HomeMy WebLinkAbout14-123 - AECOM Technical Services - Manufacturing/Industrial Center Smart Street Non-Motorized Construction Management14 -123
Council Approval 8/18/14
Local Agency
Standard Consultant
Agreement
Consultant/Address /Telephone
AECOM Technical Services
710 Second Avenue, Suite 1000
Seattle, WA 98104
206.624.9349
►41 Architectural /Engineering Agreement
❑ Personal Services Agreement
Agreement Number
Project Title And Work Description
City of Tukwila - MIC Smart Street Non -
Motorized Project
P�; Io. 13 j G`
Q
Federal Aid Number
CM -9917 (022)
Agreement Type (Choose one)
❑ Lump Sum
Lump Sum Amount $
%
r Cost Plus Fixed Fee
Overhead Progress Payment Rate
DBE Participation
%
Overhead Cost Method
❑ Actual Cost
❑ Actual Cost Not To Exceed
%
• Yes CI No
Federal ID Number or Social Security Number
95- 2661922
• Fixed Overhead Rate
%
Do you require a 1099 for IRS?
0 Yes • No
Completion Date
March 1, 2015
Fixed Fee $ 5,889.37
❑ Specific Rates Of Pay
• Negotiated Hourly Rate
Total Amount Authorized $
Management Reserve Fund $
Maximum Amount Payable $
57,960.44
❑ Provisional Hourly Rate
❑ Cost Per Unit of Work
57,960.44
Index of Exhibits (Check all that apply):
® Exhibit A -1 Scope of Work
❑ Exhibit A -2 Task Order Agreement
❑ Exhibit B -1 DBE Utilization Certification
❑ Exhibit C Electronic Exchange of Data
❑ Exhibit D -1 Payment - Lump Sum
® Exhibit D -2 Payment - Cost Plus
❑ Exhibit D -3 Payment - Hourly Rate
❑ Exhibit D -4 Payment - Provisional
® Exhibit E -1 Fee - Lump/Fixed/Unit
❑ Exhibit E -2 Fee - Specific Rates
® Exhibit F Overhead Cost
❑ Exhibit G Subcontracted Work
❑ Exhibit G -1 Subconsultant Fee
THIS AGREEMENT, made and entered into this
❑ Exhibit G -2 Fee -Sub Specific Rates
❑ Exhibit G -3 Sub Overhead Cost
® Exhibit H Title VI Assurances
® Exhibit I Payment Upon Termination of Agreement
® Exhibit J Alleged Consultant Design Error Procedures
® Exhibit K Consultant Claim Procedures
❑ Exhibit L Liability Insurance Increase
® Exhibit M -1 a Consultant Certification
® Exhibit M -lb Agency Official Certification
® Exhibit M -2 Certification - Primary
® Exhibit M -3 Lobbying Certification
® Exhibit M -4 Pricing Data Certification
❑ App. 31.910 Supplemental Signature Page
between the Local Agency of City of Tukwila
da y of
and the above organization hereinafter called the "CONSULTANT ".
DOT Form 140 -089 EF
Revised 09/2013
Page 1 of 8
A
, 2014 ,
, Washingto ,er called the "AGENCY" ,
61-01 /hereinaft 02- 6iA6.9
WITNESSETH THAT:
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it
advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT;
and
WHEREAS, the CONSULTANT represents that he /she is in compliance with the Washington State Statutes relating to
professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY,
NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached
and incorporated and made a part hereof, the parties hereto agree as follows:
1 General Description of Work
The work under this AGREEMENT shall consist of the above described work and services as herein defined and
necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and
related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT.
11 Scope of Work
The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and
by this reference made a part of this AGREEMENT.
111 General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive
advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be
coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings
with the AGENCY and /or such Federal, State, Community, City or County officials, groups or individuals as may be
requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring
CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and
the CONSULTANT and shown in Exhibit "A."
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in
written and graphical form the various phases and the order of performance of the work in sufficient detail so that the
progress of the work can easily be evaluated.
The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or
sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of USDOT- assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the
termination of this AGREEMENT.
Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority
Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this
AGREEMENT. If D /M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be
shown on Exhibit "B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime
CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the
AGENCY'S "DBE Program Participation Plan ". The mandatory DBE participation goals of the AGREEMENT are those
established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the
AGENCY.
All Reports, PS &E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All
electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C."
All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the
CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT,
and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY
of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to
the CONSULTANT.
Page 2 of 8
IV Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the
AGENCY.
All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under
completion date.
The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but
may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable
delays caused by an act of GOD or governmental actions or other conditions beyond the control of the
CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established
completion time.
V Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such
payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies,
equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable
portions of 48 CFR Part 31.
A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State
Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager.
VI Sub - Contracting
The AGENCY permits sub - contracts for those items of work as shown in Exhibit "G" attached hereto and by this
reference made part of this AGREEMENT.
Compensation for this sub - consultant work shall be based on the cost factors shown on Exhibit "G."
The work of the sub - consultant shall not exceed its maximum amount payable unless a prior written approval has been
issued by the AGENCY.
All reimbursable direct labor, overhead, direct non - salary costs and fixed fee costs for the sub - consultant shall be
substantiated in the same manner as outlined in Section V. All sub - contracts shall contain all applicable provisions of
this AGREEMENT.
With respect to sub - consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt
Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT shall not sub - contract for the performance of any work under this AGREEMENT without prior
written permission of the AGENCY. No permission for sub - contracting shall create, between the AGENCY and sub-
contractor, any contract or any other relationship. A DBE certified sub - consultant is required to perform a minimum
amount of their sub - contracted agreement that is established by the WSDOT Highways and Local Programs Project
Development Engineer in consultation with the AGENCY.
VII Employment
The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide
employee working solely for the CONSULTANT, to solicit or secure this 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 CONSULTANT, any fee,
commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or
making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this
AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or consideration or
otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or
services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the
CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a
Page 3 of 8
third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons
while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and
responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full- or part -time basis, or other basis, during the period of the contract, any
professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ
of the United States Department of Transportation, or the STATE, or the AGENCY, except regularly retired
employees, without written consent of the public employer of such person.
VIII Nondiscrimination
During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees
to comply with the following laws and regulations:
Title VI of the Civil Rights Act of 1964
(42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a)
Federal -aid Highway Act of 1973
(23 USC Chapter 3 Section 324)
Rehabilitation Act of 1973
(29 USC Chapter 16 Subchapter V Section 794)
Age Discrimination Act of 1975
(42 USC Chapter 76 Section 6101 et seq.)
Civil Rights Restoration Act of 1987
(Public Law 100 -259)
American with Disabilities Act of 1990
(42 USC Chapter 126 Section 12101 et. seq.)
49 CFR Part 21
23 CFR Part 200
RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H"
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in
every sub - contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or
directives issued pursuant thereto.
IX Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to
the CONSULTANT.
In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the
CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit "I" for the type of
AGREEMENT used.
No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the
Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds
the total amount that would be due when computed as set forth herein above, then no final payment shall be due and the
CONSULTANT shall immediately reimburse the AGENCY for any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
Page 4 of 8
In such an event, the amount to be paid shall be determ ined by the AGENCY with consideration given to the actual
costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally
required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is
usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the
work required and the time which may be required to do so, and other factors which affect the value to the AGENCY
of the work performed at the time of termination.
Under no circumstances shall payment made under this subsection exceed the amount, which would have been made
using the formula set forth above.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to
perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for
actual costs in accordance with the termination for other than default clauses listed previously.
In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel
assigned to the PROJECT, or dissolution of the partnership, termination of the corporation, or disaffiliation of the
principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under
the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to
renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the
AGENCY so chooses.
In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the
CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as
set forth in the second paragraph of this section.
Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of
any type it may have . against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for
failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the
AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or
omission by the CONSULTANT.
X Changes of Work
The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary
to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof.
Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts
thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work
shall be considered as Extra Work and will be paid for as herein provided under Section XIV.
XI Disputes
Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the
CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY
Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided,
however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that
decision shall be subject to de novo judicial review. If the parties to this AGREEMENT mutually agree, disputes
concerning alleged design errors will be conducted under the procedures found in Exhibit "J ", and disputes concerning
claims will be conducted under the procedures found in Exhibit "K ".
XII Venue, Applicable Law, and Personal Jurisdiction
In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or
obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior
court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that
all questions shall be resolved by application of Washington law and that the parties to such action shall have the right
of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated
in the county in which the AGENCY is located.
Page 5 of 8
XIII Legal Relations
The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be
done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the
State of Washington.
The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless
from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or
in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided
that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold
harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or
the STATE, their agents, officers and employees; and provided further that if the claims or suits are caused by or result
from the concurrent negligence of (a) the CONSULTANT'S agents or employees, and (b) the AGENCY or the
STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon
such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and
enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents
or employees.
The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor.
The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23,
which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically
assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and,
solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under
the state industrial insurance law, Title 51 RCW.
Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction
contracts, if any, on the PROJECT. Subject to the processing of a new sole source, or an acceptable supplemental
agreement, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By
providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job
site safety, or any construction contractor's failure to perform its work in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required,
the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to
Title 48 RCW.
Insurance Coverage
A. Worker's compensation and employer's liability insurance as required by the STATE.
B. Commercial general liability written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of
one million dollars ($1,000,000) per occurrences and two million dollars ($2,000,000) in the aggregate for each
policy period.
C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000)
combined single limit.
Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the
CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall
furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY
reserves the right to require complete, certified copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The
CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of
this AGREEMENT to the AGENCY.
No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY.
The CONSULTANT'S professional liability to the AGENCY shall be limited to the amount payable under this
AGREEMENT or one million ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L ". In no
case shall the CONSULTANT'S professional liability to third parties be limited in any way.
Page 6 of 8
The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this
section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it
under other provisions of this AGREEMENT, or otherwise in law.
XIV Extra Work
A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in
the services to be performed.
B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of
any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other
terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum
amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the
AGREEMENT accordingly.
C. The CONSULTANT must submit any "request for equitable adjustment ", hereafter referred to as "CLAIM ", under
this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides
that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the
AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause
shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this
AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this
AGREEMENT.
XV Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data
furnished by them.
XVI Federal and State Review
The Federal Highway Administration and the Washington State Department of Transportation shall have the right to
participate in the review or examination of the work in progress.
XVII Certification of the Consultant and the Agency
Attached hereto as Exhibit "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M
-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions,
Exhibit "M -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M -4"
Certificate of Current Cost or Pricing Data. Exhibit "M -3" is required only in AGREEMENTS over $100,000 and
Exhibit "M -4" is required only in AGREEMENTS over $500,000.
XVIII Complete Agreement
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be
liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or
modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to
this AGREEMENT.
XIX Execution and Acceptance
This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an
original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations,
warranties, covenants, and agreements contained in the proposal, and the supporting material submitted by the
CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof.
Page 7 of 8
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
"Execution Date" box on page one (1) of this AGREEMENT.
By
Consultant 44 e,v7 / te••
DOT
Page 8 of 8
MIC Smart Street Non - Motorized Project
City of Tukwila
Exhibit A -1
SCOPE OF SERVICES
Construction Management and Contract Administration Services for the
MIC Smart Street Non - Motorized Project
City of Tukwila
AECOM Technical Services, Inc. ( "Consultant ") proposes to provide to the City of Tukwila, Washington
("Client ") construction management services for the MIC Smart Street Non - Motorized Project (hereinafter
called "Project "). These services will include inspection, construction management, and contract
administration assistance during the construction of the project as detailed in the following:
I. INTRODUCTION
The following scope of services is based upon the assumptions outlined herein. Associated costs are
detailed in EXHIBIT E -1.
Assumptions:
• The proposed project team will include a part-time PM /resident engineer and document administrator;
and a full -time construction inspector.
• A standard working week for project staff is 40 hrs. Should the Client direct fewer hours, the
Consultant will not guarantee to perform all of the scope items included in the corresponding subtask
during the time spent off the project.
• Services will be performed in accordance with the Local Agency Guidelines (LAG) and the WSDOT
Construction Manual. The man -hours proposed by the Consultant are an estimate only and are
subject to change based on the actual construction schedule and working hours of the Contractor.
• Vehicles will be charged based on leased costs, and fuel consumed.
• Design by Others: It is understood and agreed that the Consultant did not prepare the Contract
Documents for the project, and the Client will provide the Consultant the support of the Engineer -of-
Record during the course of the Consultant's work.
I. DETAILED SCOPE OF WORK
Subtask 1 - Administration /Quality Control
Consistent with the hours shown in EXHIBIT E -1, the Consultant shall provide overall project
management and contract administration associated with the service agreement between the Consultant
and the Client. This effort will include the following elements:
1.1 Prepare of Consultant invoicing and progress reporting to the Client.
1.2 Perform internal administration of the Consultant's Task Order.
1.3 Prepare any supplements to the Consultant's Task Order.
1.4 Attend pre- construction conference.
1.5 Make periodic field visits and conduct project reviews for the quality of services provided by
AECOM and consistency with AECOM's project quality plan.
Subtask 2 - Document Control
Page 1 of 5
Updated: 8/4/2014
MIC Smart Street Non - Motorized Project
City of Tukwila
Consistent with the hours shown in EXHIBIT E -1, the Consultant shall provide document control services
including the following elements:
2.1 Process; track and archive construction records including: Inspectors Daily Reports (IDR's);
Requests for Information (RFI's); Submittals; Record of Materials (ROM); Requests for
Approval of Materials (RAM's); Statements of Working Days. Consultant shall maintain
submittal and RFI logs to track when documents are received and returned to the contractor.
2.2 Compile and review inspector pay quantity and force account records, and prepare monthly
contractor progress estimates.
2.3 Review and archive project record documentation associated with prevailing wage reporting,
including Requests to Sublet, Intents to Pay Prevailing Wage, Certified Payroll, Affidavits of
Wages Paid, and Contractor employee wage interviews.
2.4 Review and archive Certificates of Materials Origin tracking and reconcile against the Projects
Record of Materials.
2.5 Prepare and assist with 1 final regulatory audit of the construction project record.
2.6 Attend and provide minutes for the preconstruction conference and up to 5 weekly contractor
construction progress meetings.
2.7 Maintain a list of approved change orders and potential change orders. Potential change orders
will have a force account estimate of the extra work related to that item(s), until an approved
change order is executed.
2.8 Maintain a material testing log that tracks the test date, type of material test, test result,
specification requirement and action taken if a failed result is received from the material testing
consultant.
Subtask 3 — Field Inspection
The Consultant shall provide construction inspection services for up to 25 full -time days, consistent
with the hours shown in EXHIBIT E -1. This effort will include the following elements:
3.1 Prepare daily construction reports recording the contractor's operations performed for each day
the Consultant is on site; measure the quantities of materials installed, log equipment and staff
present, weather conditions, and any observed problems or construction issues.
3.2 Prepare Daily Payment Notes, Statements of Working Days, and Force Account Records (if
necessary).
3.3 Respond to contractor questions which may arise as to the quality and acceptability of
furnished materials or work performed.
3.4 Respond to general questions raised by adjacent property owners, businesses, or general
public. Complaints or detailed questions shall be referred to the Client.
3.5 Prepare field records and documents in accordance with Projects Record of Materials.
3.6 Coordinate with Resident Engineer and Client for changes and updates to the ROM.
3.7 For each day the Consultant is on site, provide photographs of traffic control set -up and work
activities during the course of construction. Photographs will be in digital format and cataloged
by date.
3.8 Facilitate coordination with property owners, businesses, Utilities, and other project
stakeholders.
3.9 Facilitate the Contractor's coordination of existing utilities within the project boundaries.
3.10 Review the Record of Materials (ROM) against the material testing results provided by the
Project's material testing consultant, and advise the Contractor accordingly.
3.11 Monitor the Contractor's compliance with water quality permits and the requirements of the
TESC and SPCC Plans.
Page 2 of 5
Updated: 8/4/2014
MIC Smart Street Non - Motorized Project
City of Tukwila
3.12 Attend weekly construction meetings up to 5 weekly meetings.
3.13 The Construction Inspector shall review monthly pay estimates with the Contractor and provide
recommendations to the Resident Engineer and Client.
3.14 Review the Contractor's construction record drawings on a weekly basis. Upon project
completion, verify Contractor provided markups accuracy and forward to the Client. The
Consultant Inspector will track and record field changes on drawings and use this information to
verify the Contractor's construction record drawings.
3.15 Participate in the Project's final inspection and assist in developing a list of any remaining
deficiencies.
3.16 Attend pre- construction conference.
3.17 For the days present on site, the construction inspector shall observe day -to -day construction
activities. By providing inspection oversight, the Consultant shall assume no responsibility for
proper construction techniques or job site safety but will report to the Contractor and Client any
known public safety concerns immediately. The presence of the Consultant's personnel at the
construction site is for the purpose of providing to the Client a greater degree of confidence that
the completed work will generally conform to the Contract Documents and that the integrity of
the design concept as reflected in the Contract Documents has been implemented and
preserved by the Construction Contractor.
3.18 The Consultant will endeavor to protect all parties against defects and deficiencies in the work
of the Contractor, but cannot guarantee the Contractor's performance and shall not be
responsible for construction means, methods, measurements, techniques, sequences of
procedures, or for safety precautions and programs in connection with the work performed by
the Construction Contractor and any subcontractors.
Subtask 4 — Construction Management
Provide construction management services, consistent with the hours shown in EXHIBIT E -1. This effort
will include the following elements:
4.2 Supervise the Consultant's field personnel assigned to the project.
4.3 Liaison between the Contractor's management and the Client's management personnel, acting
as the direct point of contract for both parties.
4.4 Organize and chair the Pre - construction conference
4.5 Review and approve daily construction reports prepared by the construction inspector.
4.6 Respond to contractor questions which may arise as to the quality and acceptability of
furnished materials, work performed, and to general questions raised by adjacent property
owners or general public.
4.7 Respond to Contractor RFI's, and defer to the Engineer of Record for a response when
appropriate.
4.8 Review Contractor submittals, and defer to the Engineer of Record for a review when
appropriate.
4.9 Review the Record of Materials (ROM) against the material testing results provided by the
Project's material testing consultant, and advise the Contractor accordingly.
4.10 Review the Contractor's baseline project schedule, and then monitor that schedule throughout
the course of the project for compliance with the provisions of the Contract. Monitoring shall
include review of periodic schedule updates submitted by the Contractor.
4.11 Facilitate coordination between the Contractor, Client and project stakeholders regarding status
and issues of construction activities.
4.12 Facilitate utility coordination for existing and new utility improvements.
4.13 Chair up to 5 weekly construction meetings.
Page 3 of 5
Updated: 8/5/2014
MIC Smart Street Non - Motorized Project
City of Tukwila
4.14 Prepare official correspondence to the Contractor and issue upon the Client's approval.
4.15 Issue field directives and stop work notices to the Contractor when necessary, with the Client's
approval.
4.16 Issue Correction Notices when appropriate.
4.17 Review monthly pay estimates with the Contractor and provide recommendation to the Client
for release of payment.
4.18 Supervise contract close -out activities including as -built drawings, final payment, and
completion notices. Consultant shall provide the Client, at contract close -out, construction
records to the all applicable funding agencies.
4.19 The Consultant shall assume no responsibility for proper construction techniques or job site
safety but will report to the Contractor and Client any observed public safety concerns
immediately. The presence of the Consultant's personnel at the construction site is for the
purpose of providing to the Client a greater degree of confidence that the completed work will
generally conform to the Contract Documents and that the integrity of the design concept as
reflected in the Contract Documents has been implemented and preserved by the construction
Contractor.
4.20 The Consultant will endeavor to protect all parties against defects and deficiencies in the work
of the Contractor, but cannot guarantee the Contractors' performance and shall not be
responsible for construction means, methods, measurements, techniques, sequences of
procedures, or for safety precautions and programs in connection with the work performed by
the construction contractor and any subcontractors.
Subtask 5 — Public Outreach / Client Meetings
The Consultant's construction inspector shall provide limited assistance with project outreach consistent
with the following:
The Consultant shall, under direction of the Client, assist with delivering informational flyers for
the upcoming construction activities, road closures, temporary traffic controls, and other pertinent
information. The Consultant shall also assist the Client in responding to questions and issues
raised by private citizens and local businesses relative to the Project.
Subtask 6 — Materials Testing
The Consultant will retain a materials testing subconsultant to perform soil and concrete testing which
includes: gradations, in -place soil density, Proctor compaction tests, and asphalt compaction. These
services are budgeted as an allowance and the actual costs of the testing effort may vary. The
Consultant shall advise the Client regarding the status of the materials testing budget to allow funds to be
adjusted as necessary.
Subtask 7 — Survey Verification
None.
Subtask 8 — Change Order Resolution
The Consultant shall provide services up to 8 hours for preparing change order packages, this includes
independent cost estimates (ICE), change order forms; and, force account records.
Subtask 9 — Claims /Disputes Support
No services are provided under this section.
III. Consultant Deliverables; including but not limited to:
Inspector Daily Reports
ii. Construction Photographs — 1 Set
Page 4 of 5
Updated: 8/4/2014
MIC Smart Street Non - Motorized Project
City of Tukwila
iii. Weekly Meeting Minutes and Agendas
iv. Submittal, RFI, and Material Testing Logs
v. Change Order and Potential Change Order Log
vi. Declaration of Substantial Completion
vii. Monthly Contractor Pay Requests with field note record and quantity documentation
viii. Punch -lists and tracking documentation
ix. Physical Completion Letter and Recommendation of Final Acceptance Letter
x. All Project Records received from the Contractor described under Subtask 2
xi. Other records generated as a result of this Contract, when demanded by the Client, or as
deemed necessary by a public record request.
xii. Preparation of the Record of Materials (ROM)
IV. Responsibilities of the Client
Provide CM oversight and approval authority for all construction activities.
ii. Manage the Designer -on- Record team as part of the Project Designer's on -call design
support and architectural submittal review.
Process all contract documents through the City's approval process (e.g. CM services
invoices, construction contract, monthly pay estimates, change order execution, cost
reduction proposals, time extensions, etc.).
iv. Provide preferred forms and formats, and filing structure to the Consultant.
v. Oversee the Consultant on conducting schedule evaluation, monitoring, and evaluate Time
Impact Analysis for changes.
vi. Provide and assist the Consultant in utility coordination with third -party utilities under project
specific or franchise agreements.
vii. Review the Pre - Construction Conference agenda and all hand -out materials, before the
Consultant conducts the Pre - Construction Conference.
viii. Coordinate and schedule any public meetings required before, during and after construction.
ix. Provide operations & maintenance interface with other City Staff for ongoing project issues.
x. Provide CM tools for Team use including: Project ROM, IDR, Project File Index, Change
Order, Force Account tracking and Pay Estimate forms.
Page 5 of 5 Updated: 8/4/2014
Exhibit D -2
Payment (Cost Plus a Fixed Fee)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or
services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the
work specified in Section II, "Scope of Work." The CONSULTANT shall conform to all applicable portions of
48 CFR Part 31.
A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the
CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost,
overhead, direct non -salary costs, and fixed fee.
1. Direct Salary Costs: The Direct Salary Cost is the direct salary paid to principals,
professional, technical, and clerical personnel for the time they are productively
engaged in work necessary to fulfill the terms of this AGREEMENT. The
CONSULTANT shall maintain support data to verify the direct salary costs billed
to the AGENCY.
2. Overhead Costs: Overhead Costs are those costs other than direct costs, which are
included as such on the books of the CONSULTANT in the normal everyday
keeping of its books. Progress payments shall be made at the rate shown in the
heading of this AGREEMENT under "Overhead Progress Payment Rate." Total
overhead payment shall be based on the method shown in the heading of the
AGREEMENT. The two options are explained as follows:
a. Fixed Rate: If this method is indicated in the heading of the AGREEMENT the
AGENCY agrees to reimburse the CONSULTANT for overhead at the
percentage rate shown. This rate shall not change during the life of the
AGREEMENT.
b. Actual Cost: If this method is indicated in the heading of the AGREEMENT the
AGENCY agrees to reimburse the CONSULTANT the actual overhead costs
verified by audit, up to the Maximum Total Amount Payable, authorized under
this AGREEMENT, when accumulated with all other Actual Costs.
A summary of the CONSULTANTS cost estimate and the overhead
computation is shown in Exhibit "E" attached hereto and by this reference made
part of this AGREEMENT. When an Actual Cost method is used, the
CONSULTANT (prime and all sub - consultants) will submit to the AGENCY
within six (6) months after the end of each firm's fiscal year, an overhead
schedule in the format required by the AGENCY (cost category, dollar
expenditures, etc.) for the purpose of adjusting the overhead rate for billing
purposes. It shall be used for the computation of progress payments during the
following year and for retroactively adjusting the previous year's overhead cost
to reflect the actual rate.
DOT Form 140 -089 EF Exhibit D -2
Revised 6/08
Failure to supply this information by either the prime CONSULTANT or any of their sub -
consultants shall cause the AGENCY to withhold payment of the billed overhead costs until
such time as the required information is received and an overhead rate for billing purposes is
approved.
The AGENCY, STATE and/or the Federal Government may perform an audit of the
CONSULTANT'S books and records at any time during regular business hours to determine
the actual overhead rate, if they so desire.
3. Direct Non - Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to
the CONSULTANT. These charges may include, but are not limited to, the following
items: travel, printing, long distance telephone, supplies, computer charges and sub -
consultant costs.
a. Air or train travel will be reimbursed only to economy class levels unless
otherwise approved by the AGENCY. The CONSULTANT shall comply with
the rules and regulations regarding travel costs (excluding air, train, and rental
car costs) in accordance with the AGENCY'S Travel Rules and Procedures.
However, air, train, and rental car costs shall be reimbursed in accordance with
48 CFR Part 31.205 -46 "Travel Cost
b. The billing for Direct Non -Salary Costs shall include an itemized listing of
the charges directly identifiable wh the PROJECT.
c. The CONSULTANT shall maintain the original supporting documents in their
office. Copies of the original supporting documents shall be supplied to the
AGENCY upon request.
d. All above charges must be necessary for the services provided under this
AGREEMENT.
4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in the
heading of this AGREEMENT under Fixed Fee. This amount does not include any
additional Fixed Fee, which could be authorized from the Management Reserve Fund. This
fee is based on the Scope of Work defined in this AGREEMENT and the estimated person -
hours required to perform the stated Scope of Work. In the event the CONSULTANT
enters into a supplemental AGREEMENT for additional work, the supplemental
AGREEMENT may include provisions for the added costs and an appropriate additional
fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of
work completed by the CONSULTANT and reported in the Monthly Progress Reports
accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in
the progress payments will be covered in the final payment, subject to the provisions of
Section IX entitled "Termination of Agreement."
5. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve
Fund to provide the Agreement Administrator with the flexibility to authorize additional
funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the
CONSULTANT for additional work beyond that already defined in this AGREEMENT.
Such authorization(s) shall be in writing and shall not exceed
the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading
of this AGREEMENT. The amount included for the Management Reserve Fund is
shown in the heading of this AGREEMENT. This fund may not be replenished. Any
changes requiring additional costs in excess of the Management Reserve Fund shall be
made in accordance with Section XIV, "Extra Work. "6. Maximum Total Amount
Payable: The Maximum Total Amount Payable by the AGENCY to the
CONSULTANT under this AGREEMENT shall not exceed the amount shown in the
heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of
the Total Amount Authorized, and the Management Reserve Fund. The Maximum
Total Amount Payable does not include payment for Extra Work as stipulated in
Section XIV, "Extra Work." No minimum amount payable is guaranteed under this
AGREEMENT.
B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for
reimbursement of Actual Costs plus the calculated overhead and fee on a monthly basis during the
progress of the work. Such billings shall be in a format approved by the AGENCY and
accompanied by the monthly progress reports required under Section III, "General Requirements"
of this AGREEMENT. The billings will be supported by an itemized listing for each item including
Direct Salary, Direct Non - Salary, and allowable Overhead Costs to which will be added the
prorated Fixed Fee. To provide a means of verifying the billed salary costs for CONSULTANT
employees, the AGENCY may conduct employee interviews. These interviews may consist of
recording the names, titles, salary rates, and present duties of those employees performing work on
the PROJECT at the time of the interview.
C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned
will be made promptly upon its verification by the AGENCY after the completion of the work
under this AGREEMENT, contingent upon receipt of all PS &E, plans, maps, notes, reports,
electronic data and other related documents which are required to be furnished under this
AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a
release of all claims for payment, which the CONSULTANT may have against the AGENCY
unless such claims are specifically reserved in writing and transmitted to the AGENCY by the
CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any
claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY
may pursue with respect to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item
and at the time of final audit, all required adjustments will be made and reflected in a final payment.
In the event that such final audit reveals an overpayment to the CONSULTANT, the
CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of
the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims
relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has
twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the
AGENCY for audit findings.
D. Inspection of Cost Records: The CONSULTANT and their sub - consultants shall keep available for
inspection by representatives of the AGENCY, STATE and the United States, for a period of three
(3) years after receipt of final payment, the cost records and accounts pertaining to this
AGREEMENT and all items related to or bearing upon these records with the following exception:
if any litigation, claim or audit arising out of, in connection with, or related to this contract is
initiated before the expiration of the three (3) year period, the cost records and accounts shall be
retained until such litigation, claim, or audit involving the records is completed.
Exhibit E -1
City of Tukwila - MIC Smart Street Non - Motorized Project
Consultant Fee Estimate for Engineering Contracts
AECOM
AECOM Labor - Home Office
Employee Classification Hours Rate Cost
Mike Horton PM / RE 100.00 $ 72.43 $7,243.00
100.00 $7,243.00
$7,243.00
Overhead (OH Cost — Including Salary Additives):
OH Rate x DSC of 147.56% x $7,243.00 $10,687.77
Fee
Fee Rate x DSC of 30.00% x
labor Subtotal - Home Office
AECOM Labor - Field Office
Employee
Silvia Manescu
Robert Moody
Classification
$7,243.00 $2,172.90
$20,103.67
Hours Rate Cost
Documentation 100.00 $ 40.12 $4,012.00
Inspection 204.00 $ 41.06 $8,376.24
Overhead (OH Cost — Including Salary Additives):
OH Rate x DSC of 117.16%
Fee:
Fee Rate x DSC of 30.00%
;Labor Subtotal - Field Office
Labor Subtotal
Reimbursable
Vehicles - Mileage
Expenses •
Subconsultant
Materials Testing Allowance
Surveying
Total DSC
x
x
304.00 $12,388.24
$12,388.24 .
$12,388.24
$12,388.24
$14,514.06
$3,716.47
$30,618.77
$50,722.44
Cost
$ 3,838.00
$ 1,000.00
$4,838.00
Cost
$ 2,400.00
$0.00
$2,400.00
SubTotal
$57,960.44
[Management Reserve
Total
$57,960.44
Exhibit F
Overhead Rates
Please see the attached sheets.
Washington State
♦W Department of Transportation
April 7, 2014
Memorandum
TO: Stacie Kelsey, WSDOT Local Programs Manager
FROM: Martha Roach, Agreement Compliance Audit Manager
SUBJECT: AECOM Technical Services, Inc. Indirect Cost Rate for fiscal year end
September 27, 2013
We accept the audit work performed by Cleary Government Services, LLC related to
AECOM Technical Services Indirect Cost Rate for the above referenced fiscal year.
Cleary Government Services audited AECOM Technical Services indirect costs for
compliance with Federal Acquisition Regulations (FAR), Subpart 31; our office did not
review their audit work. We were also provided with a .letter from Minnesota
Department of Transportation, which accepts these audited rates.
Based on our acceptance of Cleary Government Services audit and the Minnesota letter,
we are issuing this memo establishing the AECOM Technical Services indirect, Cost Rate
for fiscal year ending September 27, 2013 home office rate at 147.56 % of direct labor
and field office rate at 117.16% of direct labor.
Costs billed to agreements will still be subject to audit of actual costs, based on the terms
and conditions of the respective agreement.
This was not a cognizant review. Any other entity contracting with the firm is
responsible for determining the acceptability of the Indirect Cost Rate.
If you have any questions, feel free to call me at (360) 705 -7006 or via email at
roachma a,wsdot.wa.gov.
Cc: Steve McKerney
File
DOT Form 700 -000 EF
" " "so' Minnesota Department of Transportation
Office of Audit — MS 190
395 John Ireland Boulevard
Saint Paul, Mld 55155
March 31, 2014
John McNamara
AECOM Technical Services, Inc.
701 Edgewater. Dr.
PO Box 6236
Wakefield, MA 01880 -5371
Dear Mr. Roche:
Below are the Minnesota Department of Transportation (Mn /DOT) approved overhead rates for
AECOM Technical Services, Inc. for the fiscal year ended September 27, 2013. The rates,
determined by a desk review conducted by representatives of Mn /DOT, are based on the audit
performed by the CPA firm of Cleary Government Services, LLC. We accept the CPA audited
rates.
The approved home office rate of 147,56 percent of direct labor and the approved field office
rate of 117.16 percent of direct Tabor will be applied to fiscal year 2013 labor to close out actual
cost plus agreements and will be used provisionally until new rates are approved by Mn /DOT.
We used the cost principles contained in Code of Federal Regulations, Title 48, Federal Acquisition
Regulations (FAR), Chapter 1, Subpart 31.2 as criteria in the determination of allowable costs. Our
review is not a cognizant approval in accordance with 23 CFR 172 and 23 USC 112.
If you have any questions or concerns, please contact me at (651) 366 -4130.
Sincerely,
Bruce Kalland, CPA, CGFM
External Audit Manager
cc:
Dawn Thompson, Mn /DOT Consultant Services
Kathy Carlsten, AECOM
An Equal Opportunity Employer
EC®A
Certification of Final Indirect Costs Fiscal Year 2013
Firm Name: AECOM Technical Services, Inc. (ATS)
Indirect Cost Rate Proposal: _Home: 147.56% ; Field 117.16 %_
Date of Proposal Preparation (mmldd /yyyy): 3/21/2014
Fiscal Period Covered (mm/ddlyyyy to mm /ddlyyyy): September 29, 2012 to September 27, 2013
I, the undersigned, certify that 1 have reviewed the proposal lo establish final indirect cost rates for the
fiscal period as specified above and to the best of my knowledge and belief:
1. 1.) Al! costs included in this proposal to establish final indirect cost rates are allowable In
accordance with the cost principles of the Federal Acquisition Regulations (FAR) of title 48,
Code of Federal Regulations (CFR), part 31.
2. 2.) This proposal does not Include any costs which are expressly unallowable under the cost
principles of the FAR of 48 CFR 31.
All known material transactions or events that have occurred affecting the firm's ownership,
organization and Indirect cast rates have been disclosed.
Signature:
Name of Certifying Official (Print); John McNamara
Title: Government Accounting & Cost Compliance Manager
Dale of Certification (mm /dd/yyyy): _3/21/2014
Exhibit H
Title VI Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in
interest agrees as follows:
1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-
- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part
21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS "), which
are herein incorporated by reference and made a part of this AGREEMENT.
2. Non - discrimination: The CONSULTANT, with regard to the work performed during the
AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection
and retention of sub - consultants, including procurement of materials and leases of equipment. The
CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by
Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a
program set forth in Appendix B of the REGULATIONS.
3. Solicitations for Sub - consultants, Including Procurement of Materials and Equipment: In all solicitations
either by competitive bidding or negotiations made by the CONSULTANT for work to be performed
under a sub - contract, including procurement of materials or leases of equipment, each potential sub -
consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under
this AGREEMENT and the REGULATIONS relative to non - discrimination on the grounds of race, color,
sex, or national origin.
4. Information and Reports: The CONSULTANT shall provide all information and reports required by the
REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or
the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such
REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the
exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall
so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has
made to obtain the information.
5. Sanctions for Non - compliance: In the event of the CONSULTANT'S non - compliance with the non-
discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT
sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to:
• Withholding of payments to the CONSULTANT under the AGREEMENT until the
CONSULTANT complies, and/or;
• Cancellation, termination, or suspension of the AGREEMENT, in whole or in part
DOT Form 140-089 EF Exhibit H
Revised 6/05
6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through
(5) in every sub - contract, including procurement of materials and leases of equipment, unless exempt by
the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action
with respect to any sub - consultant or procurement as the AGENCY, STATE or FHWA may direct as a
means of enforcing such provisions including sanctions for non - compliance.
Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with,
litigation with a sub - consultant or supplier as a result of such direction, the CONSULTANT may request
the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the
STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to
protect the interests of the United States.
Exhibit I
Payment Upon Termination of Agreement
By the Agency Other Than for
Fault of the Consultant
(Refer to Agreement, Section IX)
Lump Sum Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made shall
total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the
total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall
total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is
to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Specific Rates of Pay Contracts
A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this
AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT.
Cost Per Unit of Work Contracts
A final payment shall be made to the CONSULTANT for actual units of work completed at the time of
termination of this AGREEMENT.
DOT Form 140 -089 EF Exhibit 1
Revised 6/05
Exhibit J
Alleged Consultant Design Error Procedures
The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and /or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
Step 1— Potential Consultant Design Error(s) is Identified by Agency's Project Manager
At the first indication of potential consultant design error(s), the first step in the process is for the Agency's
project manager to notify the Director of Public Works or Agency Engineer regarding the potential
design error(s). For federally funded projects, the Region Highways and Local Programs Engineer
should be informed and involved in these procedures. (Note: The Director of Public Works or Agency
Engineer may appoint an agency staff person other than the project manager, who has not been as
directly involved in the project, to be responsible for the remaining steps in these procedures.)
Step 2 - Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed
documentation than is normally required on the project. Examples include: all decisions and
descriptions of work; photographs, records of labor, materials and equipment.
Step 3 — Contact the Consultant Regarding the Alleged Design Error(s)
If it is determined that there is a need to proceed further, the next step in the process is for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
error(s). The project manager and other appropriate agency staff should represent the agency and the
consultant should be represented by their project manger and any personnel (including sub - consultants)
deemed appropriate for the alleged design error(s) issue.
Step 4 — Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s) with the consultant have been completed regarding the consultant's alleged design
error(s), there are three possible scenarios:
• It is determined via mutual agreement that there is not a consultant design error(s). If
. this is the case, then the process will not proceed beyond this point.
•
DOT Form 140 -089 EF Exhibit J
Revised 6/05
It is determined via mutual agreement that a consultant design error(s) occurred. If this
is the case, then the Director of Public Works or Agency Engineer, or their
representatives, negotiate a settlement with the consultant. The settlement would be
paid to the agency or the amount would be reduced from the consultant's agreement
with the agency for the services on the project in which
the design error took place. The agency is to provide H &LP, through the Region
Local Programs Engineer, a summary of the settlement for review and to make
adjustments, if any, as to how the settlement affects federal reimbursements. No
further action is required.
There is not a mutual agreement regarding the alleged consultant design error(s). The
consultant may request that the alleged design error(s) issue be forwarded to
the Director of Public Works or Agency Engineer for review. If the Director of
Public Works or Agency Engineer, after review with their legal counsel, is not able
to reach mutual agreement with the consultant, proceed to Step 5.
Step 5 — Forward Documents to Highways and Local Programs
For federally funded projects all available information, including costs, should be forwarded through the
Region Highways and Local Programs Engineer to H &LP for their review and consultation with
the FHWA. H &LP will meet with representatives of the agency and the consultant to review the
alleged design error(s), and attempt to find a resolution to the issue. If necessary, H &LP will
request assistance from the Attorney General's Office for legal interpretation. H &LP will also
identify how the alleged error(s) affects eligibility of project costs for federal reimbursement.
• If mutual agreement is reached, the agency and consultant adjust the scope of work
and costs to reflect the agreed upon resolution. H &LP, in consultation with FHWA,
will identify the amount of federal participation in the agreed upon
resolution of the issue.
• If mutual agreement is not reached, the agency and consultant may seek settlement
by arbitration or by litigation.
Exhibit K
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s)
that total $1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step 1— Consultant Files a Claim with the Agency Project Manager
If the consultant determines that they were requested to perform additional services that were outside of the
agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the
request for consideration of the claim to the Agency's project manager.
The consultant's claim must outline the following:
• Summation of hours by classification for each firm that is included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Timeframe of the additional work that was outside of the project scope;
• Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work; and
• Explanation as to why the consultant believes the additional work was outside of the
agreement scope of work.
Step 2 — Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency's project manager. The project manager will review the consultant's claim and will met with
the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If
the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the
Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local
Programs through the Region Local Programs Engineer. If the claim is not eligible for federal
participation, payment will need to be from agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Highways and
Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a
request memo, including backup documentation to the consultant to either supplement the agreement,
or create a new agreement for the claim. After the request has been approved, the Agency shall write
the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the
consultant that the final payment for the agreement is subject to audit. No further action in needed
regarding the claim procedures.
DOT Form 140 -089 EF Exhibit, K
Revised 6/05
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
Step 3 — Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
• Copy of information supplied by the consultant regarding the claim;
•
Agency's summation of hours by classification for each firm that should be included in the
claim;
• Any correspondence that directed the consultant to perform the additional work;
• Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs
associated with the additional work;
Explanation regarding those areas in which the Agency does /does not agree with the
consultant's claim(s);
Explanation to describe what has been instituted to preclude future consultant claim(s); and
• Recommendations to resolve the claim.
Step 4 — Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency
Documentation
The Director of Pubic Works or Agency Engineer shall review and administratively approve or
disapprove the claim, or portions thereof, which may include getting Agency Council or
Commission approval (as appropriate to agency dispute resolution procedures). If the project
involves federal participation, obtain concurrence from WSDOT Highways and Local Programs
and FHWA regarding final settlement of the claim. If the claim is not eligible for federal
participation, payment will need to be from agency funds.
Step 5 — Informing Consultant of Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final
decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim
(s) and rationale utilized for the decision.
Step 6 — Preparation of Supplement or New Agreement for the Consultant's Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount of the
claim. Inform the consultant that the final payment for the agreement is subject to audit.
Exhibit M -1(a)
Certification Of Consultant
Project No. 91310406
Local Agency
I hereby certify that I am , , , e..- /a/, 404 7 and duly authorized
representative of the firm of AECOM Technical Services whose address is
7/o °1 N*° /tve/ $v,}ra Awe/ 5e 4 Wfr 917/O ? and 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 the AGREEMENT;
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the
services of any firm or person in connection with carrying out this AGREEMENT; or
(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 carrying out this AGREEMENT;
except as hereby expressly stated (if any);
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation in
connection with this AGREEMENT involving participation of Federal -aid highway funds, and is
subject to applicable State and Federal laws, both criminal and civil.
g/f, e
Date
DOT Form 140 -089 EF Exhibit M -1(a)
Revised 6/05
Signature
Exhibit M -1(b)
Certification Of Agency Official
I hereby certify that I am the AGENCY Official of the Local Agency of City of Tukwila
Washington, and that the consulting firm 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 to 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 hereby expressly stated (if any):
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation, in
connection with this AGREEMENT involving participation of Federal -aid highway funds, and is
subject to applicable State and Federal laws, both criminal and civil.
j4ld1.(J14- aft i 2i /
Date
DOT Form 140 -089 EF Exhibit M -1(b)
Revised 6/05
Exhibit M -2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters - Primary Covered Transactions
I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any federal department or agency;
B. Have not within a three -year period preceding this proposal been convicted of or had a civil
judgment rendered against them for commission or 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; violation of federal or state antitrust statues 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 offenses enumerated in paragraph (I)
(B). of this certification; and
D. Have not within a three (3) year period preceding this application/proposal had one or more
public transactions (federal, state, or local) terminated for cause or default.
II. Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): AECOM Technical Services
l%'
(Date)
DOT Form 140 -089 EF Exhibit M -2
Revised 6/05
(Si. ature) President or Authorized Official of Consultant
Exhibit M -2 Attachment
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters - Primary Covered Transactions
AECOM Technical Services, Inc. (ATS) performs thousands of contracts each year. From time to
time, occasions arise when ATS does not complete the performance of an awarded contract resulting
in its termination. These situations include (i) where a client is unsuccessful in securing funding for a
particular project that is then terminated, (ii) where a client terminates a contract for convenience, (iii)
where ATS ceases performance for nonpayment or other breach of contract in accordance with
contract terms, or (iv) for default.
Within the past three (3) years, ATS (i) has not failed to complete a contract where the other party to
such contract was not in breach unless the contract afforded ATS that right, and (ii) ATS has not had a
contract terminated by a client wherein that termination was ultimately determined to be other than for
convenience with the exception of the following instance:
a) In November of 2012, AECOM received a notice from the City of Sarasota, Florida, notifying
AECOM that it has terminated its contract with AECOM for the design of a sewer lift station
for default. AECOM disagrees with the termination and will look to contest it. Meanwhile,
AECOM is working with the City to resolve any issues in an amicable manner.
Exhibit M -3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
The prospective participant 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 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 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 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 and
not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts which
exceed $100,000 and that all such subrecipients shall certify and disclose accordingly.
Consultant (Firm): AECOM Technical Services
(rte( ate
DOT Form 140 -089 EF Exhibit M -3
Revised 6/05
nature) President or Authorized Official of Consultant
Exhibit M -4
Certificate of Current Cost or Pricing Data
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4)
submitted, either actually or by specific identification in writing, to the contracting officer or to the
contracting officer's representative in support of /ifiC Ale7im 176d*
are accurate, complete, and current as of /44 * *. This certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Government that are part of the proposal.
Firm AECOM Technical Services
Name /Y% `/& f)
Title eperet ,/g 44 j.r z42,-t77
Date of Execution*** 8/04
* Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate identifying number (e.g., RFP No.).
Insert the day, month, and year when price negotiations were concluded and price agreement
was reached.
* ** Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.
**
DOT Form 140 -089 EF Exhibit M -4
Revised 6/05