitation and outreach efforts on projects wherein subcontractors are customarily retained. v.9.10.14 This Contract is subject to the requirements of 49 CFR Part 26 Participation by DBE in Department of Transportation Financial Assistance Programs I. CONTACT Questions regarding the City s DBE Contract Provisions and Forms should be directed to: Laura Dahlberg, Airport DBE Liaison Officer (DBELO) P.O. Box 19066 Charlotte, NC 28219 Telephone: (704) 359-1910 Email: ladahlberg@cltairport.com II. APPLICATION The City s Disadvantaged Business Enterprise Program ( DBE Program ) is incorporated into and made a part of the Bid/Proposal Documents and resulting Contract. Copies of the DBE Program may be obtained online at www.cltairport.com. Pursuant to 49 CFR Part 26 and the DBE Program, all Bidders/Proposers must affirmatively ensure that in any contract entered into with the City for applicable projects, DBEs will be afforded equal opportunity to participate in subcontracting opportunities. Failure by any contractor to comply with the DBE Program after award shall constitute a breach of the Contract. Failure to cure the breach within fifteen (15) days after written notice of the breach shall entitle the City to terminate the Contract and or exercise other appropriate rights and remedies including, without limitation, withholding of funds until such time as Contractor complies with all the DBE requirements. The Bidder/Proposer shall thoroughly examine and be familiar with provisions of 49 CFR Part 26 and the DBE Program. Submission of a Bid/Proposal shall constitute an acknowledgment upon which the City may rely that the Bidder/Proposer has thoroughly examined, and is familiar with said regulations and Contract requirements. Failure or neglect of a Bidder/Proposer to receive or examine any of these government regulations and contract requirements shall in no way relieve him from any obligations with respect to his Bid/Proposal or this Contract. III. REQUIRED DOCUMENTATION The applicable forms in this section should be completed and included with the Bid/Proposal or specified timeframe. The required forms are listed below. 3

1. The Bidder/Proposer should submit DBE Form 3 (Subcontractor/Supplier Utilization Commitment Form) listing all subcontractors and suppliers, if any (including DBEs), that will be providing goods or services, their respective scope of work/service to be performed, and the dollar values of each subcontract. Submit DBE Form 3 with your Bid/Proposal. A copy of each DBE company s NCDOT Directory (www.ncdot.gov) printout may be attached to the form as backup documentation for proof of certification. Blank forms will be deemed to represent zero participation. 2. This Section was left blank intentionally. 3. This Section was left blank intentionally. 4. This section was left blank intentionally. IV. This Section was left blank intentionally. V. This Section was left blank intentionally. VI. DBE REPORTING AND RECORD KEEPING REQUIREMENTS Once a Bidder/Proposer has been awarded a Contract, there are continuing obligations under the DBE Program. The City shall verify the veracity and accuracy of representations made by contractors as well as to ensure their compliance with these requirements. Failure by the Contractor to comply with these requirements will result in the remedies mentioned in Section IX of these provisions. These procedures will include, but not be limited to, the following: 1. The Contractor shall submit a signed contract for each subcontractor the Contractor uses in relation to this Contract. The subcontract must show that the non-discrimination, retainage, and prompt payment assurances (mentioned in Section VIII of this provisions) have been included. The Contractor should highlight the text that mentions these assurances. These contract(s) should be submitted before the said subcontractor starts doing work for this contract. NOTE: These subcontracts might be considered public records. You may redact all financial information before submitting to the City, as this information is not relevant to our review. 2. The Contractor shall submit DBE Utilization Progress Reports (DBE Form 6) once a month, with his request for payment from the City. 3. This Section was left blank intentionally. 4. This Section was left blank intentionally. 5. This Section was left blank intentionally. 6. This Section was left blank intentionally. 7. This Section was left blank intentionally. VII. CONTRACT ASSURANCE CLAUSES 4

The Contractor shall include the following provisions in all subcontracts; for each subcontractor the Contractor uses in relation to this Contract. Non-Discrimination The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 46 CFR Part 26 in the award and administration of DOTassisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than seven (7) days from the receipt of each periodic or final payment the full amount the prime contractor receives from the City of Charlotte for each subcontractor s work and materials under the subcontract. Any delay or postponement of payment from the above referenced time frame may result in liquidated damages and/or sanctions as stipulated in bid/contract documents. Exceptions may occur only for good cause following written approval by the City. This clause applies to both DBE and non-dbe subcontractors. Retainage The prime contractor agrees to return retainage payments to each subcontractor within seven (7) days after the subcontractor s work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City. This clause applies to both DBE and non-dbe subcontractors VIII. MONITORING AND ENFORCEMENT Failure by the Contractor to comply with any portion of the City s DBE Program shall constitute a breach of Contract, exposing the Contractor to a potential termination of the Contract or other appropriate remedy, including withholding of funds, until such time as the contractor complies with all the DBE requirements of this Program, which include the prompt payment of subcontracts, and return of retainage payments. IX. DBE FINANCIAL INSTITUTIONS The City encourages prime contractors on FAA-assisted contracts to make use of DBE financial institutions. For a list of DBE financial institutions, please contact the DBELO. X. POLICY STATEMENT The City of Charlotte, North Carolina (City) has established a Disadvantaged Business Enterprise (DBE) Program in accordance with regulations of the United States Department of Transportation (USDOT), 49 CFR Part 26. The City has received direct Federal financial assistance from the USDOT, for the Charlotte Douglas International Airport (CLT) and the Charlotte Area Transit System (CATS), as well as indirect Federal financial assistance for the Charlotte Department of Transportation (CDOT) as a sub-recipient through the North Carolina 5

Bid Ope nin Department of Transportation (NCDOT). The City s department of Engineering and Property Management (E&PM) on a per project basis also receives funding as a sub-recipient to NCDOT and other direct recipients, or acts as the project administrator for other direct recipient City departments receiving USDOT funding. As a condition of receiving this assistance, the City has signed an assurance that it will comply with 49 CFR Part 26. Should any other City department become a recipient of USDOT funding they will act in compliance with 49 CFR Part 26, and will operate within the following Program s parameters. It is the policy of the City to ensure that DBEs, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in USDOT-assisted contracts. It is also our policy: 1. To ensure nondiscrimination in the award and administration of USDOT-assisted contracts; 2. To create a level playing field on which DBEs can compete fairly for USDOT-assisted contracts; 3. To ensure that the DBE Program is narrowly tailored in accordance with applicable law; 4. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; 5. To help remove barriers to the participation of DBEs in USDOT-assisted contracts; and 6. To assist the development of firms that can compete successfully in the market place outside the DBE Program. The Office of the City Clerk shall maintain the original DBE Program document. CATS, CLT, CDOT and E&PM shall each assign a Disadvantaged Business Enterprise Liaison Officer (DBELO) who is responsible for implementing all aspects of the City s USDOT DBE Program in their respective departments. Day to day DBE responsibilities will be delegated to each department's DBELO. Implementation of the DBE Program is accorded the same priority as compliance with all other legal obligations incurred by the City in its financial assistance agreements with both the Federal Aviation and Federal Transit Administrations, as well as municipal agreements with NCDOT where Federal financial assistance is involved. CLT and CATS each establish annual goals as direct recipients of USDOT funding, monitor their DBE projects throughout the federal fiscal year and report on achievements. CDOT & (when applicable) E&PM, as indirect recipients of USDOT funding, are only required to monitor and report to NCDOT or other direct recipients on a per project basis. The City does disseminate this policy statement to the governing Boards of the City, Mecklenburg County, the Metropolitan Transit Authority, the Airport Advisory Committee, and all the relevant departments of City government. The City will maintain copies of this Policy Statement in the office of the City Clerk, as well as CATS, CLT, E&PM and CDOT offices, where it is available to all interested citizens and organizations. The Policy will be publicized to the DBE and non-dbe business communities that perform work on its USDOT-assisted contracts through a variety of means, including through established print media outlets, minority and women business association newsletters, advertisements, and DBE Program workshops and seminars. DBE Form Form Description Submission Requirements 6

After-Bid Opening / DBE Form 3 Utilization Commitment Identifies all subcontractors, suppliers, manufacturers, brokers and/or members of a joint venture to be utilized on the contract. For Bids: With Bid Package. For Professional Services: With Initial Proposal. Copy of subcontract Agreements Copy of signed contract for each subcontractor the Contractor uses in this contract. Highlight text that mentions the nondiscrimination, retainage, and prompt payment assurances. Before the said subcontractor starts doing work for this contract DBE Form 6 Payment Affidavit Contractor shall submit payment affidavits showing payments made to ALL (DBEs and non-dbes) subcontractors, suppliers, manufacturers, brokers, and members of a joint venture in connection with the Contract. Upon award of Contract, submitted on a monthly bases, with the pay request to the City, for duration of the contract. List ALL subcontractors (DBEs and non-dbes). End of Document 7

DBE FORM 3 Subcontractor / Supplier Utilization Commitment This form MUST be submitted at the time of Bid Opening Copy this Form 3 as needed, to document additional subcontracting commitments. Indicate page # range: Page of Bidder Name: Bidder Address: Bidder Annual Gross Receipt: Less than $500K $500K-$1M $1M-$2M $2-5M More than $5M Bidder Age (in years): Project Name: Project Number: Established DBE Goal: 1. List below all DBEs that you intend to use on this contract DBE Vendor Name & Address Description of work / materials NAICS Code Reporting Number Total Projected Utilization ($) Annual Gross Receipt: < $500K 500K-1M 1M-5M >$5M Annual Gross Receipt: < $500K 500K-1M 1M-5M >$5M Annual Gross Receipt: < $500K 500K-1M 1M-5M >$5M Firm Age (in years): Firm Age (in years): Firm Age (in years): 2. List below all Non-DBEs that you intend to use on this contract Vendor Name & Address Description of work / materials NAICS Code Reporting Number Total Projected Utilization ($) Annual Gross Receipt: < $500K 500K-1M 1M-5M >$5M Firm Age (in years): Annual Gross Receipt: < $500K 500K-1M 1M-5M >$5M Firm Age (in years): A. Total Subcontractor/Supplier Utilization (DBEs and Non- $ DBEs): B. Total DBE Utilization: $ C. Total Bid Amount: $ D. Percent DBE Util. % (B C): Must be rounded to two (2) decimal places Signature: Your signature below indicated that the undersigned Company certifies and agree that: a) It has complied with all provisions of the DBE Program; b) Failure to properly document such compliance in the manner and within the time periods established by the Aviation DBE Coordinator may constitute rejection of bid. Signature: Name/Title Date: 8

Project Name: DBE FORM 6 Payment Affidavit - Subcontractor / Supplier Utilization To be submitted with each request for payment from the City of Charlotte. Copy this form as needed. Contractor Name: Payment Request # Contract Number: Invoice Amount: $ Payment Period: From To FINAL PAYMENT Check this box only when submitting Final Pay request. Section 1: Payments to SUBCONTRACTORS Complete the chart below for ALL subcontractors used on the Project/Contract regardless of dollar amount. Report payments that have already been made to subcontractors. Subcontractor s Name Description of Work Performed NAICS Code Payment this Period 7 Cumulative Payments The undersigned Company certifies the preceding chart is a true and accurate statement of all payments that have been made to subcontractors and suppliers on this Project/Contract. If no subcontractors or suppliers are listed on the preceding chart, the Company certifies that no subcontractors or suppliers were used in performing the Project/Contract for the payment period indicated. This day of 20 Signature 8 To be completed by KBU for FINAL PAYMENT Total Paid to Contractor: $ Total Paid to DBEs: $ Print Name and Title DBE Goal: % DBE Goal Commitment: % DBE Goal Attainment: % 9

EXHIBIT B AIRPORT IMPROVEMENT PROGRAM FEDERAL REQUIREMENTS Federal laws and regulations require that the contract provisions set forth herein be included in each contract funded under the AIP. Contractor (including all subcontractors) shall: A. Insert these contract provisions in each contract and subcontract, and further require that the clauses be included in all lower tier subcontracts. B. Incorporate applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services. C. Be responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. Failure to comply with the terms of these contract provisions may be sufficient grounds to: A. Withhold progress payments or final payment; B. Terminate the contract; C. Seek suspension/debarment; or D. Any other action determined to be appropriate by the Owner or FAA. 1. ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. 2. BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. 3. GENERAL CIVIL RIGHTS PROVISIONS The contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. 10

This provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. This provision also obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport through the Airport Improvement Program, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein; structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. 4. CIVIL RIGHTS TITLE VI ASSURANCES A. Title VI Solicitation Notice (Source: Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally-Assisted Programs at the Federal Aviation Administration) Title VI Solicitation Notice: The Owner, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. B. Title VI Clauses for Compliance with Nondiscrimination Requirements (Source: Appendix A of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration) Compliance with Nondiscrimination Requirements During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the contractor ) agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts 11

and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor s obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor s noncompliance with the Non-discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. C. Title VI List of Pertinent Nondiscrimination Authorities (Source: Appendix E of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration) During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the contractor ) agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); 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); 12

The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms programs or activities to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. 12131 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; The Federal Aviation Administration s Non-discrimination statute (49 U.S.C. 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). 5. DEBARMENT AND SUSPENSION A. Certification Regarding Debarment and Suspension (Bidder or Offeror) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. B. Certification Regarding Debarment and Suspension (Successful Bidder Regarding Lower Tier Participants) The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a covered transaction, must verify each lower tier participant of a covered transaction under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 13

1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that an lower tier participant failed to tell a higher tier that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy, including suspension and debarment. 6. DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance ( 26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment ( 26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than seven (7) days from the receipt of each payment the prime contractor receives from the Owner. The prime contractor agrees further to return retainage payments to each subcontractor within seven (7) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Owner. This clause applies to both DBE and non-dbe subcontractors. 7. FAIR LABOR STANDARDS ACT All contracts and subcontracts must comply with the provisions of the Fair Labor Standards Act, including the recordkeeping standards of the Act. 8. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidder or offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the 14

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 and not more than $100,000 for each such failure. 9. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 The United States Department of Labor Occupational Safety & Health Administration (OSHA) oversees the workplace health and safety standards wage provisions from the Occupational Safety and Health Act of 1970. All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of 1970. 10. RIGHT TO INVENTIONS All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. 11. TERMINATION OF CONTRACT a. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services must be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. b. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price will be made, but no amount will be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor is be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination will be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price will be made as provided in paragraph 2 of this clause. e. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. 12. TEXTING WHEN DRIVING 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 15

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. The Contractor must promote policies and initiatives for employees and other work personnel that decrease crashes by distracted drivers, including policies to ban text messaging while driving. The Contractor must include these policies in each third party subcontract involved on this project. 13. TRADE RESTRICTION The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: 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 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 on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. 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 contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 16

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. 14. VETERAN S PREFERENCE In the employment of labor (except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States Code, Section 47112. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 17