HomeMy WebLinkAbout07-01-24 Council Meeting
SPECIAL ACCOMMODATIONS: The City of Arlington strives to provide accessible meetings for people with disabilities. Please contact the
ADA coordinator at (360) 403-3441 or 711 (TDD only) prior to the meeting date if special accommodations are required.
CALL TO ORDER
Mayor Don Vanney
PLEDGE OF ALLEGIANCE
ROLL CALL
Mayor Don Vanney – Wendy
APPROVAL OF THE AGENDA
Mayor Pro Tem Michele Blythe
INTRODUCTION OF SPECIAL GUESTS AND PRESENTATIONS
PROCLAMATIONS
PUBLIC COMMENT
For members of the public who wish to speak to the Council about any matter not on the Public Hearing
portion of the meeting. Please limit remarks to three minutes.
CONSENT AGENDA
Mayor Pro Tem Michele Blythe
1. Minutes of the June 17 and June 24 Council meetings ATTACHMENT A
2. Accounts Payable ATTACHMENT B
3. Low Bid Award for 3rd Street and 5th Street Parking Lots ATTACHMENT C
4. Acceptance of Auto Theft Prevention Grant ATTACHMENT D
PUBLIC HEARING
NEW BUSINESS
1. Permit Fee Waiver for the Flock ALPR Cameras Project ATTACHMENT E
Staff Presentation: Paul Ellis
Council Liaison: Heather Logan
2. Permit Fee Waiver for SR 530 Crossing for Fiber ATTACHMENT F
Staff Presentation: Paul Ellis
Council Liaison: Jan Schuette
3. Permit Fee Waiver for Right of Way at Smokey Point Community Park ATTACHMENT G
Staff Presentation: Paul Ellis
Council Liaison: Debora Nelson
Arlington City Council Meeting
Monday, July 1, 2024 at 6:00 pm
City Council Chambers – 110 E 3rd Street
SPECIAL ACCOMMODATIONS: The City of Arlington strives to provide accessible meetings for people with disabilities. Please contact the
ADA coordinator at (360) 403-3441 or 711 (TDD only) prior to the meeting date if special accommodations are required.
4. Funding for Phase II of the Smokey Point Community Park ATTACHMENT H
Staff Presentation: Marc Hayes
Council Liaison: Debora Nelson
5. Snohomish County Public Utility District No. 1 Easement Request ATTACHMENT I
Staff Presentation: Marc Hayes
Council Liaison: Rob Toyer
6. Resolution to Waive Fly-In (SkyFest) Land Use Fees ATTACHMENT J
Staff Presentation: Marty Wray
Council Liaison: Jan Schuette
7. Perimeter Fencing Improvements Project ATTACHMENT K
Staff Presentation: Marty Wray
Council Liaison: Yvonne Gallardo-Van Ornam
8. Taxiway Alpha Improvements Project ATTACHMENT L
Staff Presentation: Marty Wray
Council Liaison: Yvonne Gallardo-Van Ornam
COMMENTS FROM COUNCILMEMBERS
INFORMATION/ADMINISTRATOR & STAFF REPORTS
MAYOR’S REPORT
EXECUTIVE SESSION
RECONVENE
ADJOURNMENT
Mayor Pro Tem Michele Blythe / Mayor Don Vanney
DRAFT
Page 1 of 3
Council Chambers 110 East 3rd Street Monday, June 17, 2024
Councilmembers Present: Heather Logan, Debora Nelson, Michele Blythe, Yvonne Gallardo-Van Ornam, Leisha Nobach and Jan Schuette.
Council Members Absent: Rob Toyer, excused.
Staff Present: Mayor Don Vanney, Paul Ellis, Kristin Garcia, Mike Gilbert, Marc Hayes, Amy Rusko, City Attorney Steve Peiffle, Chelsea Brewer, and Julie Petersen.
Also Known to be Present: Kathy Vanney, Nathan Senff, Randy Nobach, Steve Maisch, Holly-Sloan Buchanan, Sid Logan, John Cermak, John Knisley, and Tim Abrahamson. Mayor Don Vanney called the meeting to order at 6:00 p.m., and the Pledge of Allegiance and roll call followed.
APPROVAL OF THE AGENDA Mayor Pro Tem Michele Blythe moved to approve the agenda as presented. Councilmember Debora Nelson seconded the motion, which passed with a unanimous vote.
INTRODUCTION OF SPECIAL GUESTS AND PRESENTATIONS None.
PROCLAMATIONS Councilmember Debora Nelson read the Juneteenth proclamation.
PUBLIC COMMENT John Knisley, Arlington, provided comments.
CONSENT AGENDA Mayor Pro Tem Michele Blythe moved, and Councilmember Debora Nelson seconded the motion to approve the Consent Agenda that was unanimously carried: 1. Minutes of the June 3 and June 10, 2024, Council meetings. 2. Approval of Petty Cash Check #2034; EFT Payments and Claims Checks #110899 through #110999 dated May 21, 2024, through June 3, 2024, for $1,011,195.06; and Approval of Payroll EFT Payments and Check #30365 through #30376 dated May 1, 2024, through May 31, 2024, in the amount of $1,415,095.60. 3. Resolution Adopting a Revised Cemetery Fee Schedule. 4. Ordinance Adding New Arlington Municipal Code Section 2.32.070 Relating to Police Commissions.
Minutes of the Arlington
City Council Meeting
Minutes of the City of Arlington City Council Meeting June 17, 2024
Page 2 of 3
5. Ordinance Amending Arlington Municipal Code Section 10.54.050(d) Relating to City Parking Regulations. 6. Ordinance Amending Arlington Municipal Code Chapter 20.08 Zoning Definitions. 7. Ordinance Amending Arlington Municipal Code 20.76 Relating to Screening and Trees. 8. Ordinance Approving Watanabe Rezone. 9. Ordinance Approving Sno-Isle Library Rezone.
PUBLIC HEARING None.
NEW BUSINESS
Resolution Authorizing Application for Recreation and Conservation Office
Grant for Jensen Park Bike Pump Track City Administrator Paul Ellis reviewed the request from staff to apply for $350,000 from WA State RCO to design and construct a bicycle pump track at Jensen Park. Discussion followed with Mr. Ellis answering Council questions. Councilmember Debora Nelson moved, and Councilmember Heather Logan seconded the motion to approve the resolution and authorize the Mayor to sign it. The motion passed unanimously.
National Opioid Settlement City Attorney Steve Peiffle reviewed the proposed nationwide settlement agreement that has been reached would resolve the legal claims of states and local political subdivisions against regional supermarket pharmacy Kroger Co. related to alleged misconduct related to opioids. Discussion followed with Mr. Peiffle answering Council questions. Councilmember Heather Logan moved, and Councilmember Michele Blythe seconded the motion to approve the City’s participation in the nationwide Kroger Co. Settlement litigation and authorize the Mayor or City Administrator to sign the participation forms and related documentation. The motion passed unanimously.
Succession Planning City Administrator Paul Ellis requested modifications to the full-time employee 2024 roster in the amount of $150,000 to allow for a succession plan to accommodate the transition of staff with some overlap and time to backfill existing positions with upcoming retirements in Community and Economic Development, Finance, and Police departments. Discussion followed with Mr. Ellis answering Council questions. Mayor Pro Tem Michele Blythe moved, and Councilmember Debora Nelson seconded the motion to approve the resolution and authorize the Mayor to sign it. The motion passed unanimously.
Lodging Tax Advisory Committee Appointment Finance Director Kristin Garcia reviewed two position openings on the Lodging Tax Advisory committee for “individuals representing organizations that collect the tax.”
Minutes of the City of Arlington City Council Meeting June 17, 2024
Page 3 of 3
These individuals represent hotels within the City of Arlington. Rachel Ralson, who is representing the Hotel Services Group (Best Western), was the only applicant. Staff recommends appointing Ms. Ralson to the committee as the committee will need to begin work in July for the 2025 grant awards. Staff will continue to look for an additional hotelier to serve on the committee. Councilmember Debora Nelson moved, and Councilmember Heather Logan seconded the motion to confirm the appointment of Rachel Ralson to the Lodging Tax Advisory committee. The motion passed unanimously.
COMMENTS FROM COUNCILMEMBERS Councilmember Heather Logan shared that Snohomish County overdose death count has fallen and referred to the June 12, 2024, article in the Everett Herald. Councilmember Michele Blythe thanked Fire Chief John Cermak for giving her a tour of the firehouses and for taking time to answer her questions. Councilmember Yvonne Galardo also thanked Fire Chief John Cermak for his time in providing a tour of the firehouses. She also thanked those who helped make the Arlington High School Senior all-night party a safe place for the kids. Councilmember Debora Nelson thanked the staff for the Friday car show newsletter article.
ADMINISTRATOR & STAFF REPORTS City Administrator Paul Ellis shared that he would follow up with the Airport staff who met with Reece Construction, and he will report back to the City Council with that information.
MAYOR’S REPORT Mayor Vanney announced that he attended the last day of school celebration at Legion Park where 237 kids attended. He announced he will be attending the AWC Annual Conference this week.
EXECUTIVE SESSION None.
ADJOURNMENT With no further business to come before the Council, the meeting was adjourned at 6:26 p.m. _________________________________________ Don E. Vanney, Mayor
DRAFT
Page 1 of 4
Council Chambers 110 East 3rd Street Monday, June 24, 2024
Councilmembers Present: Heather Logan, Rob Toyer, Michele Blythe, Yvonne Gallardo-Van Ornam, Leisha Nobach, Jan Schuette, and Debora Nelson who joined with Zoom.
Council Members Absent: none.
Staff Present: Mayor Don Vanney, Paul Ellis, Kristin Garcia, Jim Kelly, Marty Wray, Marc Hayes, Chelsea Brewer, Rob Soule, Jonathan Ventura, City Attorney Steve Peiffle, and Wendy Van Der Meersche.
Also Known to be Present: Kathy Vanney, Steve Maisch, Holly Sloan-Buchanan, John Branthoover, Scott Tomkins, John Cermak, Randy Nobach, Meg Tally, and Jennifer Hass.
Mayor Don Vanney called the meeting to order at 6:00 pm, and the Pledge of Allegiance and roll call followed.
APPROVAL OF THE AGENDA Mayor Pro Tem Michele Blythe moved to approve the agenda as presented. Councilmember Rob Toyer seconded the motion, which passed with a unanimous vote.
INTRODUCTION OF SPECIAL GUESTS AND PRESENTATIONS Meg Tally from Community Transit provided a PowerPoint presentation about the Microtransit Pilot program.
WORKSHOP ITEMS – NO ACTION WAS TAKEN
Low Bid Award for 3rd and 5th Street Parking Lot Public Works Director Jim Kelly reviewed a low bid award for the 3rd and 5th Street Parking Lot Project. The project involves the rehabilitation and creation of new parking spots at the City’s 3rd St parking lot and construction of a new parking lot within the 5th St Right of Way. Jointly, approximately 50 parking spots will be upgraded or created by these two parking lot projects. Work includes site grading, removal of existing asphalt, construction of onsite stormwater infiltration systems, installing conduit for future E-vehicle charging, paving, striping, sidewalk construction and ADA ramp improvements. The project was advertised for bid to contractors on the MRSC Small Works Roster. Three (3) bids were received, the certified low bidder is Diverse Earthworks. Staff is recommending award of the contract to the certified low bidder. Budget will need to be
Minutes of the Arlington
City Council Workshop
Minutes of the City of Arlington City Council Workshop June 24, 2024
Page 2 of 4
amended and will be paid from the fund balance. Discussion followed with Mr. Kelly answering Council questions.
Acceptance of Auto Theft Prevention Grant Police Chief Jonathan Ventura reviewed an Auto Theft Prevention Grant from the Washington Auto Theft Prevention Authority (WATPA) in the amount of $66,071.02 for the purchase of two (2) in-car camera systems. This purchase will be added to the current contract/subscription with AXON. Acceptance of this grant triggers the necessity for an end of year budget amendment. The City applied for an Auto Theft Prevention Grant from the Washington Auto Theft Prevention Authority for the purchase of two (2) AXON Brand ‘Fleet 3’ in-car camera systems which incorporates FLOCK Ai Automated License Plate Reader (ALPR) technology to enhance the police department’s deterrence and recovery of stolen vehicles. Discussion followed with Chief Ventura answering Council questions.
Funding for Phase II of the Smokey Point Community Park Community and Economic Development Director Marc Hayes reviewed project cost estimates, available funding sources, requested authorization to commit available funds and requested authorization to begin bid processes for the construction of Phase II of the park. Phase I of the Smokey Point Community Park is well underway and with the available funds staff would like to begin the bid process now to ensure a seamless transition for Phase II of the park and complete the park this year, instead of opening the western portion this year and then coming back in 2025 to complete the eastern portion. Discussion followed with Mr. Hayes answering Council questions.
Resolution to Waive Fly-In (SkyFest) Land Use Fees Airport Director Marty Wray reviewed a proposed resolution to waive Fly-In (SkyFest) land use fees. Each year, the airport is required to bring to the City Council a resolution to waive land use fees for the annual Fly-In (SkyFest). In 2016, the City Council voted to approve waiving fees for the Arlington Fly-In with FAA approval. The FAA did agree that this use was consistent with the grant assurances for the airport. Discussion followed with Mr. Wray answering Council questions.
Perimeter Fencing Improvements Project Airport Director Marty Wray reviewed the Perimeter Fencing Improvements Project with Bid Award (Construction Contract), Construction Administration Professional Services Agreement, and Grant Acceptance. The Perimeter Fencing Improvements Project was approved as part of the airport’s biennial budget, and involves design (previously approved), construction, and construction administration services. Dallum Build Company came in as the lowest bidder for construction at $345,803.34. Staff is requesting that City Council authorize the Mayor to sign the contract with Dallum Build Company in the amount of $345,803.34. Discussion followed with Mr. Wray answering Council questions.
Minutes of the City of Arlington City Council Workshop June 24, 2024
Page 3 of 4
Staff is requesting that City Council authorize the Mayor to sign the Professional Services Agreement with DOWL in the amount not to exceed $99,560.00 (current contracted on-call engineer for the City of Arlington Airport) for project construction administration services. Staff is requesting the City Council authorize the Mayor and City Attorney to sign the WSDOT Airport Aid Grant offer and FAA Grant offer subject to grant award for the Perimeter Fencing Improvements Project. The existing three-wire perimeter fence does not provide a secure airport perimeter and will be replaced with standard 8-foot chain-link fence with 3-strand barbed wire. The proposed fencing improvements will also reduce potential wildlife hazards on airport property per FAA-approved Wildlife Hazard Management Plan. The perimeter fence is critical for compliance with 14 CFR 139.335 Public Protection and 139.337 Wildlife Hazard Management. City Council approved the design of this project at their April 1, 2024 meeting in the amount not to exceed $62,634.00. Discussion followed with Mr. Wray answering Council questions.
Taxiway Alpha Improvements Project Airport Director Marty Wray reviewed the Taxiway Alpha Improvements Project with Bid Award (Construction Contract), Construction Administration Professional Services Agreement, and Grant Acceptance. The Taxiway Alpha Improvements Project was approved as part of the airport’s bi-annual budget, and involves design (previously approved), construction, and construction administration services. SRV Construction came in as the lowest bidder for construction at $5,876,497.01. Staff is requesting that City Council authorize the Mayor to sign the contract with SRV Construction in the amount of $5,876,497.01. Staff is requesting that City Council authorize the Mayor to sign the Professional Services Agreement with DOWL in the amount not to exceed $430,000.00 (current contracted on-call engineer for the City of Arlington Airport) for project construction administration services. Airport staff is required by the FAA to complete an Independent Fee Estimate (IFE) for DOWL’s construction administration scope and fee, which is currently being completed. Therefore, staff is requesting that the City Council approve an amount higher than DOWL’s estimate of $388,514.00. Staff is requesting that the City Council authorize the Mayor and City Attorney to sign the WSDOT Airport Aid Grant offer and FAA Grant offer subject to grant award for the Taxiway Alpha Improvements Project. The total project cost was higher than what was budgeted and will be amended in the fall. The original estimate did not include the aircraft holding bay that was added late in design based on airport user feedback. DOWL was able to incorporate into their existing design budget, but there were additional costs for construction and construction administration above original estimates.
Minutes of the City of Arlington City Council Workshop June 24, 2024
Page 4 of 4
Per the WSDOT IDEA 2018 Pavement Management Program update, Taxiway Alpha has a projected PCI of 77 in 2024. A mill and overlay of Taxiway Alpha is necessary to extend the pavement life and to improve safety by bringing connector taxiway configurations into compliance with FAA design standards. City Council approved the design of this project at their April 1, 2024 meeting in the amount not to exceed $290,788.00. Discussion followed with Mr. Wray answering Council questions.
May 2024 Financial Report Finance Director Kristin Garcia reviewed the May 2024 financial report. Discussion followed with Ms. Garcia answering Council questions.
ADMINISTRATOR AND STAFF REPORTS None.
MAYOR’S REPORT Mayor Vanney provided a recap of the AWC Annual Conference in Vancouver, Washington,/; that he attended last week.
COMMENTS FROM COUNCILMEMBERS None.
COUNCILMEMBER REPORTS Councilmembers had nothing to report this evening.
PUBLIC COMMENT Steve Maisch, Arlington, provided comments. John Branthoover, Arlington, provided comments. Scott Tomkins, Arlington, provided comments.
REVIEW OF CONSENT AGENDA ITEMS FOR NEXT MEETING Councilmembers discussed and agreed to put the following items on the consent agenda for the July 1, 2024 Council meeting. 1. Low Bid Award for 3rd and 5th Street Parking Lot 2. Acceptance of Auto Theft Prevention Grant
EXECUTIVE SESSION
ADJOURNMENT With no further business to come before the Council, the meeting was adjourned at 7:27 p.m. _________________________________________ Don E. Vanney, Mayor
City of Arlington Council Agenda Bill CA #2 Attachment July 1, 2024 Accounts Payable Claims Approval
Claims Approval
Finance; Kristin Garcia, Director 360-403-3431 EXPENDITURES REQUESTED: 0 BUDGET CATEGORY: N/A BUDGETED AMOUNT: LEGAL REVIEW: DESCRIPTION:
ALTERNATIVES:
City of Arlington
July 1st, 2024 Council Meeting
Claims Certification:
We, the undersigned City Council of the City of Arlington, Washington do hereby certify that
the merchandise or services hereinafter specified have been received and that:
Approval of EFT Payments and Claims Checks #111000 through #111131 dated June 4th, 2024
through June 17th, 2024 for a total of $1,365,299.52
City of Arlington Council Agenda Bill CA #3 Attachment
July 1, 2024 Low Bid award for 3rd and 5th Street Parking Lot Project
Certified Bid Tab 3rd and 5th Street Parking Lots
Public Works; Jim Kelly, Director EXPENDITURES REQUESTED: $299,273.72 BUDGET CATEGORY: Streets Fund (Motor Vehicle Fuel Tax) BUDGETED AMOUNT: $80,000 LEGAL REVIEW: DESCRIPTION: Award of low bid for the 3rd and 5th Street Parking Lot Project.
The project involves the rehabilitation and creation of new parking spots at the City’s 3rd St parking lot and construction of a new parking lot within the 5th St Right of Way. Jointly, approximately 50 parking spots will be upgraded or created by these two parking lot projects. Work includes site grading, removal of existing asphalt, construction of onsite stormwater infiltration systems, installing conduit for future E-vehicle charging, paving, striping, sidewalk construction and ADA ramp improvements. The project was advertised for bid to contractors on the MRSC Small Works Roster. Three (3) bids were received, the certified low bidder is Diverse Earthworks. Staff is recommending award of the contract to the certified low bidder. Budget will need to be amended and will be paid from the fund balance. ALTERNATIVES:
I move to award the 3rd and 5th Street Parking Lots Project to Diverse Earthworks in the amount of $299,273.72, and authorize the Mayor to sign the construction contract, subject to final review by the City Attorney.
Item Qty. Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
WSDOT
Standard
Item No.
WSDOT Spec
Ref Sect.
101 1‐09.7 1 LS $11,400.00 11,400.00$ $11,700.00 $11,700.00 $10,000.00 $10,000.00 $10,845.00 $10,845.00
102 8‐01.5 1 Each $85.00 85.00$ $45.00 $45.00 $100.00 $100.00 $85.00 $85.00
103 5‐04.5 130 LF $3.00 390.00$ $4.50 $585.00 $9.00 $1,170.00 $13.00 $1,690.00
104 2‐02.5 1500 SY $20.00 30,000.00$ $9.25 $13,875.00 $5.40 $8,100.00 $4.50 $6,750.00
105 100 TON $30.00 3,000.00$ $93.42 $9,342.00 $75.00 $7,500.00 $52.50 $5,250.00
106 5‐04.5 200 TON $100.00 20,000.00$ $155.40 $31,080.00 $148.00 $29,600.00 $149.00 $29,800.00
107 4‐04 100 TON $35.00 3,500.00$ $55.00 $5,500.00 $119.00 $11,900.00 $90.00 $9,000.00
108 1‐10.5 1 LS $1,500.00 1,500.00$ $1,200.00 $1,200.00 $1,700.00 $1,700.00 $6,900.00 $6,900.00
109 1 LS $36,250.00 36,250.00$ $52,077.00 $52,077.00 $65,000.00 $65,000.00 $64,060.00 $64,060.00
110 7‐04 170 LF $40.00 6,800.00$ $36.21 $6,155.70 $55.00 $9,350.00 $52.00 $8,840.00
111 7‐05 4 EACH $775.00 3,100.00$ $2,100.00 $8,400.00 $1,800.00 $7,200.00 $1,513.00 $6,052.00
112 1 LS $10,000.00 10,000.00$ $3,100.00 $3,100.00 $3,300.00 $3,300.00 $3,400.00 $3,400.00
113 8‐22 700 LF $1.00 700.00$ $1.58 $1,106.00 $2.00 $1,400.00 $2.50 $1,750.00
114 8‐22 1 LS $1,200.00 1,200.00$ $1,250.00 $1,250.00 $800.00 $800.00 $365.00 $365.00
115 8‐14 460 LF $40.00 18,400.00$ $20.96 $9,641.60 $29.00 $13,340.00 $37.25 $17,135.00
116 1‐09.6 1 EST. $2,500.00 2,500.00$ $500.00 $500.00 $2,500.00 $2,500.00 $2,500.00 $2,500.00
117 1‐07 1 LS $250.00 250.00$ $500.00 $500.00 $200.00 $200.00 $690.00 $690.00
118 1‐07 1 LS $500.00 500.00$ $4,000.00 $4,000.00 $2,000.00 $2,000.00 $1,890.00 $1,890.00
149,575.00$ $160,057.30 $175,160.00 $177,002.00
13,910.48$ $14,885.33 $16,289.88 $16,461.19
163,485.48$ $174,942.63 $191,449.88 $193,463.19
TRAFFIC
PROJECT TEMPORARY TRAFFIC CONTROL
DRAINAGE
REMOVING ASPHLAT CONC. PAVEMENT & DISP.
GRADING & SOIL REMOVAL DISPOSAL
PAVEMENT
Engineer's Estimate Diverse Earthworks
PREPARATION
CRUSHED ROCK FOR BACKFILL AND SUBGRADE
Total Bid Amount
Sales Tax 9.3%
Total
HMA CL.1/2 IN.PG64‐22
SPCC PLAN
CLEANUP / PROPERTY RESTORATION
PARKING STALL STRIPING
MISC. MARKING (INCL., HANDICAP, CROSSWALK, STOP BAR)
EXTRUDED CURB (INCL. GRADE CONTROL CURB)
OTHER
UNFORESEEN CONDITIONS FORCE ACCOUNT
INFILTRATION TRENCH (INCL.PIPE, FITTINGS, & GRAVEL)
STORM LINE 8‐IN. DIAMETER
CATCH BASIN FRAME AND GRATE TYPE 1
SIDEWALK & MARKINGS, MISC.
ELECTRICAL JUNCTION BOXES & CONUIT
PNW Civil Reece Construction
3rd Street Parking Lot Bid Schedule A
Bid Opening: 06/11/2024 @ 2:00pm
Description
MOBILIZATION / DEMOBILIZATION (8%)
INLET PROTECTION
SAW CUT EXISTING PAVEMENT
Item Qty. Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
WSDOT
Standard
Item No.
WSDOT Spec
Ref Sect.
101 1‐09.7 1 LS $7,600.00 7,600.00$ $8,800.00 $8,800.00 $7,500.00 $7,500.00 $12,900.00 $12,900.00
102 8‐01.5 1 Each $85.00 85.00$ $45.00 $45.00 $100.00 $100.00 $87.00 $87.00
103 5‐04.5 90 LF $3.00 270.00$ $4.50 $405.00 $9.00 $810.00 $12.75 $1,147.50
104 50 TON $30.00 1,500.00$ $95.00 $4,750.00 $86.00 $4,300.00 $53.00 $2,650.00
105 1‐10.5 1 LS $1,500.00 $1,500.00 $5,000.00 $5,000.00 $1,700.00 $1,700.00 $6,905.00 $6,905.00
106 4‐04 80 TON $35.00 2,800.00$ $57.00 $4,560.00 $99.00 $7,920.00 $92.75 $7,420.00
107 100 TON $30.00 3,000.00$ $70.00 $7,000.00 $29.00 $2,900.00 $52.50 $5,250.00
108 5‐04.5 100 TON $100.00 10,000.00$ $155.40 $15,540.00 $148.00 $14,800.00 $170.25 $17,025.00
109 8‐14 4 EACH $3,000.00 12,000.00$ $3,000.00 $12,000.00 $3,100.00 $12,400.00 $3,097.00 $12,388.00
110 8‐14 18 SY $100.00 1,800.00$ $65.00 $1,170.00 $173.00 $3,114.00 $127.00 $2,286.00
111 8‐14 60 LF $50.00 3,000.00$ $71.00 $4,260.00 $77.00 $4,620.00 $52.00 $3,120.00
112 8‐22 300 LF $1.00 300.00$ $1.58 $474.00 $2.00 $600.00 $2.50 $750.00
113 8‐22 1 LS $1,200.00 1,200.00$ $1,000.00 $1,000.00 $1,200.00 $1,200.00 $1,720.00 $1,720.00
114 8‐14 100 LF $40.00 4,000.00$ $35.00 $3,500.00 $37.00 $3,700.00 $60.25 $6,025.00
115 1‐09.6 1 EST. $2,500.00 2,500.00$ $2,500.00 $2,500.00 $2,500.00 $2,500.00 $2,500.00 $2,500.00
116 1‐07 1 LS $250.00 250.00$ $500.00 $500.00 $200.00 $200.00 $690.00 $690.00
117 1‐07 1 LS $500.00 500.00$ $3,500.00 $3,500.00 $3,000.00 $3,000.00 $1,860.00 $1,860.00
52,305.00$ $75,004.00 $71,364.00 $84,723.50
N/A N/A N/A N/A
52,305.00$ $75,004.00 $71,364.00 $84,723.50
118 1 LS $30,000.00 30,000.00$ $34,544.00 $34,544.00 $32,130.00 $32,130.00 $30,112.00 $30,112.00
119 7‐05 2 EACH $775.00 1,550.00$ $2,100.00 $4,200.00 $1,900.00 $3,800.00 $1,860.00 $3,720.00
120 1 LS $10,000.00 10,000.00$ $6,386.00 $6,386.00 $7,200.00 $7,200.00 $6,750.00 $6,750.00
41,550.00$ $45,130.00 $43,130.00 $40,582.00
930.00$ 4,197.09$ $4,011.09 $3,774.13
42,480.00$ $49,327.09 $47,141.09 $44,356.13
94,785.00$ $124,331.09 $118,505.09 $129,079.63
163,485.48$ $174,942.63 $191,449.88 $193,463.19
$258,270.48 $299,273.72 $309,954.97 $322,542.81Project Total (A+B)
TRAFFIC
PROJECT TEMPORARY TRAFFIC CONTROL
PAVEMENT
GRADING & SOIL REMOVAL DISPOSAL
Total Schedule A
DRAINAGE
Diverse Earthworks
Subtotal
OTHER
UNFORESEEN CONDITIONS FORCE ACCOUNT
EXTRUDED CURB (INCL. GRADE CONTROL CURB)
MISC.MARKING (INCL. HANDICAP, CROSSWALK & STOP BAR)
PNW Civil Reece ConstructionEngineer's Estimate
PREPARATION
SIDEWALK & MARKINGS, MISC.
PARALLEL CEMENT CONC. CURB RAMP
CEMENT CONCRETE SIDEWALK
CEMENT CONC. CURB & GUTTER
PARKING STALL STRIPING
CRUSHED ROCK FOR SUBGRADE 5TH AVE ROW
SOIL REMOVAL 5TH AVE
HMACL. 1/2 IN. PG64‐22 5TH AVE ROW
Sales Tax 9.3%
INFILTRATION TRENCH (INCL. PIPE, FITTINGS, & GRAVEL)
CATCH BASIN FRAME AND GRATE TYPE 1
ELECTRICAL JUNCTION BOXES & CONDUIT
OTHER
SPCC PLAN
CLEANUP / PROPERTY RESTORATION
Total Schedule B
Taxed Total
5th Street Parking Lot Bid Schedule B
Bid Opening: 06/11/2024 @ 2:00pm
Description
MOBILIZATION / DEMOBILIZATION (8%)
INLET PROTECTION
SAW CUT EXISTING PAVEMENT
Subtotal
Sales Tax 9.3%
Total
City of Arlington Council Agenda Bill CA #4 Attachment
July 1, 2024 Acceptance of Auto Theft Prevention Grant from the Washington Auto Theft Prevention Authority
Grant Award Letter
Police; Jonathan Ventura, Chief EXPENDITURES REQUESTED: $66,071.02 BUDGET CATEGORY: Equipment BUDGET AMMOUNT: LEGAL REVIEW: DESCRIPTION: Theft Prevention Authority (WATPA) in the amount of $66,071.02 for the purchase of two (2) in-car Acceptance of this grant triggers the necessity for an end of year budget amendment.
The City applied for an Auto Theft Prevention Grant from the Washington Auto Theft Prevention Authority for the purchase of two (2) AXON Brand ‘Fleet 3’ in-car camera systems which incorporates FLOCK Ai Automated License Plate Reader (ALPR) technology to enhance the police department’s deterrence and recovery of stolen vehicles. ALTERNATIVES: Reject the grant and return the funding to the WATPA. I move to accept the grant in the amount of $66,071.02 from the Washington Auto Theft Prevention Authority and authorize the Mayor to sign it, pending final review by the City Attorney.
WWAASSHHIINNGGTTOONN AAUUTTOO TTHHEEFFTT PPRREEVVEENNTTIIOONN AAUUTTHHOORRIITTYY
WASHINGTON ASSOCIATION OF SHERIFFS AND POLICE CHIEFS
Washington Auto Theft Prevention Authority
“preventing and reducing motor
vehicle thefts in the State of
May 28, 2024
Arlington Police Department
110 E 3RD ST
Arlington, WA 98223
I am pleased to inform you that Washington Auto Theft Prevention Authority (WATPA) Board
of Directors has approved the Arlington Police Department grant application for funding of
Equipment & Technology. The award is in the amount of $66,071.02. The grant award is
effective June 1, 2024 and expires on June 30, 2025. This award is a one-time event and does
not imply or promise availability of funds for replacement or continuation of funding after June
30, 2025.
Enclosed is an award agreement. This agreement is to be signed and returned to WATPA. No
funds will be reimbursed until the signed agreement is received. Expenditures prior to the award
effective date or after the grant expiration date are not authorized and will not be reimbursed. All
grant awards are subject to Grant Policies and Procedures of the Washington Auto Theft
Prevention Authority. Costs will be paid on a reimbursement basis. Your agency will be
reimbursed for actual expenses only up to the limit of the award categories. All grantees must
sign the attached non-supplanting agreement before reimbursement can begin. Also, please note
that reimbursement requests by grant recipients will only be processed upon receipt of current
semi-annual reports by the WATPA office. The semi-annual report form is available on the
WATPA website, www.WaAutoTheftPreventionAuthority.org
If you have any questions, please contact me at Phone: 253-677-8576 E-mail: bjeter@waspc.org
Sincerely,
Bryan Jeter, Executive Director
Washington Auto Theft Prevention Authority
City of Arlington Council Agenda Bill NB #1 Attachment
July 1, 2024 Permit Fee Waiver for City Project
Permit Fee Waiver Request Form
Police; Jonathan Ventura, Chief EXPENDITURES REQUESTED: None BUDGET CATEGORY: BUDGET AMMOUNT: LEGAL REVIEW: DESCRIPTION: The City Council may waive fees for non-profits and government agencies. Staff is requesting that the fees be waived. Permit fees are typically waived for City projects.
ALTERNATIVES: Remand to staff for additional information.
I move to approve waiving permit fees for the Flock ALPR cameras project.
PERMIT FEE WAIVER REQUEST
Community & Economic Development
City of Arlington • 18204 59th Ave NE • Arlington, WA 98223 • Phone (360) 403-3551
REV5.2021 Page 1 of 1
PER THE CURRENT FEE RESOLUTION
Section 1. Fees and Charges—General.
1.1 Fees. Fees are intended to cover the normal, recurring costs associated with providing a given service. Fees are non-refundable.
1.2 Prices. In some instances, the City provides certain goods and merchandise for sale. Prices for these goods may be included in this resolution.
1.3 Payment Due. Fees are due at the time the action is requested (e.g., at time of application) or occurs (e.g., prior to a specific action). An applicant may pay all fees of a multi-phased project in advance; however, doing so does not vest applicable fees due. Fees due are those in effect at the time the specific action or phase of an action is requested or occurs.
1.4 Waivers. Upon petition by the applicant, the City Council may waive any of the fees, or portions thereof, for any non-profit organization or government agency.
NOTE: State Surcharge Fees cannot be waived.
Permit Number: Total Amount: $ Staff Requesting Fee Waiver: Staff Department: Staff Email: Staff Phone #:
Reason for Waiver:
Council Workshop Date: Council Approval Date: Signatory Authority: Print Name:
CED STAFF USE ONLY
FEE BREAKDOWN Plan Review Fee(s) $ Permit Fee(s) $ Processing Technology Fee $ State Surcharge Fee $ Other: $ Other: $ ACCEPTED BY DATE STAMP
City of Arlington Council Agenda Bill NB #2 Attachment
COUNCIL MEETING DATE: July 1, 2024 Permit Fee Waiver Request for City Project
Permit Fee Waiver Request
IT; Bryan Terry, Director 360-403-4610 EXPENDITURES REQUESTED: $1,125.00 BUDGET CATEGORY: General Fund BUDGETED AMOUNT: N/A LEGAL REVIEW: DESCRIPTION:
Historically, Council has waived fees for city construction permits. IT is requesting that the right of way permit fee be waived.
ALTERNATIVES: Remand to staff for additional information.
PERMIT FEE WAIVER REQUEST
Community & Economic Development
City of Arlington • 18204 59th Ave NE • Arlington, WA 98223 • Phone (360) 403-3551
REV5.2021 Page 1 of 1
PER THE CURRENT FEE RESOLUTION
Section 1. Fees and Charges—General.
1.1 Fees. Fees are intended to cover the normal, recurring costs associated with providing a given service. Fees are non-refundable.
1.2 Prices. In some instances, the City provides certain goods and merchandise for sale. Prices for these goods may be included in this resolution.
1.3 Payment Due. Fees are due at the time the action is requested (e.g., at time of application) or occurs (e.g., prior to a specific action). An applicant may pay all fees of a multi-phased project in advance; however, doing so does not vest applicable fees due. Fees due are those in effect at the time the specific action or phase of an action is requested or occurs.
1.4 Waivers. Upon petition by the applicant, the City Council may waive any of the fees, or portions thereof, for any non-profit organization or government agency.
NOTE: State Surcharge Fees cannot be waived.
Permit Number: Total Amount: $ Staff Requesting Fee Waiver: Staff Department: Staff Email: Staff Phone #:
Reason for Waiver:
Council Workshop Date: Council Approval Date: Signatory Authority: Print Name:
CED STAFF USE ONLY
FEE BREAKDOWN Plan Review Fee(s) $ Permit Fee(s) $ Processing Technology Fee $ State Surcharge Fee $ Other: $ Other: $ ACCEPTED BY DATE STAMP
3769 1,125.00
BRYAN TERRY IT
BTERRY@ARLINGTONWA.GOV 360-403-4610
CITY PROJECT TO INSTALL FIBER FOR CITY BUILDINGS
07/01/2024
1,100.00
25.00
City of Arlington Council Agenda Bill NB #3 Attachment
July 1, 2024 Request to waive permitting fees for the Smokey Point Community Park project.
Permit Fee Waiver RequestDEPARTMENT OF ORIGIN Community and Economic Development; Marc Hayes, Director EXPENDITURES REQUESTED: BUDGET CATEGORY: BUDGETED AMOUNT: LEGAL REVIEW: DESCRIPTION: power related to the Smokey Point Community Park project.
Historically, permit fees have been waived for City projects. Staff is requesting that council grant consideration to waive right-of-way permitting fees related to the Smokey Point Community Park project. The fees being considered are in the amount of $ 1,125.00. ALTERNATIVES: Remand to staff for additional information.
fees.
PERMIT FEE WAIVER REQUEST
Community & Economic Development
City of Arlington • 18204 59th Ave NE • Arlington, WA 98223 • Phone (360) 403-3551
REV5.2021 Page 1 of 1
PER THE CURRENT FEE RESOLUTION
Section 1. Fees and Charges—General.
1.1 Fees. Fees are intended to cover the normal, recurring costs associated with providing a given service. Fees are non-refundable.
1.2 Prices. In some instances, the City provides certain goods and merchandise for sale. Prices for these goods may be included in this resolution.
1.3 Payment Due. Fees are due at the time the action is requested (e.g., at time of application) or occurs (e.g., prior to a specific action). An applicant may pay all fees of a multi-phased project in advance; however, doing so does not vest applicable fees due. Fees due are those in effect at the time the specific action or phase of an action is requested or occurs.
1.4 Waivers. Upon petition by the applicant, the City Council may waive any of the fees, or portions thereof, for any non-profit organization or government agency.
NOTE: State Surcharge Fees cannot be waived.
Permit Number: Total Amount: $ Staff Requesting Fee Waiver: Staff Department: Staff Email: Staff Phone #:
Reason for Waiver:
Council Workshop Date: Council Approval Date: Signatory Authority: Print Name:
CED STAFF USE ONLY
FEE BREAKDOWN Plan Review Fee(s) $ Permit Fee(s) $ Processing Technology Fee $ State Surcharge Fee $ Other: $ Other: $ ACCEPTED BY DATE STAMP
City of Arlington Council Agenda Bill NB #4 Attachment
July 1, 2024 Smokey Point Community Park – Phase II Funding
Funding and Expense Summary
Community and Economic Development; Marc Hayes, Director 360-403-3457 EXPENDITURES REQUESTED: $2,406,984.00 BUDGET CATEGORY: 311.594.76.63.27 BUDGETED AMOUNT: 0 LEGAL REVIEW: DESCRIPTION: available funds and authorization to begin bid processes for the construction of Phase II of the park.
Phase I of the SPCP is well underway and with these available funds we would like to begin the bid process now so that we can ensure a seamless transition for Phase II of the park and complete the park this year, instead of opening the western portion this year and then coming back in 2025 to complete the eastern portion. ALTERNATIVES: Remand to staff for additional information.
Park project, and allow staff, and their consultant, to move forward with the bid process in order to complete construction of the park.
Tree Mitigation 254,757.00$ Renewable fund
Park Mitigation 309,026.03$ Carry over from Phase I
Park Mitigation 446,207.98$ Additional needed will leave 1.1M balance
Transportation 180,000.00$ Projected from TBD
LEED 283,649.08$ Renewable fund
REET 1 647,000.00$ Brings fund balance to less than 1M
ARPA Food Truck 271,962.00$ Amount remaining ** updated 6/26
Total Funding 2,392,602.09$
Rock Project Management - Soft Costs 184,032.39$
**Based upon Phase II Cost Estimate from RPM dated 6/25/24
Direct Construction Costs 2,042,951.62$
**Also includes sales tax, bonds, contigency @8% based
upon Cost Estimate from RPM dated 6/19/24. RPM to confirm
this number
Total Expenses 2,226,984.01$
Difference between Total Funding and
165,618.08$
Smokey Point Community Park Funding & Expense Phase II
Total Funding Allocated for Phase II
Total Expenses for Phase II
Category of Work Amount Category of Work Amount
Civil 635,564.00$ Civil 163,937.00$
Site Improvements 278,700.00$ Site Improvements 50,600.00$
Site Structures 762,920.00$ Site Structures 272,102.00$
Chain Link Fences and Gates 22,000.00$ Curbs and Walks 83,560.00$
Curbs and Walks 355,373.20$ Synthetic Turf Play Mound 60,460.00$
Irrigation 89,750.00$ Soft Surface Play Areas 708,850.00$
Planting and Seeding 201,632.50$ Chain Link Fences and Gates 22,500.00$
Site Lighting & Electrical 243,239.27$ Irrigation 24,000.00$
Site Structures - Additional 115,000.00$ Planting and Seeding 107,206.00$
Subtotal Direct Construction Costs:2,704,178.97$ Local Access Road (East)80,121.00$
Contractor's GCs/Fee/Insur/Bond @ 10%270,417.90$ Subtotal Direct Construction Costs:1,573,336.00$
Owner-furnished Prefab Restroom Incl above Contractor's GCs/Fee/Insur/Bond @ 10%157,333.60$
Contingency @ 5%148,729.84$ Escalation (N/A if Award Prior to End Q2 Bid)-$
WSST @ 9.3%290,469.38$ Contingency @ 8% (increase from 5%)138,453.57$
Total Construction Costs:3,413,796.09$ WSST @ 9.3%173,828.45$
Total Construction Costs:2,042,951.62$
Other Project Costs - Non-Constr. Bid Items:Amount
PM/CM and Design Services 818,680.00$ Other Project Costs - Non-Construct. Bid Items:Amount
Add Structural Design Team Member Incl. above CM, CA-Design Services 150,682.39$
Permit Fees excl.Printing Costs, Expenses 5,600.00$
Printing Costs, Reimbursable Expenses 1,600.00$ Testing and Inspections, Geotech Inspection 27,750.00$
Total "Soft" Costs:184,032.39$
Total "Soft" Costs:827,005.00$
TOTAL PHASE ONE AND TWO PROJECTED:6,467,785.11$
Propery Acquisition Cost 961,625.00$ purchased in December 2022
Smokey Point Community Park - Estimate Summary Sheet
West Phase - Phase One East Phase - Phase Two - Updated for Spring/Summer Start
City of Arlington Council Agenda Bill NB #5 Attachment
July 1, 2024 Snohomish County PUD Easement Request
Easement
Community and Economic Development; Marc Hayes, Director EXPENDITURES REQUESTED: 0 BUDGET CATEGORY: 0 BUDGETED AMOUNT: 0 LEGAL REVIEW: DESCRIPTION: to place a new underground electrical service and transformer to provide electrical power for the entire park site. This new electrical service will be placed within Public Right of Way, across 178th St.
The PUD requests, from time to time, easement for the placement of electrical infrastructure associated with their distribution and transmission systems. This electrical service was requested by the city in order to provide power for the park. ALTERNATIVES: Remand to staff for additional information.
and authorize the Mayor to sign the easement.”
AFTER RECORDING, PLEASE RETURN TO:
Public Utility District No. 1 of Snohomish County
Attn: H Waxham M/S O1
Real Estate Services
P.O. Box 1107
Everett, WA 98206-1107
E-
WO#100125873 N#10000200410
________________________________________________________________________
DISTRIBUTION EASEMENT
Grantor (“Owner”): City of Arlington, a Washington municipal corporation
Grantee: Public Utility District No. 1 of Snohomish County
Short Legal Description: Ptn. NW ¼ SW ¼ S 21, T 35 N, R 05E, W.M.
Tax Parcel Nos: 31052100302300
THIS DISTRIBUTION EASEMENT (“Easement”) is made this day of 202__,
by and between City of Arlington, a Washington municipal corporation (“Owner”), and Public Utility
District No. 1 of Snohomish County, a Washington State municipal corporation (“District”). The Owner,
and District are sometimes referred to individually herein as “Party” and collectively as “Parties”. The District
is referred to as “Grantee”.
WHEREAS, Owner is the owner of certain lands and premises situated in the County of
Snohomish, State of Washington, legally described as follows (hereinafter “Property”):
Lot 1, Snohomish County Short Plat No. 229(10-74), recorded under Recording No.
2363994, records of Snohomish County, Washington.
Situate in the County of Snohomish , State of Washington
WHEREAS, the Grantee is desirous of acquiring certain rights and privileges across, over, under,
upon and through the Property.
NOW, THEREFORE, the Parties agree as follows:
1. Distribution Easement. Owner, for good and valuable consideration, receipt of which is
hereby acknowledged, hereby conveys and grants to Grantee, its agents, contractors, successors and
assigns, a non-exclusive easement for the perpetual right, privilege, and authority to patrol, construct, erect,
reconstruct, alter, improve, extend, repair, operate, and maintain overhead and/or underground electric
distribution lines and facilities, Grantee-owned communication wires and cables, and other necessary or
convenient appurtenances, across, over, under, through and upon the following portion of Owner’s Property
(hereinafter “Easement Area”):
That portion of the above-described property being a strip of land ten feet (10’) in width having
five feet (5’) of such width on each side of the centerline of the electrical facilities as constructed,
to be constructed, extended or relocated within the above described real property. The exterior
boundaries of said easement being widened accordingly to provide Grantee 8 feet of easement
area adjoining all sides of Grantee’s ground mounted transformers, switch cabinets, and/or
vaults.
2. Access To and Across Property. Grantee has the right of ingress to and egress from the
Easement Area across the adjacent Property of Owner where same is reasonably necessary for the
purpose of exercising its easement rights described in Section 1.
3. Owner’s Reservation of Rights and Use of Easement Area. Owner reserves the right to
use the Easement Area in a manner that does not interfere with the Grantee’s use of the Easement Area,
and/or present a hazard to Grantee’s electric distribution lines and facilities, communication wires and
cables, and other appurtenances. The Owner shall not construct or permit to be constructed any structures
of any kind in the Easement Area without prior approval of the Grantee.
4. Clearing of Power Line Right of Way. Grantee has the right at all times to clear said
Easement Area and keep the same clear of all brush, debris and trees.
5. Trimming or Removal of Hazardous/Danger Trees. Grantee has the right at all times to
cut, slash, or trim and remove brush, timber or trees from the Property which in the opinion of Grantee
constitute a hazard to said lines and facilities, communication wires and cables, and other appurtenances
or the Grantee's access thereto. Trees, brush or other growth shall be deemed hazardous to the lines or
facilities or access of the Grantee when they are of such a height that they could, upon falling, strike the
nearest edge of the Easement Area at a height of more than fifteen feet (15’). Except in emergencies,
Grantee shall, prior to the exercise of such right, identify such trees and make a reasonable effort to give
Owner prior notice that such trees will be trimmed or removed.
6. Title to Removed Trees, Vegetation and Structures. The title to all brush, debris, trees and
structures removed from the Easement Area and the Property pursuant to Sections 4 and 5 shall be vested
in the Grantee, and the consideration paid for this Easement and rights herein described is accepted by
Owner as full compensation for said removed brush, debris, trees and structures. Owner shall be entitled
to request fallen timber be set aside for Owner’s personal use. Grantee shall make reasonable effort to
set aside said fallen timber provided doing the same is safe in Grantee’s sole opinion. Title to any fallen
timber set aside in this manner shall revert to the Owner.
7. Restoration Provision. To the extent that Owner’s Property is disturbed and/or damaged
by Grantee’s exercise of its rights hereunder, Grantee shall restore the condition of the Property as nearly
as reasonably possible to its existing condition prior to said exercise of its rights.
8. Title to Property. The Owner represents and warrants having the lawful right and power
to sell and convey this Easement to Grantee.
9. Binding Effect. This Easement and the rights and obligations under this Easement are
intended to and shall run with the Property and shall benefit and bind the Parties and their respective heirs,
successors and assigns.
10. Governing Law and Venue. This Easement shall be governed by and construed in
accordance with the laws of the State of Washington. The venue for any action to enforce or interpret this
Easement shall lie in the Superior Court of Washington for Snohomish County, Washington.
11. Authority. Each party signing this Easement, if on behalf of an entity, represents that they
have full authority to sign this Easement on behalf of such entity.
12. Grantee Acceptance. By recording this Easement, Grantee hereby accepts all provisions
set forth under this agreement.
IN WITNESS WHEREOF, this instrument has been executed the day and year first above written
OWNER(S):
City of Arlington, a Washington municipal corporation
By: __________________________________________________________
Its: __________________________________________________________
(REPRESENTATIVE ACKNOWLEDGMENT)
State of ________
County of
I certify that I know or have satisfactory evidence that ____________
signed this instrument, on oath stated that (he/she/they) (was/were) authorized to execute the instrument and
acknowledged it as the __________________ of City of Arlington, a Washington municipal corporation
to be the free and voluntary act for the uses and purposes mentioned in the instrument.
Dated:
Signature of
(Seal or Stamp) Notary Public
Title Notary Public
My appointment expires
City of Arlington Council Agenda Bill
Item: NB #6 Attachment J
COUNCIL MEETING DATE: July 1, 2024
Resolution to Waive Fly-In (SkyFest) Land Use Fees
Resolution
Airport; Marty Wray, Director 360-403-3477 EXPENDITURES REQUESTED: Yes BUDGET CATEGORY: Professional Services BUDGETED AMOUNT: LEGAL REVIEW:
annual Fly-In (SkyFest).
FAA did agree that this use was consistent with the grant assurances for the airport.
Remand to staff for additional information.
sign the resolution.
RESOLUTION 2024-XXX 1
RESOLUTION NO. 2024-XXX
A RESOLUTION OF THE CITY OF ARLINGTON
ADOPTING FINDINGS REGARDING THE WAIVER OF FEES
FOR THE 2024 ARLINGTON SKYFEST EVENT
WHEREAS, the City of Arlington adopted Ordinance No. 2016-011 on June 20, 2016,
creating a mutual benefit agreement process for certain events to be held at the
Arlington Municipal Airport; and
WHEREAS, the City Council wishes to adopt required findings in support of the waiver of
fees;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ARLINGTON,
WASHINGTON AS FOLLOWS:
1. The Arlington City Council makes the following written findings relating to the 2024
SkyFest event, as required by AMC 14.08.065:
(a) The 2024 Arlington SkyFest Event enhances public acceptance of the airport in
the community in the immediate area of the airport;
(b) The subject property will be put to a desired public recreational or other
community use by the community in the immediate area of the airport during the 2024
Arlington SkyFest event;
(c) The desired community use and the community goodwill that would be
generated by 2024 Arlington SkyFest Event serves the business interest of the airport in
ways that can be articulated and demonstrated;
(d) The 2024 Arlington SkyFest Event does not adversely affect the capacity,
security, safety, or operations of the airport;
(e) At the time the 2024 Arlington SkyFest Event is contemplated, the subject
property would not reasonably be expected to produce more than de minimis revenue;
(f) The 2024 Arlington SkyFest does not preclude reuse of the subject property for
airport purposes;
(g) Airport revenue does not support the capital or operating costs associated with
the 2024 Arlington SkyFest Event;
(h) The 2024 Arlington SkyFest Event is not to a for-profit organization or for the
benefit of private individuals;
(i) The permit, license or contract for the 2024 Arlington SkyFest Event complies
with RCW 14.08.120(5);
(j) The permit, license or other contract for the 2024 Arlington SkyFest Event does
not exceed five (5) years;
RESOLUTION 2024-XXX 2
(k) The permit, license or other contract for the 2024 Arlington SkyFest Event does
not exceed one year;
(l) The proposed 2024 Arlington SkyFest Event use agreement and proposed waive
of fees has been provided to the FAA for the opportunity to review and comment;
(m) If the proposed use is within the airport operations area, it may only be used for
an approved aeronautical use; and
(n) The proposed permit, license or agreement complies with the city’s federal grant
assurance obligations.
2. The Arlington City Council hereby waives the land use fees customarily charged for
events pertaining to the 2024 SkyFest.
ADOPTED by the City Council and APPROVED by the Mayor this 1st day of July, 2024.
CITY OF ARLINGTON
_______________________________
Don E. Vanney, Mayor
ATTEST:
_______________________________
Wendy Van Meersche, City Clerk
APPROVED AS TO FORM:
________________________________
Steven J. Peiffle, City Attorney
City of Arlington Council Agenda Bill
Item: NB #7 Attachment K
COUNCIL MEETING DATE: July 1, 2024
Perimeter Fencing Improvements Project – Bid Award (Construction Contract), Construction Administration Professional Services Agreement, and Grant Acceptance
Recommendation to Award, Construction Contract, and Construction Professional Services Agreement
Airport; Marty Wray, Director 360-403-3477 EXPENDITURES REQUESTED: $445,363.34 BUDGET CATEGORY: CIP Fund BUDGETED AMOUNT: LEGAL REVIEW: DESCRIPTION: (previously approved), construction, and construction administration services. Dallum Build Company came in as the lowest bidder for construction at $345,803.34. Staff is requesting that City Council authorize the Mayor to sign the contract with Dallum Build Company in the amount of $345,803.34. Staff is also requesting that City Council authorize the Mayor to sign the Professional Services Agreement with DOWL in the amount not to exceed $99,560.00 (current contracted on-call engineer for the City of Arlington Airport) for project construction administration services. Staff is requesting the City Council authorize the Mayor and City Attorney to sign the WSDOT Airport Aid Grant offer and FAA Grant offer subject to grant award for the Perimeter Fencing Improvements Project.
foot chain-link fence with 3-strand barbed wire. The proposed fencing improvements will also reduce potential wildlife hazards on airport property per FAA-approved Wildlife Hazard Management Plan. The perimeter fence is critical for compliance with 14 CFR 139.335 Public Protection and 139.337 Wildlife Hazard Management. City Council approved the design of this project at their April 1, 2024 meeting in the amount not to exceed $62,634.00. Remand to staff for additional information
City of Arlington Council Agenda Bill
Item: NB #7 Attachment K
RECOMMENDED MOTION: I move to authorize the Mayor to sign the contract with Dallum Build Company in the amount of $345,803.34 for the Perimeter Fencing Improvement Project; to authorize the Mayor to sign the Professional Services Agreement with DOWL in the amount not to exceed $99,560.00 for construction administration services; and to authorize the Mayor and City Attorney to sign the WSDOT Airport Aid Grant offer and FAA Grant offer, subject to grant award.
Page 1 of 26
Construction Contract - Federal (Rev 1.1.2024)
CONSTRUCTION CONTRACT
FOR FEDERALLY FUNDED PROJECTS
Project Name___________________________________________________ Project # ___________
THIS CONTRACT, is made and entered into in duplicate this day of , 202_, by and
between the CITY OF ARLINGTON, a municipal corporation of the State of Washington, hereafter called
the “CITY”, and (CONTRACTOR NAME) hereafter referred to as the
“CONTRACTOR”.
WHEREAS, the CITY desires , and
WHEREAS, the CONTRACTOR is qualified, willing and able to perform the necessary work.
NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained,
to be kept, performed and fulfilled by the respective parties thereto, and other valuable considerations,
it is mutually agreed as follows:
1.SCOPE OF SERVICES
CONTRACTOR agrees to perform the services described in the attached Scope of Work and/or
proposal which is attached hereto as Exhibit ”A” and is herein incorporated by reference.
2.TERM
2.1 No work is to be performed prior to written notice by the CITY to proceed.
2.2 All work under this Contract is to be done within of notice to proceed.
3.COMPENSATION AND METHOD OF PAYMENT
3.1 CITY shall pay CONTRACTOR for the work performed under this Contract: (check one)
(please include all applicable taxes and fees)
Hourly: $ per hour but not more than a total of $_______________.
Fixed Sum: a total amount of $ .
Other: _____________________________________________________.
for all work performed and expenses incurred under this Contract.
Page 2 of 26
Construction Contract - Federal (Rev 1.1.2024)
3.2 The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for
____________________ , which includes any applicable
sales or use tax, in accordance with and as described in the attached plans and
specifications and the Standard Specifications for Municipal Public Works Construction,
which are by this reference incorporated herein and made a part hereof, and shall perform
any alterations in or additions to the work provided under this Contract and every part
thereof.
3.3 The CONTRACTOR shall maintain time and expense records and report them to the CITY
monthly; and shall submit invoices to the CITY monthly for payment for work performed
to the date of the invoice. Invoices shall be in a format acceptable to the CITY.
3.4 The CITY shall pay all invoices from the CONTRACTOR by mailing a CITY warrant within 30
days of receipt of a properly completed invoice.
3.5 All records and accounts pertaining to this Contract are to be kept available for inspection
by representatives of the CITY for a period of three (3) years after final payment. Copies
shall be made available to the CITY upon request.
3.6 If during the course of the Contract, the work rendered does not meet the requirements
set forth in the Contract, the CONTRACTOR shall correct or modify the required work to
comply with the requirements of the Contract. The CITY shall have the right to withhold
payment for such work until it meets the requirements of the Contract.
4.PREVAILING WAGE
4.1 This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be
amended, relating to prevailing wages. On Public Works projects, funded in part or in
whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO
WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF
THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OR WAGE as determined
by the Industrial Statistician of the Department of Labor and industries for the State of
Washington. The schedule of prevailing wage rates for this Contract is attached hereto and
by this reference made a part of this Contract as though fully set forth herein.
4.2 Prior to making any payment under this Contract, the CITY must receive an approved copy
of the “Statement of Intent to Pay Prevailing Wages on Public Works Contracts” from the
Department of Labor and Industries.
4.3 It is the CONTRACTOR’s responsibility to obtain and file the Statement. The CONTRACTOR
shall be responsible for all filing fees. Each invoice shall include a signed statement that
prevailing wages have been paid by the CONTRACTOR and all subcontractors. Following
the final acceptance of services rendered, CONTRACTOR shall submit an “Affidavit of
Wages Paid” which must be certified by the Industrial Statistician of the Department of
Labor and Industries.
Page 3 of 26
Construction Contract - Federal (Rev 1.1.2024)
5.REPRESENTATIONS
CITY has relied upon the qualifications of CONTRACTOR in entering into this Contract. By execution
of this Contract, CONTRACTOR represents it possesses the ability, skill and resources necessary to
perform the work and is familiar with all applicable current laws, rules and regulations which
reasonably relate to the Scope of Services detailed in Exhibit “A” hereto.
6.STANDARD OF CARE
CONTRACTOR shall exercise the degree of skill and diligence normally employed by contractors
engaged in the same profession, and performing the same or similar services at the time such
services are performed. CONTRACTOR will be responsible for the technical accuracy of its services
and documents resulting therefrom, and CITY shall not be responsible for discovering deficiencies
therein. CONTRACTOR agrees to correct any deficiencies discovered without additional
compensation, except to the extent such deficiencies are directly attributable to deficiencies or
omissions in City-furnished information.
7.RESPONSIBILITY OF CONTRACTOR
7.1 Safety. CONTRACTOR shall take all necessary precautions for the safety of employees on
the work site and shall comply with all applicable provisions of Federal, State, and
municipal safety laws.
7.2 Corrections of Defects. CONTRACTOR shall be responsible for correcting all defects in
workmanship and/or materials discovered within one year after acceptance of this work.
When corrections of defects are made, CONTRACTOR shall be responsible for correcting
all defects in workmanship and/or materials in the corrected work for one year after
acceptance of the corrections by the CITY. The CONTRACTOR shall start work to remedy
such defects within seven (7) days of mailing notice of discovery thereof by the CITY and
shall complete such work within a reasonable time. In emergencies where damage may
result from delay or where loss of service may result, such corrections may be made by the
CITY, in which case the cost shall be borne by the CONTRACTOR. In the event the
CONTRACTOR does not accomplish corrections at the time specified, the work will be
otherwise accomplished and the cost of same shall be paid by the CONTRACTOR.
7.3 Warranty. CONTRACTOR shall be responsible for correcting all defects in workmanship
and material in a responsible period of time, after said work is completed. CONTRACTOR
shall start work to remedy such defects within seven (7) days of mailing notice of discovery
thereof by the CITY and shall complete such work in a reasonable time. In emergencies
where damage may result from delay or where loss of service may result, such correction
may be made by the CITY, in which case the cost shall be borne by the CONTRACTOR. In
the event the CONTRACTOR does not accomplish corrections at the time specified, the
work will be otherwise accomplished and the cost of same shall be paid by the
CONTRACTOR.
Page 4 of 26
Construction Contract - Federal (Rev 1.1.2024)
CONTRACTOR shall be liable for any costs, losses, expenses or damages, including
consequential damages, suffered by the CITY resulting from defects in the CONTRACTOR's
work including, but not limited to, cost of materials and labor extended by the CITY in
making emergency repairs and cost inspection and supervision of the CITY. CONTRACTOR
shall hold the CITY harmless from any and all claims which may be made against the CITY
as a result of any defective work and the CONTRACTOR shall defend any such claims at his
own expense. Where materials or procedures are not specified in the contract, the CITY
relies on the professional judgment of the CONTRACTOR to make appropriate selections.
7.4 Nondiscrimination.
7.4.1 Nondiscrimination Requirement. During the term of this Contract, CONTRACTOR,
including any subcontractor, shall not discriminate on the bases enumerated at
RCW 49.60.530(3). In addition, CONTRACTOR, including any subcontractor, shall
give written notice of this nondiscrimination requirement to any labor
organizations with which CONTRACTOR, or subcontractor, has a collective
bargaining or other agreement.
7.4.2 Obligation to Cooperate. CONTRACTOR, including any subcontractor, shall
cooperate and comply with any Washington state agency investigation regarding
any allegation that CONTRACTOR, including any subcontractor, has engaged in
discrimination prohibited by this Contract pursuant to RCW 49.60.530(3).
7.4.3 Default. Notwithstanding any provision to the contrary, Agency may suspend
CONTRACTOR, including any subcontractor, upon notice of a failure to participate
and cooperate with any state agency investigation into alleged discrimination
prohibited by this Contract, pursuant to RCW 49.60.530(3). Any such suspension
will remain in place until Agency receives notification that CONTRACTOR,
including any subcontractor, is cooperating with the investigating state agency. In
the event CONTRACTOR, or subcontractor, is determined to have engaged in
discrimination identified at RCW 49.60.530(3), Agency may terminate this
Contract in whole or in part, and CONTRACTOR, subcontractor, or both, may be
referred for debarment as provided in RCW 39.26.200. CONTRACTOR or
subcontractor may be given a reasonable time in which to cure this
noncompliance, including implementing conditions consistent with any court-
ordered injunctive relief or settlement agreement.
7.4.4 Remedies for Breach. Notwithstanding any provision to the contrary, in the event
of Contract termination or suspension for engaging in discrimination,
CONTRACTOR, subcontractor, or both, shall be liable for contract damages as
authorized by law including, but not limited to, any cost difference between the
original contract and the replacement or cover contract and all administrative
costs directly related to the replacement contract, which damages are distinct
from any penalties imposed under Chapter 49.60, RCW. Agency shall have the
Page 5 of 26
Construction Contract - Federal (Rev 1.1.2024)
right to deduct from any monies due to CONTRACTOR or subcontractor, or that
thereafter become due, an amount for damages CONTRACTOR or subcontractor
will owe Agency for default under this provision.
7.5 Employment.
Any and all employees of the CONTRACTOR while engaged in the performance shall be
considered employees of the CONTRACTOR only and not of the CITY and any and all claims
that may or might arise under the Worker's Compensation Act on behalf of said employees,
while so engaged and any and all claims made by a third party as consequence of any
negligent act or omission on the part of the CONTRACTOR's employees, while so engaged on
any of the work or services provided or rendered herein, shall be the sole obligation and
responsibility of the CONTRACTOR.
8.SUBCONTRACTOR RESPONSIBILITY
8.1 The CONTRACTOR shall include the language of this section in each of its first-tier
subcontracts, and shall require each of its subcontractors to include the same language of
this section in each of their subcontracts, adjusting only as necessary the terms used for
the contracting parties. The requirements of this section apply to all subcontractors
regardless of tier.
At the time of subcontract execution, the CONTRACTOR shall verify that each of its first-
tier subcontractors meets the following bidder responsibility criteria:
8.1.1 Have a current certificate of registration as a CONTRACTOR in compliance with
chapter 18.27 RCW, which must have been in effect at the time of subcontract bid
submittal;
8.1.2 Have a current Washington Unified Business Identifier (UBI) number;
8.1.3 If applicable, have:
8.1.3.1 Industrial Insurance (worker’s compensation) coverage for the
subcontractor’s employees working in Washington, as required in Title 51
RCW;
8.1.3.2 A Washington Employment Security Department number, as required in
Title 50 RCW;
8.1.3.3 A Washington Department of Revenue state excise tax registration
number, as required in Title 82 RCW;
8.1.3.4 An electrical CONTRACTOR license, if required by Chapter 19.28 RCW;
Page 6 of 26
Construction Contract - Federal (Rev 1.1.2024)
8.1.3.5 An elevator CONTRACTOR license, if required by Chapter 70.87 RCW
8.1.4 Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
9. HOLD HARMLESS
The CONTRACTOR shall defend, indemnify and hold the CITY, its officers, officials, employees and
volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney
fees, arising out of or in connection with the performance of this Contract, except for injuries and
damages caused by the sole negligence of the CITY.
However, should a court of competent jurisdiction determine that this Contract is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the CONTRACTOR
and the CITY, its officers, officials, employees, and volunteers, the CONTRACTOR’s liability
hereunder shall be only to the extent of the CONTRACTOR‘s negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
CONTRACTOR’s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Contract.
10. INSURANCE
10.1 Insurance Term. CONTRACTOR shall procure and maintain, for the duration of this
Contract, insurance against claims for the injuries to persons or damages to property which
may arise from or in connection with the performance of the work thereunder by the
CONTRACTOR, his agent, representatives, employees or subcontractors. The cost of such
insurance shall be paid by the CONTRACTOR.
10.2 No Limitation. The CONTRACTOR shall procure and maintain insurance, as required in this
Section, without interruption from commencement of the CONTRACTOR’s work through
the term of the Contract and for thirty (30) days after the Physical Completion date, unless
otherwise indicated herein.
10.3 Minimum Scope of Insurance. The Contractor’s required insurance shall be of the types
and coverage as stated below:
10.3.1 Automobile Liability insurance covering all owned, non-owned, hired and leased
vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form
CA 00 01.
10.3.2 Commercial General Liability insurance shall be at least as broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations,
independent contractors, products-completed operations, stop gap liability,
Page 7 of 26
Construction Contract - Federal (Rev 1.1.2024)
personal injury and advertising injury, and liability assumed under an insured
contract. The Commercial General Liability insurance shall be endorsed to provide
a per project general aggregate limit using ISO form CG 25 03 05 09 or an
endorsement providing at least as broad coverage. There shall be no exclusion for
liability arising from explosion, collapse or underground property damage. The
CITY shall be named as an additional insured under the Contractor’s Commercial
General Liability insurance policy with respect to the work performed for the CITY
using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-
Completed Operations endorsement CG 20 37 10 01 or substitute endorsements
providing at least as broad coverage.
10.3.3 Workers’ Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
10.4 Minimum Amounts of Insurance. CONTRACTOR shall maintain limits no less than:
10.4.1 Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident.
10.4.2 Commercial General Liability insurance shall be written with limits no less than
$2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000
products-completed operations aggregate limit.
10.4.3 Worker's Compensation coverage as required by the Worker's Compensation Act
of the State of Washington.
10.5 City’s Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the CITY shall be insured for the full
available limits of Commercial General and Excess or Umbrella liability maintained by the
Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to
the CITY evidences limits of liability lower than those maintained by the Contractor.
10.6 Other Insurance Provision. The Contractor’s Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be
primary insurance as respect the CITY. Any insurance, self-insurance, or self-insured pool
coverage maintained by the CITY shall be excess of the Contractor’s insurance and shall not
contribute with it.
10.7 Acceptability of Insurers. Insurance is to be placed with insurers with a Best's rating of no
less than A: VII.
10.8 Verification of Coverage. CONTRACTOR shall furnish the CITY with certificates of insurance
effecting coverage required by this clause. The certification for each insurance policy is to
be signed by a person authorized by that insurer to bind coverage on its behalf. The
Page 8 of 26
Construction Contract - Federal (Rev 1.1.2024)
certificates are to be received and approved by the CITY before work commences. The CITY
reserves the right to require complete, certified copies of all required insurance policies, at
any time.
10.9 Subcontractors. The CONTRACTOR shall cause each and every subcontractor to provide
insurance coverage that complies with all applicable requirements of the Contractor-
provided insurance as set forth herein, except the CONTRACTOR shall have sole
responsibility for determining the limits of coverage required to be obtained by
subcontractors. The CONTRACTOR shall ensure that the CITY is an additional insured on
each and every Subcontractor’s Commercial General liability insurance policy using an
endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37
10 01 for completed operations.
10.10 Notice of Cancellation. The Contractor shall provide the CITY and all additional insureds for
this work with written notice of any policy cancellation within two business days of their
receipt of such notice.
10.11 Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the
insurance as required shall constitute a material breach of contract, upon which the CITY
may, after giving five business days’ notice to the Contractor to correct the breach,
immediately terminate the Contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the CITY on demand, or at the sole discretion of the CITY, offset against funds due
the Contractor from the CITY.
11. CLAIMS
11.1 Any claim against the CITY for damages, expenses, costs or extras arising out of the
performance of this Contract must be made in writing to the CITY within thirty (30) days
after the discovery of such damage, and in no event later than the time of approval by the
CITY of final payment. CONTRACTOR, upon making applications for final payment, shall be
deemed to have waived this right to claim for final payment.
12. COMPLIANCE WITH LAWS
12.1 The CONTRACTOR shall comply with all Federal, State and local laws and regulations
applicable to the work done under this contract. Any violation of the provisions of this
Contract shall be considered a violation of a material provision and shall be grounds for
cancellation, termination or suspension of the Contract by the CITY, in whole or on part,
and may result in ineligibility for future work for the CITY.
12.2 If federal funds are being used by the City in this Contract, the CONTRACTOR agrees to
comply with the terms and conditions set forth on Exhibit B attached hereto.
Page 9 of 26
Construction Contract - Federal (Rev 1.1.2024)
13. CITY'S RIGHT TO TERMINATE CONTRACT
13.1 The CITY may terminate this Contract upon the occurrence of any one or more of the
events hereafter specified:
13.1.1 If the CONTRACTOR should be adjudged bankrupt.
13.1.2 If the CONTRACTOR should make a general assignment of benefit of his creditors.
13.1.3 If a receiver should be appointed on the account of insolvency of the CONTRACTOR.
13.1.4 If CONTRACTOR should persistently or repeatedly refuse or fail to supply a
sufficient number of properly skilled workmen or proper materials for completion
of the work.
13.1.5 If the CONTRACTOR shall fail to complete the work within the time specified in the
contract.
13.1.6 If the CONTRACTOR shall fail to make a prompt payment to subcontractors or for
material or labor.
13.1.7 If CONTRACTOR should persistently disregard laws, ordinances or regulations of
Federal, State or municipal agencies or subdivisions thereof.
13.1.8 If CONTRACTOR should persistently disregard instructions of Management,
or otherwise be guilty of a substantial violation of the contract.
13.2 This Contract, and any amendments or extensions to said Contract may be terminated for
any reason not previously identified by either party by giving ten (10) days written notice
to the other party. In the event that this Contract is terminated by the CITY, CONTRACTOR
shall not be entitled to receive any further balance of the amount to be paid under this
Contract until the work shall have been fully finished. At such time, if the unpaid balance
of the amount to be paid under this Contract exceeds the expense incurred by the CITY in
finishing the work, all of the damages sustained or which may be sustained by reason of
such refusal, neglect, failure of discontinuance of employment, such excess shall be paid
by the CITY to CONTRACTOR. If such expense and damages shall exceed the unpaid
balance, CONTRACTOR and his surety and each thereof shall be jointly and severally liable
therefore to CITY and shall pay the difference to the CITY. Such expense and damage shall
include all legal costs incurred by the CITY in employment of attorneys to protect the rights
and interests of the CITY under the contract; provided such legal costs shall be reasonable.
14. OWNERSHIP OF DOCUMENTS
14.1 On payment to the CONTRACTOR by the CITY of all compensation due under this Contract
all finished or unfinished documents and material prepared by the CONTRACTOR with
Page 10 of 26
Construction Contract - Federal (Rev 1.1.2024)
funds provided by this Contract shall become the property of the CITY and shall be
forwarded to the CITY at its request.
14.2 Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the CONTRACTOR under this Contract will be kept as
confidential and shall not be made available to any individual or organization by the
CONTRACTOR without prior written approval of the CITY or by court order.
15. PLANS AND SPECIFICATIONS
Plans and Specifications hereto referred to as the Exhibits, shall be available during office hours at
the following address: ____________________________. Said Plans and Specifications are by this
reference incorporated herein.
16. ASSIGNMENT
This Contract may not be assigned or otherwise transferred by the parties hereto without the
written consent of the other party.
17. INDEPENDENT CONTRACTOR
CONTRACTOR is and shall be at all times during the term of this Contract an independent
CONTRACTOR.
18. ATTORNEYS FEES AND COSTS
If any legal proceeding is brought for the enforcement of this Contract, or because of a dispute,
breach, default, or misrepresentation in connection with any of the provisions of this Contract, the
prevailing party shall be entitled to recover from the other party, in addition to any other relief to
which such party may be entitled, reasonable attorney's fees and other costs incurred in that
action or proceeding.
19. NOTICE
Notices, other than applications for payment, shall be given in writing to the persons named
below:
__________________________________
__________________________________
_________________________________
_________________________________
Page 11 of 26
Construction Contract - Federal (Rev 1.1.2024)
20. JURISDICTION AND VENUE
20.1 This Contract has been and shall be construed as having been made and delivered within
the State of Washington, and it is agreed by each party hereto that this Contract shall
be governed by laws of the State of Washington, both as to interpretation and
performance.
20.2 Any action of law, suit in equity, or judicial proceeding for the enforcement of this
Contract or any provisions thereof, shall be instituted and maintained only in any of the
courts of competent jurisdiction in Snohomish County, Washington.
21. SEVERABILITY
21.1 If, for any reason, any part, term or provision of this Contract is held by a court of the
United States to be illegal, void or unenforceable, the validity of the remaining
provisions shall not be affected, and the rights and obligations of the parties shall be
construed and enforced as if the Contract did not contain the particular provision held
to be invalid.
21.2 If it should appear that any provision hereof is in conflict with any statutory provision of
the State of Washington, said provision which may conflict therewith shall be deemed
inoperative and null and void insofar as it may be in conflict therewith, and shall be
deemed modified to conform to such statutory provisions.
22. MODIFICATION
No change, alteration, modification or addition to the Contract will be effective unless it is in
writing and properly signed by all parties thereto.
IN WITNESS WHEREOF, the parties have executed this Contract as of this day of
, 202_.
CITY OF ARLINGTON, WASHINGTON: CONTRACTOR:
By By
Title Title
Page 12 of 26
Construction Contract - Federal (Rev 1.1.2024)
EXHIBIT A - SCOPE OF WORK
EXHIBIT B – FEDERALLY FUNDED CONSTRUCTION PROJECTS
(A) Equal Employment Opportunity. The provisions of this sec�on related to 23 CFR Part 230, Subpart A,
Appendix A are applicable to all Federal-aid construc�on contracts and to all related construc�on subcontracts
of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or
architectural service contracts. In addi�on, the contractor and all subcontractors must comply with the following
policies: Execu�ve Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Sec�on 504 of the
Rehabilita�on Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42
U.S.C. 2000d et seq.), and related regula�ons including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230,
and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity
Clause in 41 CFR 60- 1.4(b) and, for all construc�on contracts exceeding $10,000, the Standard Federal Equal
Employment Opportunity Construc�on Contract Specifica�ons in 41 CFR 60-4.3. Note: The U.S. Department of
Labor has exclusive authority to determine compliance with Execu�ve Order 11246 and the policies of the
Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contrac�ng agency and the FHWA
have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Sec�on 504 of the
Rehabilita�on Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended
(42 U.S.C. 2000d et seq.), and related regula�ons including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200,
230, and 633.
The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to
conform to the U.S. Department of Labor (US DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and
to take affirma�ve ac�on to assure equal opportunity as set forth under laws, execu�ve orders, rules, regula�ons
(see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders
of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C.
140, shall cons�tute the EEO and specific affirma�ve ac�on standards for the contractor's project ac�vi�es under
this contract. The provisions of the Americans with Disabili�es Act of 1990 (42 U.S.C. 12101 et seq.) set forth
under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by reference in this contract. In the execu�on of
this contract, the contractor agrees to comply with the following minimum specific requirement ac�vi�es of
EEO:
a. The contractor will work with the contrac�ng agency and the Federal Government to ensure that it has
made every good faith effort to provide equal opportunity with respect to all of its terms and condi�ons of
employment and in their review of ac�vi�es under the contract. 23 CFR 230.409 (g)(4) & (5).
b. The contractor will accept as its opera�ng policy the following statement: "It is the policy of this Company
to assure that applicants are employed, and that employees are treated during employment, without regard to
their race, religion, sex, sexual orienta�on, gender iden�ty, color, na�onal origin, age or disability. Such ac�on
shall include: employment, upgrading, demo�on, or transfer; recruitment or recruitment adver�sing; layoff or
termina�on; rates of pay or other forms of compensa�on; and selec�on for training, including appren�ceship,
pre-appren�ceship, and/or on-the-job training."
2. EEO Officer: The contractor will designate and make known to the contrac�ng officers an EEO Officer who will
have the responsibility for and must be capable of effec�vely administering and promo�ng an ac�ve EEO
program and who must be assigned adequate authority and responsibility to do so.
3. Dissemina�on of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote,
and discharge employees, or who recommend such ac�on or are substan�ally involved in such ac�on, will be
made fully cognizant of and will implement the contractor's EEO policy and contractual responsibili�es to
provide EEO in each grade and classifica�on of employment. To ensure that the above agreement will be met,
the following ac�ons will be taken as a minimum:
a. Periodic mee�ngs of supervisory and personnel office employees will be conducted before the start of work
and then not less o�en than once every six months, at which �me the contractor's EEO policy and its
implementa�on will be reviewed and explained. The mee�ngs will be conducted by the EEO Officer or other
knowledgeable company official.
b. All new supervisory or personnel office employees will be given a thorough indoctrina�on by the EEO
Officer, covering all major aspects of the contractor's EEO obliga�ons within thirty days following their repor�ng
for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in
the contractor's procedures for loca�ng and hiring minori�es and women.
d. No�ces and posters se�ng forth the contractor's EEO policy will be placed in areas readily accessible to
employees, applicants for employment and poten�al employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought to the aten�on
of employees by means of mee�ngs, employee handbooks, or other appropriate means.
4. Recruitment: When adver�sing for employees, the contractor will include in all adver�sements for employees
the nota�on: "An Equal Opportunity Employer." All such adver�sements will be placed in publica�ons having a
large circula�on among minori�es and women in the area from which the project work force would normally be
derived.
a. The contractor will, unless precluded by a valid bargaining agreement, conduct systema�c and direct
recruitment through public and private employee referral sources likely to yield qualified minori�es and women.
To meet this requirement, the contractor will iden�fy sources of poten�al minority group employees and
establish with such iden�fied sources procedures whereby minority and women applicants may be referred to
the contractor for employment considera�on.
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals,
the contractor is expected to observe the provisions of that agreement to the extent that the system meets the
contractor's compliance with EEO contract provisions. Where implementa�on of such an agreement has the
effect of discrimina�ng against minori�es or women, or obligates the contractor to do the same, such
implementa�on violates Federal nondiscrimina�on provisions.
c. The contractor will encourage its present employees to refer minori�es and women as applicants for
employment. Informa�on and procedures with regard to referring such applicants will be discussed with
employees.
5. Personnel Ac�ons: Wages, working condi�ons, and employee benefits shall be established and administered,
and personnel ac�ons of every type, including hiring, upgrading, promo�on, transfer, demo�on, layoff, and
termina�on, shall be taken without regard to race, color, religion, sex, sexual orienta�on, gender iden�ty,
na�onal origin, age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspec�ons of project sites to ensure that working condi�ons and
employee facili�es do not indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of wages paid within each classifica�on to determine
any evidence of discriminatory wage prac�ces.
c. The contractor will periodically review selected personnel ac�ons in depth to determine whether there is
evidence of discrimina�on. Where evidence is found, the contractor will promptly take correc�ve ac�on. If the
review indicates that the discrimina�on may extend beyond the ac�ons reviewed, such correc�ve ac�on shall
include all affected persons.
d. The contractor will promptly inves�gate all complaints of alleged discrimina�on made to the contractor in
connec�on with its obliga�ons under this contract, will atempt to resolve such complaints, and will take
appropriate correc�ve ac�on 3 within a reasonable �me. If the inves�ga�on indicates that the discrimina�on
may affect persons other than the complainant, such correc�ve ac�on shall include such other persons. Upon
comple�on of each inves�ga�on, the contractor will inform every complainant of all of their avenues of appeal.
6. Training and Promo�on:
a. The contractor will assist in loca�ng, qualifying, and increasing the skills of minori�es and women who are
applicants for employment or current employees. Such efforts should be aimed at developing full journey level
status employees in the type of trade or job classifica�on involved.
b. Consistent with the contractor's work force requirements and as permissible under Federal and State
regula�ons, the contractor shall make full use of training programs (i.e., appren�ceship and on-the-job training
programs for the geographical area of contract performance). In the event a special provision for training is
provided under this contract, this subparagraph will be superseded as indicated in the special provision. The
contrac�ng agency may reserve training posi�ons for persons who receive welfare assistance in accordance with
23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for employment of available training programs and
entrance requirements for each.
d. The contractor will periodically review the training and promo�on poten�al of employees who are
minori�es and women and will encourage eligible employees to apply for such training and promo�on.
7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will
use good faith efforts to obtain the coopera�on of such unions to increase opportuni�es for minori�es and
women. 23 CFR 230.409. Ac�ons by the contractor, either directly or through a contractor's associa�on ac�ng
as agent, will include the procedures set forth below:
a. The contractor will use good faith efforts to develop, in coopera�on with the unions, joint training programs
aimed toward qualifying more minori�es and women for membership in the unions and increasing the skills of
minori�es and women so that they may qualify for higher paying employment.
b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the
end that such union will be contractually bound to refer applicants without regard to their race, color, religion,
sex, sexual orienta�on, gender iden�ty, na�onal origin, age, or disability.
c. The contractor is to obtain informa�on as to the referral prac�ces and policies of the labor union except
that to the extent such informa�on is within the exclusive possession of the labor union and such labor union
refuses to furnish such informa�on to the contractor, the contractor shall so cer�fy to the contrac�ng agency
and shall set forth what efforts have been made to obtain such informa�on.
d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the
�me limit set forth in the collec�ve bargaining agreement, the contractor will, through independent recruitment
efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orienta�on, gender
iden�ty, na�onal origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minori�es and
women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive
referrals under the terms of a collec�ve bargaining agreement) does not relieve the contractor from the
requirements of this paragraph. In the event the union referral prac�ce prevents the contractor from mee�ng
the obliga�ons pursuant to Execu�ve Order 11246, as amended, and these special provisions, such contractor
shall immediately no�fy the contrac�ng agency.
8. Reasonable Accommoda�on for Applicants / Employees with Disabili�es: The contractor must be familiar
with the requirements for and comply with the Americans with Disabili�es Act and all rules and regula�ons
established thereunder. Employers must provide reasonable accommoda�on in all employment ac�vi�es unless
to do so would cause an undue hardship.
9. Selec�on of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not
discriminate on the grounds of race, color, religion, sex, sexual orienta�on, gender iden�ty, na�onal origin, age,
or disability in the selec�on and reten�on of subcontractors, including procurement of materials and leases of
equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimina�on in the
administra�on of this contract.
a. The contractor shall no�fy all poten�al subcontractors, suppliers, and lessors of their EEO obliga�ons
under this contract.
b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obliga�ons.
10. Assurances Required:
a. The requirements of 49 CFR Part 26 and the State DOT’s FHWA-approved Disadvantaged Business
Enterprise (DBE) program are incorporated by reference.
b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, na�onal
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 administra�on 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 termina�on of this contract or
such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding
monthly progress payments; (2) Assessing sanc�ons; (3) Liquidated damages; and/or (4) Disqualifying the
contractor from future bidding as nonresponsible.
c. The Title VI and nondiscrimina�on provisions of U.S. DOT Order 1050.2A at Appendixes A and E are
incorporated by reference. 49 CFR Part 21.
11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the
EEO requirements. Such records shall be retained for a period of three years following the date of the final
payment to the contractor for all contract work and shall be available at reasonable �mes and places for
inspec�on by authorized representa�ves of the contrac�ng agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours of minority and nonminority group members and women employed in
each work classifica�on on the project;
(2) The progress and efforts being made in coopera�on with unions, when applicable, to increase
employment opportuni�es for minori�es and women; and
(3) The progress and efforts being made in loca�ng, hiring, training, qualifying, and upgrading minori�es
and women.
b. The contractors and subcontractors will submit an annual report to the contrac�ng agency each July for
the dura�on of the project indica�ng the number of minority, women, and nonminority group employees
currently engaged in each work classifica�on required by the contract work. This informa�on is to be reported
on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the
last payroll period preceding the end of July. If on-the-job training is being required by special provision, the
contractor will be required to collect and report training data. The employment data should reflect the work
force on board during all or any part of the last payroll period preceding the end of July.
(B) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148).
The following provisions are from the U.S. Department of Labor regula�ons in 29 CFR 5.5 “Contract provisions
and related maters” with minor revisions to conform to the FHWA1273 format and FHWA program
requirements.
1. Minimum wages (29 CFR 5.5)
a. Wage rates and fringe benefits. All laborers and mechanics employed or working upon the site of the work
(or otherwise working in construc�on or development of the project under a development statute), will be paid
uncondi�onally and not less o�en than once a week, and without subsequent deduc�on or rebate on any
account (except such payroll deduc�ons as are permited by regula�ons issued by the Secretary of Labor under
the Copeland Act (29 CFR part 3)), the full amount of basic hourly wages and bona fide fringe benefits (or cash
equivalents thereof) due at �me of payment computed at rates not less than those contained in the wage
determina�on of the Secretary of Labor which is atached hereto and made a part hereof, regardless of any
contractual rela�onship which may be alleged to exist between the contractor and such laborers and mechanics.
As provided in paragraphs (d) and (e) of 29 CFR 5.5, the appropriate wage determina�ons are effec�ve by
opera�on of law even if they have not been atached to the contract. Contribu�ons made or costs reasonably
an�cipated for bona fide fringe benefits under the Davis-Bacon Act (40 U.S.C. 3141(2)(B)) on behalf of laborers
or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph
1.e. of this sec�on; also, regular contribu�ons made or costs incurred for more than a weekly period (but not
less o�en than quarterly) under plans, funds, or programs which cover the par�cular weekly period, are deemed
to be construc�vely made or incurred during such weekly period. Such laborers and mechanics must be paid the
appropriate wage rate and fringe benefits on the wage determina�on for the classifica�on(s) of work actually
performed, without regard to skill, except as provided in paragraph 4. of this sec�on. Laborers or mechanics
performing work in more than one classifica�on may be compensated at the rate specified for each classifica�on
for the �me actually worked therein: Provided, That the employer's payroll records accurately set forth the �me
spent in each classifica�on in which work is performed. The wage determina�on (including any addi�onal
classifica�ons and wage rates conformed under paragraph 1.c. of this sec�on) and the Davis-Bacon poster (WH–
1321) must be posted at all �mes by the contractor and its subcontractors at the site of the work in a prominent
and accessible place where it can be easily seen by the workers.
b. Frequently recurring classifica�ons.
(1) In addi�on to wage and fringe benefit rates that have been determined to be prevailing under the
procedures set forth in 29 CFR part 1, a wage determina�on may contain, pursuant to § 1.3(f), wage and
fringe benefit rates for classifica�ons of laborers and mechanics for which conformance requests are
regularly submited pursuant to paragraph 1.c. of this sec�on, provided that:
(i) The work performed by the classifica�on is not performed by a classifica�on in the wage
determina�on for which a prevailing wage rate has been determined;
(ii) The classifica�on is used in the area by the construc�on industry; and
(iii) The wage rate for the classifica�on bears a reasonable rela�onship to the prevailing wage rates
contained in the wage determina�on. The Administrator will establish wage rates for such
classifica�ons in accordance with paragraph 1.c.(1)(iii) of this sec�on. Work performed in such a
classifica�on must be paid at no less than the wage and fringe benefit rate listed on the wage
determina�on for such classifica�on.
c. Conformance.
(1) The contrac�ng officer must require that any class of laborers or mechanics, including helpers, which is
not listed in the wage determina�on and which is to be employed under the contract be classified in
conformance with the wage determina�on. Conformance of an addi�onal classifica�on and wage rate and
fringe benefits is appropriate only when the following criteria have been met:
(i) The work to be performed by the classifica�on requested is not performed by a classifica�on in the
wage determina�on; and
(ii) The classifica�on is used in the area by the construc�on industry; and
(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable rela�onship to
the wage rates contained in the wage determina�on.
(2) The conformance process may not be used to split, subdivide, or otherwise avoid applica�on of
classifica�ons listed in the wage determina�on.
(3) If the contractor and the laborers and mechanics to be employed in the classifica�on (if known), or their
representa�ves, and the contrac�ng officer agree on the classifica�on and wage rate (including the amount
designated for fringe benefits where appropriate), a report of the ac�on taken will be sent by the
contrac�ng officer by email to DBAconformance@dol.gov. The Administrator, or an authorized
representa�ve, will approve, modify, or disapprove every addi�onal classifica�on ac�on within 30 days of
receipt and so advise the contrac�ng officer or will no�fy the contrac�ng officer within the 30–day period
that addi�onal �me is necessary.
(4) In the event the contractor, the laborers or mechanics to be employed in the classifica�on or their
representa�ves, and the contrac�ng officer do not agree on the proposed classifica�on and wage rate
(including the amount designated for fringe benefits, where appropriate), the contrac�ng officer will, by
email to DBAconformance@dol.gov, refer the ques�ons, including the views of all interested par�es and
the recommenda�on of the contrac�ng officer, to the Administrator for determina�on. The Administrator,
or an authorized representa�ve, will issue a determina�on within 30 days of receipt and so advise the
contrac�ng officer or will no�fy the contrac�ng officer within the 30–day period that addi�onal �me is
necessary.
(5) The contrac�ng officer must promptly no�fy the contractor of the ac�on taken by the Wage and Hour
Division under paragraphs 1.c.(3) and (4) of this sec�on. The contractor must furnish a writen copy of such
determina�on to each affected worker or it must be posted as a part of the wage determina�on. The wage
rate (including fringe benefits where appropriate) determined pursuant to paragraph 1.c.(3) or (4) of this
sec�on must be paid to all workers performing work in the classifica�on under this contract from the first
day on which work is performed in the classifica�on.
d. Fringe benefits not expressed as an hourly rate. Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly
rate, the contractor may either pay the benefit as stated in the wage determina�on or may pay another bona
fide fringe benefit or an hourly cash equivalent thereof.
e. Unfunded plans. If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably
an�cipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of
Labor has found, upon the writen request of the contractor, in accordance with the criteria set forth in
§ 5.28, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for the mee�ng of obliga�ons under the plan
or program.
f. Interest. In the even t of a failure to pay all or part of the wages required by the contract, the contractor
will be required to pay interest on any underpayment of wages.
2. Withholding (29 CFR 5.5)
a. Withholding requirements. The contrac�ng agency may, upon its own ac�on, or must, upon writen
request of an authorized representa�ve of the Department of Labor, withhold or cause to be withheld from the
contractor so much of the accrued payments or advances as may be considered necessary to sa�sfy the liabili�es
of the prime contractor or any subcontractor for the full amount of wages and monetary relief, including interest,
required by the clauses set forth in this sec�on for viola�ons of this contract, or to sa�sfy any such liabili�es
required by any other Federal contract, or federally assisted contract subject to Davis-Bacon labor standards,
that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the
contractor under this contract, any other Federal contract with the same prime contractor, or any other federally
assisted contract that is subject to Davis-Bacon labor standards requirements and is held by the same prime
contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such
funds may be used to sa�sfy the contractor liability for which the funds were withheld. In the event of a
contractor's failure to pay any laborer or mechanic, including any appren�ce or helper working on the site of the
work all or part of the wages required by the contract, or upon the contractor's failure to submit the required
records as discussed in paragraph 3.d. of this sec�on, the contrac�ng agency may on its own ini�a�ve and a�er
writen no�ce to the contractor, take such ac�on as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds un�l such viola�ons have ceased.
b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance
with paragraph 2.a. of this sec�on or Sec�on V, paragraph 3.a., or both, over claims to those funds by:
(1) A contractor's surety(ies), including without limita�on performance bond sure�es and payment bond
sure�es;
(2) A contrac�ng agency for its reprocurement costs;
(3) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor,
or a contractor's bankruptcy estate;
(4) A contractor's assignee(s);
(5) A contractor's successor(s); or
(6) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901–3907.
3. Records and cer�fied payrolls (29 CFR 5.5)
a. Basic record requirements
(1) Length of record reten�on. All regular payrolls and other basic records must be maintained by the
contractor and any subcontractor during the course of the work and preserved for all laborers and
mechanics working at the site of the work (or otherwise working in construc�on or development of the
project under a development statute) for a period of at least 3 years a�er all the work on the prime
contract is completed.
(2) Informa�on required. Such records must contain the name; Social Security number; last known
address, telephone number, and email address of each such worker; each worker's correct classifica�on(s)
of work actually performed; hourly rates of wages paid (including rates of contribu�ons or costs
an�cipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C.
3141(2)(B) of the Davis-Bacon Act); daily and weekly number of hours actually worked in total and on
each covered contract; deduc�ons made; and actual wages paid.
(3) Addi�onal records rela�ng to fringe benefits. Whenever the Secretary of Labor has found under
paragraph 1.e. of this sec�on that the wages of any laborer or mechanic include the amount of any costs
reasonably an�cipated in providing benefits under a plan or program described in 40 U.S.C. 3141(2)(B) of
the Davis-Bacon Act, the contractor must maintain records which show that the commitment to provide
such benefits is enforceable, that the plan or program is financially responsible, and that the plan or
program has been communicated in wri�ng to the laborers or mechanics affected, and records which
show the costs an�cipated or the actual cost incurred in providing such benefits.
(4) Addi�onal records rela�ng to appren�ceship. Contractors with appren�ces working under approved
programs must maintain writen evidence of the registra�on of appren�ceship programs, the registra�on
of the appren�ces, and the ra�os and wage rates prescribed in the applicable programs.
b. Cer�fied payroll requirements
(1) Frequency and method of submission. The contractor or subcontractor must submit weekly, for each
week in which any DBA- or Related Acts covered work is performed, cer�fied payrolls to the contrac�ng
agency. The prime contractor is responsible for the submission of all cer�fied payrolls by all
subcontractors. A contrac�ng agency or prime contractor may permit or require contractors to submit
cer�fied payrolls through an electronic system, as long as the electronic system requires a legally valid
electronic signature; the system allows the contractor, the contrac�ng agency, and the Department of
Labor to access the cer�fied payrolls upon request for at least 3 years a�er the work on the prime contract
has been completed; and the contrac�ng agency or prime contractor permits other methods of
submission in situa�ons where the contractor is unable or limited in its ability to use or access the
electronic system.
(2) Informa�on required. The cer�fied payrolls submited must set out accurately and completely all of
the informa�on required to be maintained under paragraph 3.a.(2) of this sec�on, except that full Social
Security numbers and last known addresses, telephone numbers, and email addresses must not be
included on weekly transmitals. Instead, the cer�fied payrolls need only include an individually
iden�fying number for each worker ( e.g., the last four digits of the worker's Social Security number). The
required weekly cer�fied payroll informa�on may be submited using Op�onal Form WH–347 or in any
other format desired. Op�onal Form WH–347 is available for this purpose from the Wage and Hour
Division website at htps://www.dol.gov/sites/dolgov/files/WHD/legacy/files/wh347/.pdf or its successor
website. It is not a viola�on of this sec�on for a prime contractor to require a subcontractor to provide
full Social Security numbers and last known addresses, telephone numbers, and email addresses to the
prime contractor for its own records, without weekly submission by the subcontractor to the contrac�ng
agency.
(3) Statement of Compliance. Each cer�fied payroll submited must be accompanied by a “Statement of
Compliance,” signed by the contractor or subcontractor, or the contractor's or subcontractor's agent who
pays or supervises the payment of the persons working on the contract, and must cer�fy the following:
(i) That the cer�fied payroll for the payroll period contains the informa�on required to be provided
under paragraph 3.b. of this sec�on, the appropriate informa�on and basic records are being
maintained under paragraph 3.a. of this sec�on, and such informa�on and records are correct and
complete;
(ii) That each laborer or mechanic (including each helper and appren�ce) working on the contract
during the payroll period has been paid the full weekly wages earned, without rebate, either directly
or indirectly, and that no deduc�ons have been made either directly or indirectly from the full wages
earned, other than permissible deduc�ons as set forth in 29 CFR part 3; and
(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe
benefits or cash equivalents for the classifica�on(s) of work actually performed, as specified in the
applicable wage determina�on incorporated into the contract.
(4) Use of Op�onal Form WH–347. The weekly submission of a properly executed cer�fica�on set forth
on the reverse side of Op�onal Form WH–347 will sa�sfy the requirement for submission of the
“Statement of Compliance” required by paragraph 3.b.(3) of this sec�on.
(5) Signature. The signature by the contractor, subcontractor, or the contractor's or subcontractor's agent
must be an original handwriten signature or a legally valid electronic signature.
(6) Falsifica�on. The falsifica�on of any of the above cer�fica�ons may subject the contractor or
subcontractor to civil or criminal prosecu�on under 18 U.S.C. 1001 and 31 U.S.C. 3729.
(7) Length of cer�fied payroll reten�on. The contractor or subcontractor must preserve all cer�fied
payrolls during the course of the work and for a period of 3 years a�er all the work on the prime contract
is completed.
c. Contracts, subcontracts, and related documents. The contractor or subcontractor must maintain this
contract or subcontract and related documents including, without limita�on, bids, proposals, amendments,
modifica�ons, and extensions. The contractor or subcontractor must preserve these contracts, subcontracts,
and related documents during the course of the work and for a period of 3 years a�er all the work on the
prime contract is completed.
d. Required disclosures and access
(1) Required record disclosures and access to workers. The contractor or subcontractor must make the
records required under paragraphs 3.a. through 3.c. of this sec�on, and any other documents that the
contrac�ng agency, the State DOT, the FHWA, or the Department of Labor deems necessary to determine
compliance with the labor standards provisions of any of the applicable statutes referenced by § 5.1,
available for inspec�on, copying, or transcrip�on by authorized representa�ves of the contrac�ng agency,
the State DOT, the FHWA, or the Department of Labor, and must permit such representa�ves to interview
workers during working hours on the job.
(2) Sanc�ons for non-compliance with records and worker access requirements. If the contractor or
subcontractor fails to submit the required records or to make them available, or refuses to permit worker
interviews during working hours on the job, the Federal agency may, a�er writen no�ce to the contractor,
sponsor, applicant, owner, or other en�ty, as the case may be, that maintains such records or that employs
such workers, take such ac�on as may be necessary to cause the suspension of any further payment,
advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to
make such records available, or to permit worker interviews during working hours on the job, may be
grounds for debarment ac�on pursuant to § 5.12. In addi�on, any contractor or other person that fails to
submit the required records or make those records available to WHD within the �me WHD requests that
the records be produced will be precluded from introducing as evidence in an administra�ve proceeding
under 29 CFR part 6 any of the required records that were not provided or made available to WHD. WHD
will take into considera�on a reasonable request from the contractor or person for an extension of the
�me for submission of records. WHD will determine the reasonableness of the request and may consider,
among other things, the loca�on of the records and the volume of produc�on.
(3) Required informa�on disclosures. Contractors and subcontractors must maintain the full Social
Security number and last known address, telephone number, and email address of each covered worker,
and must provide them upon request to the contrac�ng agency, the State DOT, the FHWA, the contractor,
or the Wage and Hour Division of the Department of Labor for purposes of an inves�ga�on or other
compliance ac�on.
4. Appren�ces and equal employment opportunity (29 CFR 5.5)
a. Appren�ces
(1) Rate of pay. Appren�ces will be permited to work at less than the predetermined rate for the work
they perform when they are employed pursuant to and individually registered in a bona fide
appren�ceship program registered with the U.S. Department of Labor, Employment and Training
Administra�on, Office of Appren�ceship (OA), or with a State Appren�ceship Agency recognized by the
OA. A person who is not individually registered in the program, but who has been cer�fied by the OA or
a State Appren�ceship Agency (where appropriate) to be eligible for proba�onary employment as an
appren�ce, will be permited to work at less than the predetermined rate for the work they perform in
the first 90 days of proba�onary employment as an appren�ce in such a program. In the event the OA or
a State Appren�ceship Agency recognized by the OA withdraws approval of an appren�ceship program,
the contractor will no longer be permited to use appren�ces at less than the applicable predetermined
rate for the work performed un�l an acceptable program is approved.
(2) Fringe benefits. Appren�ces must be paid fringe benefits in accordance with the provisions of the
appren�ceship program. If the appren�ceship program does not specify fringe benefits, appren�ces
must be paid the full amount of fringe benefits listed on the wage determina�on for the applicable
classifica�on. If the Administrator determines that a different prac�ce prevails for the applicable
appren�ce classifica�on, fringe benefits must be paid in accordance with that determina�on.
(3) Appren�ceship ra�o. The allowable ra�o of appren�ces to journey workers on the job site in any cra�
classifica�on must not be greater than the ra�o permited to the contractor as to the en�re work force
under the registered program or the ra�o applicable to the locality of the project pursuant to paragraph
4.a.(4) of this sec�on. Any worker listed on a payroll at an appren�ce wage rate, who is not registered or
otherwise employed as stated in paragraph 4.a.(1) of this sec�on, must be paid not less than the
applicable wage rate on the wage determina�on for the classifica�on of work actually performed. In
addi�on, any appren�ce performing work on the job site in excess of the ra�o permited under this
sec�on must be paid not less than the applicable wage rate on the wage determina�on for the work
actually performed.
(4) Reciprocity of ra�os and wage rates. Where a contractor is performing construc�on on a project in a
locality other than the locality in which its program is registered, the ra�os and wage rates (expressed in
percentages of the journey worker's hourly rate) applicable within the locality in which the construc�on
is being performed must be observed. If there is no applicable ra�o or wage rate for the locality of the
project, the ra�o and wage rate specified in the contractor's registered program must be observed.
b. Equal employment opportunity. The use of appren�ces and journey workers under this part must be in
conformity with the equal employment opportunity requirements of Execu�ve Order 11246, as amended,
and 29 CFR part 30.
c. Appren�ces and Trainees (programs of the U.S. DOT). Appren�ces and trainees working under
appren�ceship and skill training programs which have been cer�fied by the Secretary of Transporta�on as
promo�ng EEO in connec�on with Federal-aid highway construc�on programs are not subject to the
requirements of paragraph 4 of this Sec�on IV. 23 CFR 230.111(e)(2). The straight �me hourly wage rates for
appren�ces and trainees under such programs will be established by the par�cular programs. The ra�o of
appren�ces and trainees to journey workers shall not be greater than permited by the terms of the
par�cular program.
5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR
part 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5.
6. Subcontracts. The contractor or subcontractor must insert FHWA-1273 in any subcontracts, along with the
applicable wage determina�on(s) and such other clauses or contract modifica�ons as the contrac�ng agency
may by appropriate instruc�ons require, and a clause requiring the subcontractors to include these clauses and
wage determina�on(s) in any lower �er subcontracts. The prime contractor is responsible for the compliance by
any subcontractor or lower �er subcontractor with all the contract clauses in this sec�on. In the event of any
viola�ons of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any
unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any
workers of lower-�er subcontractors, and may be subject to debarment, as appropriate. 29 CFR 5.5.
7. Contract termina�on: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for
termina�on of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpreta�ons of the Davis
Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract
as provided in 29 CFR 5.5.
9. Disputes concerning labor standards. As provided in 29 CFR 5.5, disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall
be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7.
Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors)
and the contrac�ng agency, the U.S. Department of Labor, or the employees or their representa�ves.
10. Cer�fica�on of eligibility.
a. By entering into this contract, the contractor cer�fies that neither it nor any person or firm who has an
interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue
of 40 U.S.C. 3144(b) or § 5.12(a).
b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government
contract by virtue of 40 U.S.C. 3144(b) or § 5.12(a).
c. The penalty for making false statements is prescribed in the U.S. Code, Title 18 Crimes and Criminal
Procedure, 18 U.S.C. 1001.
11. An�-retalia�on. It is unlawful for any person to discharge, demote, in�midate, threaten, restrain, coerce,
blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote,
in�midate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker
or job applicant for:
a. No�fying any contractor of any conduct which the worker reasonably believes cons�tutes a viola�on of
the DBA, Related Acts, this part, or 29 CFR part 1 or 3;
b. Filing any complaint, ini�a�ng or causing to be ini�ated any proceeding, or otherwise asser�ng or seeking
to assert on behalf of themselves or others any right or protec�on under the DBA, Related Acts, this part, or
29 CFR part 1 or 3;
c. Coopera�ng in any inves�ga�on or other compliance ac�on, or tes�fying in any proceeding under the DBA,
Related Acts, this part, or 29 CFR part 1 or 3; or
d. Informing any other person about their rights under the DBA, Related Acts, this part, or 29 CFR part 1 or
3.
(C) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708).
Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal-aid construc�on contract in an amount in
excess of $100,000 and subject to the over�me provisions of the Contract Work Hours and Safety Standards Act.
These clauses shall be inserted in addi�on to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this
paragraph, the terms laborers and mechanics include watchpersons and guards.
1. Over�me requirements. No contractor or subcontractor contrac�ng for any part of the contract work which
may require or involve the employment of laborers or mechanics shall require or permit any such laborer or
mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such
workweek unless such laborer or mechanic receives compensa�on at a rate not less than one and one-half �mes
the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29 CFR 5.5.
2. Viola�on; liability for unpaid wages; liquidated damages. In the event of any viola�on of the clause set forth
in paragraph 1. of this sec�on the contractor and any subcontractor responsible therefor shall be liable for the
unpaid wages and interest from the date of the underpayment. In addi�on, such contractor and subcontractor
shall be liable to the United States (in the case of work done under contract for the District of Columbia or a
territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be
computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed
in viola�on of the clause set forth in paragraph 1. of this sec�on, in the sum currently provided in 29 CFR
5.5(b)(2)* for each calendar day on which such individual was required or permited to work in excess of the
standard workweek of forty hours without payment of the over�me wages required by the clause set forth in
paragraph 1. of this sec�on.
* $31 as of January 15, 2023 (See 88 FR 88 FR 2210) as may be adjusted annually by the Department of Labor,
pursuant to the Federal Civil Penal�es Infla�on Adjustment Act of 1990.
3. Withholding for unpaid wages and liquidated damages
a. Withholding process. The FHWA or the contrac�ng agency may, upon its own ac�on, or must, upon writen
request of an authorized representa�ve of the Department of Labor, withhold or cause to be withheld from
the contractor so much of the accrued payments or advances as may be considered necessary to sa�sfy the
liabili�es of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including
interest; and liquidated damages required by the clauses set forth in this sec�on on this contract, any other
Federal contract with the same prime contractor, or any other federally assisted contract subject to the
Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2).
The necessary funds may be withheld from the contractor under this contract, any other Federal contract
with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work
Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other
contract was awarded or assisted by the same agency, and such funds may be used to sa�sfy the contractor
liability for which the funds were withheld.
b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance
with Sec�on IV paragraph 2.a. or paragraph 3.a. of this sec�on, or both, over claims to those funds by:
(1) A contractor's surety(ies), including without limita�on performance bond sure�es and payment bond
sure�es;
(2) A contrac�ng agency for its reprocurement costs;
(3) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor,
or a contractor's bankruptcy estate;
(4) A contractor's assignee(s);
(5) A contractor's successor(s); or
(6) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901–3907.
4. Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in
paragraphs 1. through 5. of this sec�on and a clause requiring the subcontractors to include these clauses in any
lower �er subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower �er
subcontractor with the clauses set forth in paragraphs 1. through 5. In the event of any viola�ons of these
clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and
monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower �er
subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate.
5. An�-retalia�on. It is unlawful for any person to discharge, demote, in�midate, threaten, restrain, coerce,
blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote,
in�midate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker
or job applicant for:
a. No�fying any contractor of any conduct which the worker reasonably believes cons�tutes a viola�on of the
Contract Work Hours and Safety Standards Act (CWHSSA) or its implemen�ng regula�ons in this part;
b. Filing any complaint, ini�a�ng or causing to be ini�ated any proceeding, or otherwise asser�ng or seeking
to assert on behalf of themselves or others any right or protec�on under CWHSSA or this part;
c. Coopera�ng in any inves�ga�on or other compliance ac�on, or tes�fying in any proceeding under CWHSSA
or this part; or
d. Informing any other person about their rights under CWHSSA or this part.
(D) Rights to Inven�ons Made Under a Contract or Agreement. If the Federal award meets the defini�on
of “funding agreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract
with a small business firm or nonprofit organiza�on regarding the subs�tu�on of par�es, assignment or
performance of experimental, developmental, or research work under that “funding agreement,” the recipient
or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inven�ons Made by Nonprofit
Organiza�ons and Small Business Firms Under Government Grants, Contracts and Coopera�ve Agreements,”
and any implemen�ng regula�ons issued by the awarding agency.
(E) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollu�on Control Act (33 U.S.C. 1251-
1387), as amended
By submission of this bid/proposal or the execu�on of this contract or subcontract, as appropriate, the bidder,
proposer, Federal-aid construc�on contractor, subcontractor, supplier, or vendor agrees to comply with all
applicable standards, orders or regula�ons issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the
Federal Water Pollu�on Control Act, as amended (33 U.S.C. 1251-1387). Viola�ons must be reported to the
Federal Highway Administra�on and the Regional Office of the Environmental Protec�on Agency. 2 CFR Part 200,
Appendix II. The contractor agrees to include or cause to be included the requirements of this Sec�on in every
subcontract, and further agrees to take such ac�on as the contrac�ng agency may direct as a means of enforcing
such requirements. 2 CFR 200.327.
(F) Debarment and Suspension (Execu�ve Orders 12549 and 12689)
1. Instruc�ons for Cer�fica�on – First Tier Par�cipants:
a. By signing and submi�ng this proposal, the prospec�ve first �er par�cipant is providing the cer�fica�on
set out below.
b. The inability of a person to provide the cer�fica�on set out below will not necessarily result in denial of
par�cipa�on in this covered transac�on. The prospec�ve first �er par�cipant shall submit an explana�on of
why it cannot provide the cer�fica�on set out below. The cer�fica�on or explana�on will be considered in
connec�on with the department or agency's determina�on whether to enter into this transac�on. However,
failure of the prospec�ve first �er par�cipant to furnish a cer�fica�on or an explana�on shall disqualify such
a person from par�cipa�on in this transac�on. 2 CFR 180.320.
c. The cer�fica�on in this clause is a material representa�on of fact upon which reliance was placed when the
contrac�ng agency determined to enter into this transac�on. If it is later determined that the prospec�ve
par�cipant knowingly rendered an erroneous cer�fica�on, in addi�on to other remedies available to the
Federal Government, the contrac�ng agency may terminate this transac�on for cause of default. 2 CFR
180.325.
d. The prospec�ve first �er par�cipant shall provide immediate writen no�ce to the contrac�ng agency to
whom this proposal is submited if any �me the prospec�ve first �er par�cipant learns that its cer�fica�on
was erroneous when submited or has become erroneous by reason of changed circumstances. 2 CFR 180.345
and 180.350.
e. The terms "covered transac�on," "debarred," "suspended," "ineligible," "par�cipant," "person,"
"principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I,
180.900-180.1020, and 1200. “First Tier Covered Transac�ons” refers to any covered transac�on between a
recipient or subrecipient of Federal funds and a par�cipant (such as the prime or general contract). “Lower
Tier Covered Transac�ons” refers to any covered transac�on under a First Tier Covered Transac�on (such as
subcontracts). “First Tier Par�cipant” refers to the par�cipant who has entered into a covered transac�on
with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier
Par�cipant” refers any par�cipant who has entered into a covered transac�on with a First Tier Par�cipant or
other Lower Tier Par�cipants (such as subcontractors and suppliers).
f. The prospec�ve first �er par�cipant agrees by submi�ng this proposal that, should the proposed covered
transac�on be entered into, it shall not knowingly enter into any lower �er covered transac�on with a person
who is debarred, suspended, declared ineligible, or voluntarily excluded from par�cipa�on in this covered
transac�on, unless authorized by the department or agency entering into this transac�on. 2 CFR 180.330.
g. The prospec�ve first �er par�cipant further agrees by submi�ng this proposal that it will include the clause
�tled "Cer�fica�on Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier
Covered Transac�ons," provided by the department or contrac�ng agency, entering into this covered
transac�on, without modifica�on, in all lower �er covered transac�ons and in all solicita�ons for lower �er
covered transac�ons exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300.
h. A par�cipant in a covered transac�on may rely upon a cer�fica�on of a prospec�ve par�cipant in a lower
�er covered transac�on that is not debarred, suspended, ineligible, or voluntarily excluded from the covered
transac�on, unless it knows that the cer�fica�on is erroneous. 2 CFR 180.300; 180.320, and 180.325. A
par�cipant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible
to par�cipate in covered transac�ons. 2 CFR 180.335. To verify the eligibility of its principals, as well as the
eligibility of any lower �er prospec�ve par�cipants, each par�cipant may, but is not required to, check the
System for Award Management website (htps://www.sam.gov/). 2 CFR 180.300, 180.320, and 180.325.
i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records
in order to render in good faith the cer�fica�on required by this clause. The knowledge and informa�on of
the prospec�ve par�cipant is not required to exceed that which is normally possessed by a prudent person
in the ordinary course of business dealings.
j. Except for transac�ons authorized under paragraph (f) of these instruc�ons, if a par�cipant in a covered
transac�on knowingly enters into a lower �er covered transac�on with a person who is suspended, debarred,
ineligible, or voluntarily excluded from par�cipa�on in this transac�on, in addi�on to other remedies available
to the Federal Government, the department or agency may terminate this transac�on for cause or default. 2
CFR 180.325.
2. Cer�fica�on Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier
Par�cipants:
a. The prospec�ve first �er par�cipant cer�fies to the best of its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from par�cipa�ng in covered transac�ons by any Federal department or agency, 2 CFR 180.335;.
(2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connec�on with obtaining,
atemp�ng to obtain, or performing a public (Federal, State, or local) transac�on or contract under a public
transac�on; viola�on of Federal or State an�trust statutes or commission of embezzlement, the�, forgery,
bribery, falsifica�on or destruc�on of records, making false statements, or receiving stolen property, 2 CFR
180.800;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental en�ty
(Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this
cer�fica�on, 2 CFR 180.700 and 180.800; and
(4) Have not within a three-year period preceding this applica�on/proposal had one or more public
transac�ons (Federal, State or local) terminated for cause or default. 2 CFR 180.335(d).
(5) Are not a corpora�on that has been convicted of a felony viola�on under any Federal law within the
two-year period preceding this proposal (USDOT Order 4200.6 implemen�ng appropria�ons act
requirements); and
(6) Are not a corpora�on with any unpaid Federal tax liability that has been assessed, for which all judicial
and administra�ve remedies have been exhausted, or have lapsed, and that is not being paid in a �mely
manner pursuant to an agreement with the authority responsible for collec�ng the tax liability (USDOT
Order 4200.6 implemen�ng appropria�ons act requirements).
b. Where the prospec�ve par�cipant is unable to cer�fy to any of the statements in this cer�fica�on, such
prospec�ve par�cipant should atach an explana�on to this proposal. 2 CFR 180.335 and 180.340.
3. Instruc�ons for Cer�fica�on - Lower Tier Par�cipants: (Applicable to all subcontracts, purchase orders,
and other lower �er transac�ons requiring prior FHWA approval or es�mated to cost $25,000 or more -
2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220.
a. By signing and submi�ng this proposal, the prospec�ve lower �er par�cipant is providing the
cer�fica�on set out below.
b. The cer�fica�on in this clause is a material representa�on of fact upon which reliance was placed
when this transac�on was entered into. If it is later determined that the prospec�ve lower �er
par�cipant knowingly rendered an erroneous cer�fica�on, in addi�on to other remedies available to
the Federal Government, the department, or agency with which this transac�on originated may
pursue available remedies, including suspension and/or debarment.
c. The prospec�ve lower �er par�cipant shall provide immediate writen no�ce to the person to which
this proposal is submited if at any �me the prospec�ve lower �er par�cipant learns that its
cer�fica�on was erroneous by reason of changed circumstances. 2 CFR 180.365.
d. The terms "covered transac�on," "debarred," "suspended," "ineligible," "par�cipant," "person,"
"principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart
I, 180.900 – 180.1020, and 1200. You may contact the person to which this proposal is submited for
assistance in obtaining a copy of those regula�ons. “First Tier Covered Transac�ons” refers to any
covered transac�on between a recipient or subrecipient of Federal funds and a par�cipant (such as
the prime or general contract). “Lower Tier Covered Transac�ons” refers to any covered transac�on
under a First Tier Covered Transac�on (such as subcontracts). “First Tier Par�cipant” refers to the
par�cipant who has entered into a covered transac�on with a recipient or subrecipient of Federal
funds (such as the prime or general contractor). “Lower Tier Par�cipant” refers any par�cipant who
has entered into a covered transac�on with a First Tier Par�cipant or other Lower Tier Par�cipants
(such as subcontractors and suppliers).
e. The prospec�ve lower �er par�cipant agrees by submi�ng this proposal that, should the proposed
covered transac�on be entered into, it shall not knowingly enter into any lower �er covered
transac�on with a person who is debarred, suspended, declared ineligible, or voluntarily excluded
from par�cipa�on in this covered transac�on, unless authorized by the department or agency with
which this transac�on originated. 2 CFR 1200.220 and 1200.332.
f. The prospec�ve lower �er par�cipant further agrees by submi�ng this proposal that it will include
this clause �tled "Cer�fica�on Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion-Lower Tier Covered Transac�on," without modifica�on, in all lower �er covered transac�ons
and in all solicita�ons for lower �er covered transac�ons exceeding the $25,000 threshold. 2 CFR
180.220 and 1200.220.
g. A par�cipant in a covered transac�on may rely upon a cer�fica�on of a prospec�ve par�cipant in a
lower �er covered transac�on that is not debarred, suspended, ineligible, or voluntarily excluded from
the covered transac�on, unless it knows that the cer�fica�on is erroneous. A par�cipant is responsible
for ensuring that its principals are not suspended, debarred, or otherwise ineligible to par�cipate in
covered transac�ons. To verify the eligibility of its principals, as well as the eligibility of any lower �er
prospec�ve par�cipants, each par�cipant may, but is not required to, check the System for Award
Management website (htps://www.sam.gov/), which is compiled by the General Services
Administra�on. 2 CFR 180.300, 180.320, 180.330, and 180.335.
h. Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render in good faith the cer�fica�on required by this clause. The knowledge and
informa�on of par�cipant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
i. Except for transac�ons authorized under paragraph e of these instruc�ons, if a par�cipant in a
covered transac�on knowingly enters into a lower �er covered transac�on with a person who is
suspended, debarred, ineligible, or voluntarily 13 excluded from par�cipa�on in this transac�on, in
addi�on to other remedies available to the Federal Government, the department or agency with
which this transac�on originated may pursue available remedies, including suspension and/or
debarment. 2 CFR 180.325.
4. Cer�fica�on Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier
Par�cipants:
a. The prospec�ve lower �er par�cipant cer�fies, by submission of this proposal, that neither it nor
its principals:
(1) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from par�cipa�ng in covered transac�ons by any Federal department or agency, 2 CFR 180.355;
(2) is a corpora�on that has been convicted of a felony viola�on under any Federal law within the
two-year period preceding this proposal (USDOT Order 4200.6 implemen�ng appropria�ons act
requirements); and
(3) is a corpora�on with any unpaid Federal tax liability that has been assessed, for which all judicial
and administra�ve remedies have been exhausted, or have lapsed, and that is not being paid in a �mely
manner pursuant to an agreement with the authority responsible for collec�ng the tax liability. (USDOT
Order 4200.6 implemen�ng appropria�ons act requirements) b. Where the prospec�ve lower �er
par�cipant is unable to cer�fy to any of the statements in this cer�fica�on, such prospec�ve par�cipant
should atach an explana�on to this proposal.
(G) Byrd An�-Lobbying Amendment (31 U.S.C. 1352).
1. The prospec�ve par�cipant cer�fies, by signing and submi�ng this bid or proposal, to the best of his or
her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,
to any person for influencing or atemp�ng 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 connec�on with the awarding of any Federal contract, the making of any Federal grant, the making
of any Federal loan, the entering into of any coopera�ve agreement, and the extension, con�nua�on,
renewal, amendment, or modifica�on of any Federal contract, grant, loan, or coopera�ve agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or atemp�ng 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 connec�on
with this Federal contract, grant, loan, or coopera�ve agreement, the undersigned shall complete and
submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instruc�ons.
2. This cer�fica�on is a material representa�on of fact upon which reliance was placed when this transac�on
was made or entered into. Submission of this cer�fica�on is a prerequisite for making or entering into this
transac�on imposed by 31 U.S.C. 1352. Any person who fails to file the required cer�fica�on shall be subject
to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
3. The prospec�ve par�cipant also agrees by submi�ng its bid or proposal that the par�cipant shall require
that the language of this cer�fica�on be included in all lower �er subcontracts, which exceed $100,000 and
that all such recipients shall cer�fy and disclose accordingly.
(H) Build America, Buy America Act (Pub. L. 177-58)
All products must meet the Build America, Buy America Act (BABAA) requirements mandated by Title IX of the
Infrastructure Investment and Jobs Act (“IIJA”), Pub. L. 177-58.
Contractor shall include Manufacturer’s Cer�fica�on for BABAA requirements with all applicable submitals. If a
specific manufacturer is used in the bidding, a statement that Manufacturer will comply with BABAA must be
included with the bid submission.
Contractor shall comply with BABAA requirements, including coordina�on with manufacturers, distributors, and
suppliers to correct deficiencies in any BABAA documenta�on.
Engineer/Architect approval of shop drawings or samples shall include review of BABAA documenta�on.
Contractor shall cer�fy upon comple�on that all work and materials have complied with BABAA requirements.
For any change orders, Contractor shall provide BABAA documenta�on for any new products or materials
required by the change.
Installa�on of materials or products that are not compliant with BABAA requirements shall be considered
defec�ve work. Contractor should ensure that Engineer/Architect has an approved Manufacturer’s Cer�fica�on
or waiver prior to items being delivered to the project site.
By submi�ng an applica�on for payment, based in whole or in part on furnishing equipment or materials,
Contractor cer�fies that such equipment and materials, to contractor’s knowledge, are compliant with BABAA
requirements.
Page 1 of 5
RETAINAGE OPTION
CONTRACTOR'S OPTION FOR RETAINED PERCENTAGE
ON PUBLIC WORKS CONTRACTS
Project: _______________________________________________________________________
Contractor: ___________________________________________________________________
RCW 60.28 as amended by (Chapter 223, laws of 1994) Regular Session allows each prime contractor on a Public Works
contract the following options concerning the amount reserved as retainage from moneys earned by the contractor.
Retainage Option Selection (Please Initial Selected Option)
Retained in a non-interest bearing fund by the City until forty-five days following the final
acceptance of said improvement or work as completed.
Bond in lieu of retainage. Use City of Arlington Retainage Bond form.
Complete and submit attached Retainage Bond section with Retainage Option selection.
Deposited by the City in an interest bearing account or escrow account in a bank, mutual
savings bank, or savings and loan association designated by the contractor (Form D-162), not
subject to withdrawal until after the final acceptance of said improvement or work as completed, or
until agreed to by both parties; PROVIDED, that interest on such account shall be paid to the
contractor.
Complete and submit attached Retainage Escrow Account section with Retainage
Option selection.
PRINCIPAL FIRM or COMPANY
Signature Date
Printed Name
Title
Name of Firm or Company
Address
City/State/Zip
Approved as to form:
________________________________________________________
Department Director or Designee, City of Arlington Date
Title
Retainage Option Form
Retainage Bond Option Form Page 2 of 5
RETAINAGE BOND
To: City of Arlington, Washington
Bond No: _____________________
Project: ______________________________________________
1.The Principal and Surety hereby jointly and severally agree among themselves and with the Owner that every person
or entity making a valid claim on the Retained Fund pursuant to RCW 60.28 ("Claimant") who has not been paid in full
before the expiration of a period of forty-five (45) days after the completion of all Contract work may sue on this
Retainage Bond for the use and benefit of the Claimant, prosecute the suit to final judgment for the sum justly due the
Claimant, if any, and have execution on this Retainage Bond, all in accordance with and to the extent permissible under
RCW 60.28. The Owner shall not be liable for the payment of any costs or expenses, including attorneys' fees, of any
such suit.
2.No suit or action shall be commenced under this Retainage Bond by any Claimant:
(a)Unless the Claimant has complied with the requirements of RCW 60.28, and
(b)Other than in a state court of competent jurisdiction in and for Snohomish County, and not elsewhere.
KNOW ALL BY THESE PRESENTS that ____________________________________________, a corporation organized and
existing under the laws of the Sate of ________________ and authorized to do business in the State of Washington as Principal
("Principal") and __________________________________, a corporation organized and existing under the laws of the State of
______________ and authorized and admitted to transact business in the State of Washington as Surety ("Surety"), are jointly and
severally held and bound unto the CITY OF ARLINGTON as Obligee ("Owner") for the use and benefit of Claimants defined below as
beneficiaries of the trust fund created by RCW 60.28, in the amount of described below for the payment whereof Principal and Surety
bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal entered into a contract with the Owner in accordance with Drawings, Specifications, and other
Contract Documents, which contract is by reference made a part of this Retainage Bond ("Contract"); AND WHEREAS, the
Contract and RCW 60.28 require the Owner to reserve from the monies earned by the Principal on estimates during the progress of
the improvement or work a sum not to exceed 5% ("Retained Funds");
AND WHEREAS, Principal has requested under RCW 60.28.011(6) to submit a bond for all or a portion of the Retained Funds, and
the Owner is required by the statute to accept a satisfactory bond in lieu of the Retained Funds unless it can demonstrate good
cause for refusing it;
AND WHEREAS, it is the intent of the Principal, the Surety, and the Owner that this Retainage Bond and any proceeds from it are
subject to all claims and liens in the same manner and priority as set f orth for retained percentages in RCW 60.28;
NOW THEREFORE, the condition of this obligation is that, if there are no valid claims by any person or entity arising under the
Contract pursuant to RCW 60.28, and no payment due from the Principal to the State of Washington with respect to taxes imposed
pursuant to Title 82 RCW or payments pursuant to RCW 50.42, then this obligation shall be void; otherwise, it shall remain in full force
and effect, subject, however, to the following conditions:
Retainage Bond Option Form Page 3 of 5
RETAINAGE BOND (cont’d)
3. The amount of this Retainage Bond consists of:
(Check one of the following; if neither is checked, the first option shall apply)
5% of the final Contract Sum, including any increases due to change orders, quantities of work, new items of work,
or other additions as the Owner may pay under the Contract, any and all future progress payments and 5% of any
and all increases in the Contract Sum,
or
Dollars ($ ), which is a
fixed portion of the Retained Funds. Any balance of the Retained Funds will continue to be withheld, and retainage
will be withheld from any future progress payments or increases in the Contract Sum unless this Retainage Bond is
amended or replaced.
4. The amount of this Retainage Bond shall be reduced by and to the extent of any payment or payments properly made
under it.
SIGNED AND SEALED this day of , 202 .
PRINCIPAL SURETY
Principal Signature Date
Printed Name
Title
Surety Signature Date
Printed Name
Title
Name, address, and telephone of local office/agent of Surety Company is:
Approved as to form:
City Attorney, City of Arlington Date
Retainage Bond Option Form Page 4 of 5
RETAINAGE ESCROW ACCOUNT
Escrow No.
Bank or Trust Company Bank Account #
Agency: City of Arlington
Branch 238 N Olympic Ave .
Arlington, WA 98223
Street Address Project Name:
City, State, Zip Code
The Undersigned, , herein referred to as the Contractor, has directed City of Arlington,
and hereinafter referred to as the Agency, to deliver to you its warrants or checks, which shall be payable to you and the Contractor
jointly. Such warrants or checks are to be held and disposed of by you in accordance with the following instructions and upon the
terms and conditions hereinafter set forth.
INSTRUCTIONS
1.Warrants or checks made payable to you and the Contractor jointly upon delivery to you shall be endorsed by you and
forwarded for collection. The monies will then be used by you to purchase, as directed by the Contractor, bonds or other
securities chosen by the Contractor and approved by the Agency. Attached is a list of the types of such bonds, or other
securities approved by the Agency. Other bonds or securities, except stocks may be selected by the Contractor, subject
to express written approval of the Agency. Purchase of such bonds or other securities shall be in a form which shall allow
you alone to reconvert such bonds or other securities into money if you are required to do so by the Agency as provided
in Paragraph 4 of the Escrow Agreement.
2.When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall collect such
interest and forward it to the Contractor at its address designated below unless otherwise directed by the Contractor.
3.You are not authorized to deliver to the Contractor all or any part of the securities held by you pursuant to this agreement
(or any monies derived from the sale of such securities or the negotiation of the Agency’s warrants or checks) except in
accordance with written instructions from the Agency. Compliance with such instructions shall relieve you of any further
liability related thereto. The estimated completion date on the contract underlying this Escrow Agreement is
subject to change as provided for by contract provisions.
Retainage Bond Option Form Page 5 of 5
RETAINAGE ESCROW ACCOUNT (cont’d)
4.The Contractor agrees to pay you as compensation for your services hereunder as follows:
Payment of all fees shall be the sole responsibility of the Contractor and shall not be deducted from any property
placed with you pursuant to this agreement until and unless the Agency directs the release to the Contractor of the
securities and monies held hereunder whereupon you shall be granted a first lien upon such property released and
shall be entitled to reimburse yourself from such property for the entire amount of your fees as provided for herein
above. In the event that you are made a party to any litigation with respect to the property held by you hereunder,
or in the event that the conditions of this escrow are not promptly fulfilled or that you are required to render any
service not provided for in these instructions or that there is any compensation for such extraordinary services from
the Contractor and reimbursement from the Contractor for all costs and expenses, including attorney fees occasioned
by such default, delay, controversy, or litigation.
5.This agreement shall not be binding until executed by the Contractor and the Agency and accepted by you.
6.This instrument contains the entire agreement between you, the Contractor and the Agency with respect to this escrow
and you are not a party to nor bound by any instrument agreement other than this, you shall not be required to take notice
of any default or any other matter, nor be bound by nor required to give notice or demand, nor required to take action
whatever except as herein expressly provided; you shall not be liable for any loss or damage not caused by your own
negligence or willful misconduct.
7.The foregoing provisions shall be binding upon assigns, successors, personal representatives, and heirs of the parties
hereto.
The undersigned have read and hereby approve the instruction as given about governing the administration of this escrow and
do hereby execute this agreement on this day of , 202 .
City of Arlington
Contractor Agency
Authorized Signature Authorized Signature
238 N Olympic Ave
Address Address
Arlington, WA 98223
City-State-Zip City-State-Zip
The above escrow instruction received and accepted this day of , 202 .
Bank or Trust Company
Authorized Signature
Payment and Performance Bond Page 1 of 2
PAYMENT AND PERFORMANCE BO ND
to t he C ITY O F ARLINGTON,
WASHINGTON
THE CITY OF ARLINGTON, WASHINGTON (the "City") has awarded to
________________________________________ _____ ("Principal"), a contract for the construction of
the project designated as ____________________________________ ("Contract"),
and said Principal is required to furnish a payment and performance bond in
accordance with RCW 39.08 and, where applicable, RCW 60 .28.
The Principal and ________________________________________("Surety), a corporation
organized under the laws of the State of ________________ and licensed to do business
in the State of Washington as surety, are jointly and severally held and firmly bound to the
City in the sum of________________________________________________US Dollars
($ _________________), subject to the provisions h erein.
THE CONDITIONS OF THIS BOND ARE SUCH THAT, if the said Principal faithfully performs
all of the provisions of the Contract in the manner and within the time therein set forth, or
within such extension of time as may be granted under the Contract (notice of which extension
being hereby waived by the Surety), and shall pay all laborers, mechanics, subcontractors
and material suppliers, and all persons who supply said principal or subcontractors with
provisions and supplies for the carrying on of the Contract work, and shall hold the City
harmless from any loss or damage occasioned to any person or property by reason of any
carelessness or negligence of the Principal, or any subcontractor in the performance of the
Contract work, and shall hold the City harmless from any loss or damage occasioned to any
person or property by reason of any carelessness or negligence of the Principal, or any
subcontractor in the performance of the Contract work, and shall indemnify and hold
harmless from any direct or indirect damage or expense by reason or failure of performance
as specified in the Contract or from defects appearing or developing in the material or
workmanship provided or performed under the Contract, then and in that event this obligation
shall be void; but otherwise it shall be and remain in full force and effect until, at a minimum ,
claims filed in compliance with Chapter 39 .08 RCW are resolved and all other conditions set
forth herein are satisfied.
PROVIDED FURTHER, that if said Contract is a public improvement contract involving the
construction, alteration, repair, or improvement of any highway, road , or street funded in whole
or in part by federal transportation funds, then an additional condition of this bond shall be
that this bond secures full payment to the State of Washington, including the departments of
Revenue, Employment Security, and Labor and Industries, with respect to taxes imposed
pursuant to Titles 50, 51, and 82 RCW which may be due.
THE SURETY, FOR VALUE RECEIVED, FURTHER AGREES THAT no change,
Payment and Performance Bond Page 2 of 2
extension of time, alteration or addition to the terms of the Contract, the specifications
accompanying the Contract, or to the work to be performed under the Contract shall in any
way affect its obligation on this bond, and waives notice of any change, extension of time,
alteration or addition to the terms of the Contract or the work performed. The Surety agrees
that modification and changes to the terms and conditions of the Contract that increase the
total amount to be paid the Principal shall automatically increase the obligation of the Surety
on this bond and notice to Surety is not required for such increased obligation.
THE SURETY ACKNOWLEDGES that the City will execute the Contract after the date of
execution of the power of attorney attached to this bond, and the Surety further represents
that the power of attorney will be valid on the date of Contract execution.
PRINCIPAL SURETY
Signature Signature
Print Name, Title Print Name, Title
Date of Execution Date of Execution and Seal
Name, address, and telephone of local office/agent of Surety is:
APPROVED AND ACCEPTED this day of , 20 for
the CITY OF ARLINGTON by:
Departmental Approval:
City Attorney Director
NON-COLLUSION DECLARATION
The undersigned bidder or agent, being duly sworn on oath, says that he/she has not, nor has any other
member, representative, or agent of the firm, company, corporation or partnership represented by
him/her, entered into any combination, collusion or agreement with any person relative to the price to
be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain
from bidding, and that this bid is made without reference to any other bid and without any agreement,
understanding or combination with any other person in reference to such bidding.
He/She further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, free gift, commission or thing of value on account of such sale.
I HEREBY DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF
WASHINGTON THAT THE FOREGOING IS TRUE AND CORRECT.
Dated this ______ day of ___________, 202__, at ____________________, WA
_________________________________________________
(Name of Organization)
_________________________________________________
(Name and Title of P erson Signing)
_________________________________________________
(Signature)
CERTIFICATION REGARDING INELIGIBLE CONTRACTORS
___________________________, certifies that neither it nor its principals are presently
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from participation in this transaction by any federal department or agency.
Where the bidder is unable to certify to any of the statements in this certification, such bidder
shall attach an explanation to this bid.
The bidder certifies or affirms the truthfulness and accuracy of the contents of the statement
submitted on or with this certification and understands that the provisions of 31 USC Section
3801, et seq., are applicable thereto.
Authorized Official Signature
Typewritten Name
Title of Authorized Official
Date
Company Name
CERTIFICATION OF RESTRICTIONS ON LOBBYING
The undersigned certifies to the best of its knowledge or belief that it complies with 49 CFR Part 20
New Restrictions on Lobbying:
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 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
undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report
Lobbying,” in accordance with its instructions.
3)The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance is 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, USC. 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.
Executed this _____ day of __________________, 202__.
Authorized Official Signature Typewritten Name
Title of Authorized Official
NOTE: CONTRACTORS ARE REQUIRED, PURSUANT TO FEDERAL LAW, TO INCLUDE THE ABOVE LANGUAGE IN SUBCONTRACTS OVER $100,000,
AND TO OBTAIN THIS CERTIFICATE FROM EACH SUBCONTRACTOR BEING PAID $100,000 OR MORE UNDER THIS CONTRACT.
Company Name
PROFESSIONAL SERVICE AGREEMENT 1
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT, is made and entered into in duplicate this ( ) day of ( ),
by and between the CITY OF ARLINGTON, a Washington municipal corporation, hereinafter
referred to as the "CITY" or “OWNER” and, Dowl, LLC hereinafter referred to as the
"CONSULTANT".
RECITALS:
WHEREAS, the CITY desires to have certain services and/or tasks performed as set forth
below requiring specialized skills and other supportive capabilities; and
WHEREAS, sufficient CITY resources are not available to provide such services; and
WHEREAS, the CONSULTANT represents that the CONSULTANT is qualified and
possesses sufficient skills and the necessary capabilities, including technical and professional
expertise, where required, to perform the services and/or tasks set forth in this Agreement.
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and
performance contained herein, the parties hereto agree as follows:
1. Scope of Services.
The CONSULTANT shall perform such services and accomplish such tasks, including
the furnishing of all materials and equipment necessary for full performance thereof,
as are identified and designated as CONSULTANT responsibilities throughout this
Agreement and as detailed in Exhibit A, attached hereto and incorporated herein (the
"Project"). CITY has relied upon the qualifications of CONSULTANT in entering into
this Agreement. By execution of this Agreement, CONSULTANT represents it
possesses the ability, skill and resources necessary to perform the work and is familiar
with all applicable current laws, rules and regulations which reasonably relate to the
Scope of Services detailed in Exhibit “A” hereto. CONSULTANT shall exercise the
degree of skill and diligence normally employed by professional consultants engaged
in the same profession, and performing the same or similar services at the time such
services are performed. CONSULTANT will be responsible for the technical accuracy
of its services and documents resulting therefrom, and CITY shall not be responsible
for discovering deficiencies therein. CONSULTANT agrees to correct any deficiencies
discovered without additional compensation, except to the extent such deficiencies
are directly attributable to deficiencies or omissions in City-furnished information.
PROFESSIONAL SERVICE AGREEMENT 2
2. Term.
The contract shall be completed by December 31, 2025, unless sooner terminated
according to the provisions herein.
3. Compensation and Method of Payment.
3.1 Payments for services provided hereunder shall be made following the
performance of such services, unless otherwise permitted by law and approved
in writing by the CITY.
3.2 No payment shall be made for any service rendered by the CONSULTANT except
for services identified and set forth in this Agreement.
3.3 The CITY shall pay the CONSULTANT for work performed under this Agreement
as follows: CONSULTANT shall submit monthly invoices detailing work performed
and expenses for which reimbursement is sought. CITY shall approve all invoices
before payment is issued. Payment shall occur within thirty (30) days of receipt
and approval of an invoice.
3.4 CITY shall pay CONSULTANT for such services: (check one)
Hourly: $ __________ per hour, plus actual expenses, but not
to exceed a total of $___________ without an amendment to
the contract.
Fixed Sum: A total amount of $XXXXXXX in accordance with the
fee schedule contained in Exhibit B for all work performed and
expenses incurred under this contract.
Other: An hourly fee plus reimbursement of expenses per the
scope of work attached as Exhibit A, but not to exceed $99,560 for
all work performed and expenses incurred under this contract.
4. Reports and Inspections.
4.1 The CONSULTANT at such times and in such forms as the CITY may
require, shall furnish to the CITY such statements, records, reports, data, and
information as the CITY may request pertaining to matters covered by this
Agreement.
4.2 The CONSULTANT shall at any time during normal business hours and as often as
the CITY or State Auditor may deem necessary, make available for examination
all of its records and data with respect to all matters covered, directly or
indirectly, by this Agreement and shall permit the CITY or its designated
authorized representative to audit and inspect other data relating to all matters
covered by this Agreement. The CITY shall receive a copy of all audit reports
made by the agency or firm as to the CONSULTANT'S activities. The CITY may, at
its discretion, conduct an audit at its expense, using its own or outside auditors,
PROFESSIONAL SERVICE AGREEMENT 3
of the CONSULTANT'S activities which relate, directly or indirectly, to this
Agreement.
5. Independent Contractor Relationship.
5.1 The parties intend that an independent CONSULTANT/CITY relationship will be
created by this Agreement. The CITY is interested primarily in the results to be
achieved; subject to paragraphs herein, the implementation of services will lie
solely with the discretion of the CONSULTANT. No agent, employee, servant or
representative of the CONSULTANT shall be deemed to be an employee, agent,
servant or representative of the CITY for any purpose, and the employees of the
CONSULTANT are not entitled to any of the benefits the CITY provides for its
employees. The CONSULTANT will be solely and entirely responsible for its acts
and for the acts of its agents, employees, servants, subcontractors or
representatives during the performance of this Agreement.
5.2 In the performance of the services herein contemplated the CONSULTANT is an
independent contractor with the authority to control and direct the performance
of the details of the work, however, the results of the work contemplated herein
must meet the approval of the CITY and shall be subject to the CITY'S general
rights of inspection and review to secure the satisfactory completion thereof.
6. CONSULTANT Employees/agents
The CITY may at its sole discretion require the CONSULTANT to remove any employee,
agent or servant from employment on this Project. The CONSULTANT may however
employ that (those) individual(s) on other non-CITY related projects.
7. Hold Harmless/Indemnification.
7.1 CONSULTANT shall indemnify and hold the CITY, its officers, officials, employees
and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or resulting from the negligent acts,
errors or omissions of the CONSULTANT in performance of this Agreement,
except for injuries and damages caused by the negligence of the CITY.
In the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of
the CONSULTANT and the CITY, its officers, officials, employees, and volunteers,
the CONSULTANT's liability, including the duty and cost to defend, hereunder
shall be only to the extent of the CONSULTANT's negligence. It is further
specifically and expressly understood that the indemnification provided herein
constitutes the CONSULTANT's waiver of immunity under Industrial Insurance,
Title 51 RCW, solely for the purposes of this indemnification. This waiver has
been mutually negotiated by the parties. The provisions of this section shall
PROFESSIONAL SERVICE AGREEMENT 4
survive the expiration or termination of this Agreement, though no
indemnification claim shall lie after any applicable underlying limitation of
action(s) has run.
8. Insurance. The CONSULANT shall procure and maintain for the duration of the
Agreement, insurance against claims for injuries to persons or damage to property
which may arise from or in connection with the performance of the work hereunder by
the CONSULTANT, its agents, representatives, or employees.
8.1 Insurance Term. The CONSULTANT shall procure and maintain for the
duration of the Agreement, insurance against claims for injuries to persons or
damage to property which may arise from or in connection with the
performance of the work hereunder by the CONSULTANT, its agents,
representatives, or employees.
8.2 No Limitation. The CONSULTANT’s maintenance of insurance as required by
the Agreement shall not be construed to limit the liability of the CONSULTANT to
the coverage provided by such insurance, or otherwise limit the CITY’s recourse
to any remedy available at law or in equity.
8.3 Minimum Scope of Insurance. The CONSULTANT shall obtain insurance of
the types and coverage described below:
a. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles. Coverage shall be as least as broad as Insurance Services
Office (ISO) form CA 00 01.
b. Commercial General Liability insurance shall be at least as broad as ISO
occurrence form CG 00 01 and shall cover liability arising from premises,
operations, stop-gap independent contractors and personal injury and
advertising injury. The CITY shall be named as an additional insured under
the CONSULTANT’s Commercial General Liability insurance policy with
respect to the work performed for the CITY using an additional insured
endorsement at least as broad as ISO CG 20 26.
c. Workers’ Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
d. Professional Liability insurance appropriate to the CONSULTANT’s profession.
8.4 Minimum Amounts of Insurance. The CONSULTANT shall maintain the
following insurance limits:
PROFESSIONAL SERVICE AGREEMENT 5
a. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident.
b. Commercial General Liability insurance shall be written with limits no less
than $1,000,000 each occurrence, $2,000,000 general aggregate.
c. Professional Liability insurance shall be written with limits no less than
$1,000,000 per claim and $1,000,000 policy aggregate limit.
8.5 Other Insurance Provision. The CONSULTANT’s Automobile Liability and
Commercial General Liability insurance policies are to contain, or be endorsed to
contain that they shall be primary insurance as respect the CITY. Any insurance,
self-insurance, or self-insured pool coverage maintained by the CITY shall be
excess of the CONSULTANT’s insurance and shall not contribute with it.
8.6 Acceptability of Insurers. Insurance is to be placed with insurers with a
current A.M. Best rating of not less than A:V.
8.7 Verification of Coverage. The CONSULTANT shall furnish the CITY with
original certificates and a copy of the amendatory endorsements, including but
not necessarily limited to the additional insured endorsement, evidencing the
insurance requirements of the CONSULTANT before commencement of the
work.
8.8 Notice of Cancellation. The CONSULTANT shall provide the CITY with written
notice of any policy cancellation within two business days of their receipt of such
notice.
8.9 Failure to Maintain Insurance. Failure on the part of the CONSULTANT to
maintain the insurance as required shall constitute a material breach of contract,
upon which the CITY may, after giving five business days’ notice to the
CONSULTANT to correct the breach, immediately terminate the contract or, at its
discretion, procure or renew such insurance and pay any and all premiums in
connection therewith, with any sums so expended to be repaid to the CITY on
demand, or at the sole discretion of the CITY, offset against funds due the
CONSULTANT from the CITY.
8.10 CITY Full Availability of CONSULTANT Limits. If the CONSULTANT maintains
higher insurance limits than the minimums shown above, the CITY shall be
insured for the full available limits of Commercial General and Excess or
Umbrella liability maintained by the CONSULTANT, irrespective of whether such
PROFESSIONAL SERVICE AGREEMENT 6
limits maintained by the CONSULTANT are greater than those required by this
contract or whether any certificate of insurance furnished to the CITY evidences
limits of liability lower than those maintained by the CONSULTANT.
9. Treatment of Assets. Title to all property furnished by the CITY shall remain in the name
of the CITY and the CITY shall become the owner of the work product and other
documents, if any, prepared by the CONSULTANT pursuant to this Agreement.
10. Compliance with Law/FAA Requirements.
10.1 The CONSULTANT, in the performance of this Agreement, shall comply with all
applicable federal, state or local laws and ordinances, including regulations for
licensing, certification and operation of facilities, programs and accreditation,
and licensing of individuals, and any other standards or criteria as described in
this Agreement to assure quality of services.
10.2 The CONSULTANT specifically agrees to pay any applicable business and
occupation (B & O) taxes which may be due on account of this Agreement.
10.3 Access to Records and Reports. The CONSULTANT must maintain an acceptable
cost accounting system. The CONSULTANT agrees to provide the sponsor, the
Federal Aviation Administration, and the Comptroller General of the United
States oir duly authorized representatives, access to any books, documents,
papers, and records of the CONSULTANT which are directly pertinent to the
specific contract for the purpose of making audit, examination, excerpts and
transcriptions. The CONSULTANT 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.
10.4 General Civil Rights Provisions. The CONSULTANT agrees to 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 disability be excluded from participating in any activity conducted with or
benefiting from Federal assistance. This provision binds the CONSULTANT and
subtier 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.
10.5 Title VI Solicitation Notice: The CITY, 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.
PROFESSIONAL SERVICE AGREEMENT 7
10.6 Compliance with Nondiscrimination Requirements. During the performance of
this contract, the CONSULTANT, for itself, its assignees, and successors in interest
(hereinafter referred to as the “CONSULTANT”) agrees as follows:
a. Compliance with Regulations: The CONSULTANT will comply with the
Title VI List of Pertinent Nondiscrimination Acts And Authorities, as
they may be amended from time to time, which are herein
incorporated by reference and made a part of this contract.
b. Non-discrimination: The CONSULTANT, 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 CONSULTANT will not participate directly or
indirectly in the discrimination prohibited by the Nondiscrimination
Acts and Authorities, including employment practices when the
contract covers any activity, project, or program set forth in Appendix
B of 49 CFR part 21.
c. Solicitations for Subcontracts, Including Procurements of Materials
and Equipment: In all solicitations, either by competitive bidding, or
negotiation made by the CONSULTANT for work to be performed
under a subcontract, including procurements of materials, or leases
of equipment, each potential subcontractor or supplier will be
notified by the CONSULTANT of the CONSULTANT’s obligations under
this contract and the Nondiscrimination Acts And Authorities on the
grounds of race, color, or national origin.
d. Information and Reports: The CONSULTANT will provide all
information and reports required by the Acts, the Regulations, and
directives issued pursuant thereto and will permit access to its books,
records, accounts, other sources of information, and its facilities as
may be determined by the sponsor or the Federal Aviation
Administration to be pertinent to ascertain compliance with such
Nondiscrimination Acts And Authorities and instructions. Where any
information required of a CONSULTANT is in the exclusive possession
of another who fails or refuses to furnish the information, the
CONSULTANT 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.
e. Sanctions for Noncompliance: In the event of a CONSULTANT’s
noncompliance with the Nondiscrimination 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:
PROFESSIONAL SERVICE AGREEMENT 8
1. Withholding payments to the CONSULTANT under the
contract until the CONSULTANT complies; and/or
2. Cancelling, terminating, or suspending a contract, in whole or
in part.
f. Incorporation of Provisions: The CONSULTANT will include the
provisions of paragraphs one through six in every subcontract,
including procurements of materials and leases of equipment,
Required Contact Provisions Issued on January 29, 2016 Page 19 AIP
Grants and Obligated Sponsors Airports (ARP) unless exempt by the
Acts, the Regulations and directives issued pursuant thereto. The
CONSULTANT will take action with respect to any subcontract or
procurement as the sponsor or the Federal Aviation Administration
may direct as a means of enforcing such provisions including
sanctions for noncompliance. Provided, that if the CONSULTANT
becomes involved in, or is threatened with litigation by a
subcontractor, or supplier because of such direction, the
CONSULTANT may request the sponsor to enter into any litigation to
protect the interests of the sponsor. In addition, the CONSULTANT
may request the United States to enter into the litigation to protect
the interests of the United States.
10.7 Applicable Nondiscrimination Statutes. During the performance of this contract,
the CONSULTANT, for itself, its assignees, and successors in interest (hereinafter
referred to as the “CONSULTANT”) agrees to comply with the following
nondiscrimination statutes and authorities; including but not limited to:
• 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);
• 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);
PROFESSIONAL SERVICE AGREEMENT 9
• 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,
subrecipients 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 non-
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).
10.8 Texting While 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), the FAA encourages recipients of
Federal grant funds to adopt and enforce safety policies that decrease crashes
by distracted drivers, including policies to ban text messaging while driving when
performing work related to a grant or sub-grant.
In support of this initiative, the Owner encourages the CONSULTANT to promote policies
and initiatives for its employees and other work personnel that decrease crashes by
distracted drivers, including policies that ban text messaging while driving motor
vehicles while performing work activities associated with the project. The CONSULTANT
PROFESSIONAL SERVICE AGREEMENT 10
must include the substance of this clause in all sub-tier contracts exceeding $3,500 and
involve driving a motor vehicle in performance of work activities associated with the
project.
10.9 Energy Conservation Requirements. CONSULTANT and its subcontractors agree
to comply with mandatory standards and policies relating to energy efficiency as
contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (42 U.S.C. 6201et seq).
10.10 Federal Fair Labor Standards Act. All contracts and subcontracts that result from
this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal
Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text.
The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards
for full and part time workers. The CONSULTANT has full responsibility to monitor
compliance to the referenced statute or regulation. The CONSULTANT must address any
claims or disputes that arise from this requirement directly with the U.S. Department of
Labor – Wage and Hour Division.
10.11 Occupational Safety and Health Act of 1970. All contracts and subcontracts that
result from this solicitation incorporate by reference the requirements of 29 CFR Part
1910 with the same force and effect as if given in full text. CONSULTANT must provide a
work environment that is free from recognized hazards that may cause death or serious
physical harm to the employee. The CONSULTANT retains full responsibility to monitor
its compliance and their subcontractor’s compliance with the applicable requirements
of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). CONSULTANT
must address any claims or disputes that pertain to a referenced requirement directly
with the U.S. Department of Labor – Occupational Safety and Health Administration.
10.12 Trade Restriction Certification. By submission of an offer, the CONSULTANT
certifies that with respect to this solicitation and any resultant contract, the
CONSULTANT -
a. is not owned or controlled by one or more citizens of a foreign country
included in the list of countries that discriminate against U.S. firms as published
by the Office of the United States Trade Representative (U.S.T.R.);
b. has not knowingly entered into any contract or subcontract for this project
with a person that is a citizen or national of a foreign country included on the list
of countries that discriminate against U.S. firms as published by the U.S.T.R; and
c. has not entered into any subcontract for any product to be used on the
Federal on the project that is produced in a foreign country included on the list
of countries that discriminate against U.S. firms published by the U.S.T.R.
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
PROFESSIONAL SERVICE AGREEMENT 11
render the maker subject to prosecution under Title 18, United States Code, Section
1001.
The CONSULTANT must provide immediate written notice to the Owner if the
CONSULTANT learns that its certification or that of a subcontractor was erroneous when
submitted or has become erroneous by reason of changed circumstances. The
CONSULTANT must require subcontractors provide immediate written notice to the
CONSULTANT if at any time it learns that its certification was erroneous by reason of
changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in
accordance with 49 CFR 30.17, no contract shall be awarded to a CONSULTANT or
subcontractor:
(1) who is owned or controlled by one or more citizens or nationals of a foreign
country included on the list of countries that discriminate against U.S. firms
published by the U.S.T.R. or
(2) whose subcontractors are owned or controlled by one or more citizens or
nationals of a foreign country on such U.S.T.R. list or
(3) who incorporates in the public works project any product of a foreign country
on such U.S.T.R. list;
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 CONSULTANT is not required to exceed
that which is normally possessed by a prudent person in the ordinary course of business
dealings.
The CONSULTANT agrees that it will incorporate this provision for certification without
modification in in all lower tier subcontracts. The CONSULTANT may rely on the
certification of a prospective subcontractor that it is not a firm from a foreign country
included on the list of countries that discriminate against U.S. firms as published by
U.S.T.R, unless the CONSULTANT has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed
when making an award. If it is later determined that the CONSULTANT or subcontractor
knowingly rendered an erroneous certification, the Federal Aviation Administration may
direct through the Owner cancellation of the contract or subcontract for default at no
cost to the Owner or the FAA.
10.13 Veteran’s Preference. In the employment of labor (excluding executive,
administrative, and supervisory positions), the CONSULTANT and all sub-tier contractors
must give preference to covered veterans as defined within Title 49 United States Code
Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans,
Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as
PROFESSIONAL SERVICE AGREEMENT 12
defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference
only applies when there are covered veterans readily available and qualified to perform
the work to which the employment relates.
10.14 Certification Regarding Lobbying. The CONSULTANT certifies by signing and
submitting this agreement, 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 CONSULTANT, 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 undersigned shall
complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,”
in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be
included in the award documents for all sub-awards at all tiers (including
subcontracts, sub-grants, and contracts under grants, loans, and cooperative
agreements) and that all sub-recipients shall certify and disclose accordingly.
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.
10.15 Clean Air and Water Pollution Control. CONSULTANT agrees to comply with all
applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42
U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C.
§ 1251-1387). The CONSULTANT agrees to report any violation to the Owner
immediately upon discovery. The Owner assumes responsibility for notifying the
Environmental Protection Agency (EPA) and the Federal Aviation Administration.
CONSULTANT must include this requirement in all subcontracts that exceeds $150,000.
PROFESSIONAL SERVICE AGREEMENT 13
10.16 Certification of CONSULTANT regarding Debarment. The CONSULTANT certifies
that neither it nor its principals are presently debarred or suspended by any Federal
department or agency from participation in this transaction.
10.17 Certification of CONSULTANT regarding Tax Delinquency and Felony Convictions
1) CONSULTANT represents that it is not a corporation that has any unpaid
Federal tax liability that has been assessed, for which all judicial and administrative
remedies have been exhausted or have lapsed, and that is not being paid in a timely
manner pursuant to an agreement with the authority responsible for collecting the tax
liability.
2) The CONSULTANT represents that it is not a corporation that was
convicted of a criminal violation under any Federal law within the preceding 24 months.
10.18 Disadvantaged Business Enterprises Provisions. CONSULTANT shall not
discriminate on the basis of race, color, national origin, or sex in the performance of this
contract. The CONSULTANT shall carry out applicable requirements of 49 CFR part 26 in
the award and administration of Department of Transportation-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 Owner deems appropriate, which may include, but is not limited to:
1) Withholding monthly progress payments;
2) Assessing sanctions;
3) Liquidated damages; and/or
4) Disqualifying the Contractor from future bidding as non-responsible.
10.19 Compliance with Applicable Federal Laws and Regulations.
Contractor agrees to comply with all other applicable federal laws and regulations governing the
provision of professional services on federally funded projects, including but not limited to the Federal
Acquisition Regulation (FAR), 48 CFR , Competition in Contracting Act (CICA), Brooks Act, Federal
Acquisition Streamlining Act (FASA), Service Contract Act (SCA), Anti-Kickback Act, False Claims Act
(FCA), and any agency-specific regulations applicable to the project. Contractor further agrees to adhere
to ethical standards and guidelines set forth by the contracting agency and to refrain from engaging in
any conduct that would violate federal law or compromise the integrity of the procurement process.
Contractor acknowledges that failure to comply with these requirements may result in termination of
the contract and/or other remedies available to the contracting agency, including but not limited to
suspension or debarment from future government contracts.
11. Breach of Contract. 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.
PROFESSIONAL SERVICE AGREEMENT 14
Owner will provide CONSULTANT written notice that describes the nature of the breach
and corrective actions the CONSULTANT must undertake in order to avoid termination of the
contract. Owner reserves the right to withhold payments to CONSULTANT until such time the
CONSULTANT corrects the breach or the Owner elects to terminate the contract. The Owner’s
notice will identify a specific date by which the CONSULTANT must correct the breach. Owner
may proceed with termination of the contract if the CONSULTANT fails to correct the breach by
deadline indicated in the Owner’s notice.
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.
12. Assignment/subcontracting.
12.1 The CONSULTANT shall not assign its performance under this Agreement or any
portion of this Agreement without the written consent of the
CITY, and it is further agreed that said consent must be sought in writing by the
CONSULTANT not less than thirty (30) days prior to the date of any proposed
assignment. The CITY reserves the right to reject without cause any such
assignment.
12.2 Any work or services assigned hereunder shall be subject to each provision of
this Agreement and proper bidding procedures where applicable as set forth in
local, state and/or federal statutes, ordinances and guidelines.
12.3 Any technical/professional service subcontract not listed in this Agreement, must
have express advance approval by the CITY.
13. Changes.
Either party may request changes to the scope of services and performance to be provided
hereunder, however, no change or addition to this Agreement shall be valid or binding upon
either party unless such change or addition be in writing and signed by both parties. Such
amendments shall be attached to and made part of this Agreement.
14. Maintenance and Inspection of Records.
14.1 The CONSULTANT shall maintain books, records and documents, which
sufficiently and properly reflect all direct and indirect costs related to the
performance of this Agreement and shall maintain such accounting procedures
and practices as may be necessary to assure proper accounting of all funds paid
pursuant to this Agreement. These records shall be subject at all reasonable
times to inspection, review, or audit, by the CITY, its authorized representative,
the State Auditor, or other governmental officials authorized by law to monitor
this Agreement.
PROFESSIONAL SERVICE AGREEMENT 15
14.2 The CONSULTANT shall retain all books, records, documents and other material
relevant to this agreement, for six (6) years after its expiration. The
CONSULTANT agrees that the CITY or its designee shall have full access
and right to examine any of said materials at all reasonable times during said
period.
15. Other Provisions.
If changes in state law necessitate that services hereunder be expanded, the parties shall
negotiate an appropriate amendment. If after thirty (30) days of negotiation, agreement can
not be reached, this Agreement may be terminated by the CITY no sooner than sixty (60) days
thereafter.
16. Termination.
16.1 Termination for Convenience.
a. The Owner may, by written notice to the CONSULTANT, terminate
this Agreement for its convenience and without cause or default on
the part of CONSULTANT. Upon receipt of the notice of termination,
except as explicitly directed by the Owner, the Contractor must
immediately discontinue all services affected.
b. Upon termination of the Agreement, the CONSULTANT must deliver
to the Owner all data, surveys, models, drawings, specifications,
reports, maps, photographs, estimates, summaries, and other
documents and materials prepared by the Engineer under this
contract, whether complete or partially complete.
c. Owner agrees to make just and equitable compensation to the
CONSULTANT for satisfactory work completed up through the date
the CONSULTANT receives the termination notice. Compensation will
not include anticipated profit on non-performed services.
d. Owner further agrees to hold CONSULTANT harmless for errors or
omissions in documents that are incomplete as a result of the
termination action under this clause.
16.2 Termination for Cause. Either party may terminate this Agreement for
cause if the other party fails to fulfill its obligations that are essential to the
completion of the work per the terms and conditions of the Agreement. The
party initiating the termination action must allow the breaching party an
opportunity to dispute or cure the breach.
The terminating party must provide the breaching party [7] days advance written
notice of its intent to terminate the Agreement. The notice must specify the
nature and extent of the breach, the conditions necessary to cure the breach,
and the effective date of the termination action. The rights and remedies in this
PROFESSIONAL SERVICE AGREEMENT 16
clause are in addition to any other rights and remedies provided by law or under
this agreement.
a) Termination by Owner: The Owner may terminate this Agreement in whole or
in part, for the failure of the CONSULTANT to:
1. Perform the services within the time specified in this contract or by
Owner approved extension;
2. Make adequate progress so as to endanger satisfactory performance
of the Project;
3. Fulfill the obligations of the Agreement that are essential to the
completion of the Project.
Upon receipt of the notice of termination, the CONSULTANT must immediately
discontinue all services affected unless the notice directs otherwise. Upon
termination of the Agreement, the CONSULTANT must deliver to the Owner all
data, surveys, models, drawings, specifications, reports, maps, photographs,
estimates, summaries, and other documents and materials prepared by the
Engineer under this contract, whether complete or partially complete.
Owner agrees to make just and equitable compensation to the CONSULTANT for
satisfactory work completed up through the date the CONSULTANT receives the
termination notice. Compensation will not include anticipated profit on non-
performed services.
Owner further agrees to hold CONSULTANT harmless for errors or omissions in
documents that are incomplete as a result of the termination action under this
clause.
If, after finalization of the termination action, the Owner determines the
CONSULTANT was not in default of the Agreement, the rights and obligations of
the parties shall be the same as if the Owner issued the termination for the
convenience of the Owner.
b) Termination by CONSULTANT: The CONSULTANT may terminate this
Agreement in whole or in part, if the Owner:
1. Defaults on its obligations under this Agreement;
2. Fails to make payment to the CONSULTANT in accordance with the
terms of this Agreement;
3. Suspends the Project for more than 180 days due to reasons beyond
the control of the CONSULTANT.
Upon receipt of a notice of termination from the CONSULTANT, Owner agrees to
cooperate with CONSULTANT for the purpose of terminating the agreement or
PROFESSIONAL SERVICE AGREEMENT 17
portion thereof, by mutual consent. If Owner and CONSULTANT cannot reach
mutual agreement on the termination settlement, the CONSULTANT may,
without prejudice to any rights and remedies it may have, proceed with
terminating all or parts of this Agreement based upon the Owner’s breach of the
contract.
In the event of termination due to Owner breach, the Engineer is entitled to
invoice Owner and to receive full payment for all services performed or furnished
in accordance with this Agreement and all justified reimbursable expenses
incurred by the CONSULTANT through the effective date of termination action.
Owner agrees to hold CONSULTANT harmless for errors or omissions in
documents that are incomplete as a result of the termination action under this
clause.
17. Notice.
Notice provided for in this Agreement shall be sent by certified mail to the addresses
designated for the parties on the last page of this Agreement.
18. Attorneys Fees and Costs.
If any legal proceeding is brought for the enforcement of this Agreement, or because of a
dispute, breach, default, or misrepresentation in connection with any of the provisions of this
Agreement, the prevailing party shall be entitled to recover from the other party, in addition to
any other relief to which such party may be entitled, reasonable attorney's fees and other costs
incurred in that action or proceeding.
19. Jurisdiction and Venue.
19.1 This Agreement has been and shall be construed as having been made and
delivered within the State of Washington, and it is agreed by each party hereto
that this Agreement shall be governed by laws of the State of Washington, both
as to interpretation and performance.
19.2 Any action of law, suit in equity, or judicial proceeding for the enforcement of
this Agreement or any provisions thereof, shall be instituted and maintained only
in any of the courts of competent jurisdiction in Snohomish County, Washington.
20. Severability.
20.1 If, for any reason, any part, term or provision of this Agreement is held by a court
of the United States to be illegal, void or unenforceable, the validity of the
remaining provisions shall not be affected, and the rights and obligations of the
parties shall be construed and enforced as if the Agreement did not contain the
particular provision held to be invalid.
20.2 If it should appear that any provision hereof is in conflict with any statutory
provision of the State of Washington, said provision which may conflict therewith
PROFESSIONAL SERVICE AGREEMENT 18
shall be deemed inoperative and null and void insofar as it may be in conflict
therewith, and shall be deemed modified to conform to such statutory
provisions.
21. Entire Agreement.
The parties agree that this Agreement is the complete expression of the terms hereto and any
oral representations or understandings not incorporated herein are excluded. Further, any
modification of this Agreement shall be in writing and signed by both parties. Failure to comply
with any of the provisions stated herein shall constitute material breach of contract and cause
for termination. Both parties recognize time is of the essence in the performance of the
provisions of this Agreement. It is also agreed by the parties that the forgiveness of the
nonperformance of any provision of this Agreement does not constitute a waiver of the
provisions of this Agreement.
IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day
and year first hereinabove written.
CITY OF ARLINGTON CONSULTANT:
Dowl, LLC
______________________________ ____________________________
Don E. Vanney, Mayor
Attest:
________________________________
Wendy Van Der Meersche, City Clerk
Page 1 of 1
TASK ORDER #4
EXHIBIT A: SCOPE OF WORK
City of Arlington – Arlington Municipal Airport (AWO)
Perimeter Fencing Improvements Project
Phase 2: Construction Administration
This project will be completed under the Professional Services Agreement between the City of Arlington and
DOWL, LLC, (CONSULTANT) dated ( ).
Project Description
The project includes the following improvements to the Arlington Municipal Airport (AWO), as shown in the
attached Figure 1.
Airport Perimeter Fencing (AIP Eligible):
1. Removal and replacement of approximately 3,700 linear feet of existing 3-wire perimeter fence at the
southwest, south, and southeast corners of the airport adjacent to 51st Ave NE, 172nd St NE (SR
531), and 59th Ave NE respectively with new 8-foot chain-link fence. New fence will include 3-strand
barbed wire, and all fencing materials will meet FAA Technical Specification F-162 contained in FAA
AC 150/5370-10H. One manual swing gate will be removed and replaced along the south segment to
provide FAA maintenance access to the Medium Intensity Approach Lighting System with Runway
Alignment Indicator Lights (MALSR).
Page 2 of 3
PHASE 2: CONSTRUCTION ADMINISTRATION
Project Fee Estimate
The CONSULTANT fee estimate is included as Exhibit B.
2.1 GENERAL PROJECT MANAGEMENT
The CONSULTANT will provide project management services:
a) The Project Manager will manage the project, provide administration services, and liaison with
the AIRPORT and FAA for up to 12 months.
b) The Project Manager will prepare up to 12 monthly invoices with progress reports.
2.2 PRE-CONSTRUCTION ACTIVITIES
Prior to the start of construction, the CONSULTANT will provide the following services:
a) The Project Manager and Resident Engineer will review the contractor’s proposed schedule with
the AIRPORT prior to the preconstruction meeting, including anticipated material lead times and
production rates.
b) The Resident Engineer will review the contractor’s Safety Plan Compliance Document (SPCD)
and provide comments, if any.
c) The Project Manager, Resident Engineer, and Inspector will conduct a pre -construction
conference at the airport to:
a. Review the Construction Safety and Phasing Plan (CSPP) with the contractor
b. Review the contractor’s proposed schedule with the AIRPORT and contractor
c. Attend the mandator vehicle driving training, as required by the AIRPORT
2.3 SUBMITTAL REVIEW
The Resident Engineer and Inspector will:
a) Review and provide responses for up to six (6) contractor submittals for conformance with plans
and specifications
b) Maintain a submittal log with all submittals received to date, and the status and response of each
submittal.
c) Incorporate AIRPORT comments and compile and send all formal submittal responses to the
contractor.
2.4 CONSTRUCTION ADMINISTRATION (CA) & INSPECTION
The CONSULTANT will provide CA and inspection services including:
a) The Inspector will provide construction inspection services throughout the duration of
construction (25 working days, 10-hour days).
a. The inspector will monitor and document construction progress, confirm conformance with
schedule, plans and specifications, measure and document construction pay quantities,
document significant conversations or situations, document input or visits by loca l
authorities, etc., and photograph daily construction activities.
b) The Project Manager will conduct up to five (5) weekly meetings on-site to coordinate progress
of construction with the airport, airport tenants, and the contractor, for up to four (4).
c) The inspector will prepare inspector daily reports documenting construction progress, materials
used, number of workers and work progress, and equipment used.
d) The Resident Engineer (Engineer of Record) will attend up to two (2) site visits, for up to eight
(8) hours.
e) The Resident Engineer will preparation of up to two (2) Contractor progress payment requests.
f) The inspector will prepare up to two (2) Field Note Records (FNR) to support Contractor
Progress Payments.
City of Arlington – Arlington Municipal Airport (AWO)
Perimeter Fencing Improvements Project
Phase 2: Construction Administration
Page 3 of 3
a. Field Note Records will include backup documentation for the quantities constructed during
each month of work.
g) The Project Manager and Resident Engineer will prepare up to one (1) construction change
order.
h) The Resident Engineer will respond to up to three contractor requests for information.
i) The Resident Engineer and inspector will review all weekly certified payrolls (prime and
subcontractors) monthly prior to the pay request and provide tracking spreadsheet to the
AIRPORT.
j) The Resident Engineer will review “Statement of Intent to Pay Prevailing Wage” and “Affidavit of
Wages Paid” forms for prime Contractor and subcontractors.
k) The Inspector will conduct prime contractor and subcontractor employee wage interviews for all
employees performing work on site.
l) The Project Manager will prepare weekly meeting agenda and meeting minutes (5 meetings
estimated).
m) The Project Manager and Resident Engineer will prepare FAA weekly reports with progress
photos for every week the contractor is working at the airport (5 reports estimated).
2.5 FINAL INSPECTION
The CONSULTANT will provide the following final inspection services including:
a) The Resident Engineer and Inspector will attend the final inspection with Airport personnel and
the contractor.
b) The Resident Engineer will prepare a punch list for the contractor, if required.
c) The Resident Engineer and Inspector will attend one (1) follow-up inspection when the
contractor has completed the punch list.
2.6 RECORD DRAWINGS
The CONSULTANT will prepare record drawings incorporating documented changes by the Resident
Engineer, Inspector, and contractor throughout construction.
2.7 PROJECT CLOSEOUT
The CONSULTANT will provide the following project closeout services including:
a) The Resident Engineer and Inspector will prepare and submit separately to the AIRPORT and
FAA for review a draft FAA Final Report per FAA 620-05 Standard Handout for Final Reports
including:
a. Final Payment Summary
b. Draft final reimbursement request
c. Draft final (SF425/SF271)
b) The Resident Engineer and Inspector will review and incorporate AIRPORT and FAA comments
and submittal the FAA Final Report for approval.
c) The Resident Engineer will provide an As-Build Airport Layout Plan including memo.
2.8 GRANT ASSISTANCE
The CONSULTANT will provide the AIRPORT with the following grant assistance:
a) The Project Manager will prepare up to four (4) FAA Quarterly Reports and submit to the FAA.
City of Arlington – Arlington Municipal Airport (AWO)
Perimeter Fencing Improvements Project
Phase 2: Construction Administration
Page 4 of 3
Scope Assumptions:
a) The construction will occur during the summer of 2024 and will last 25 working days.
b) This project will be completed between July 2024 and July 2025.
c) A Construction Management Plan is not required.
d) The AIRPORT will provide airport vehicle driver training at the airport.
e) The CONSULTANT will develop and provide inspector daily reports for each day of construction
on site.
f) One full-time inspector will be onsite for 5 days per week for the full 25-day construction period
at 10 hours per day.
g) The Resident Engineer will provide two site visits throughout construction to verify construction
progress.
h) The Project Manager will attend all weekly meetings and remain on site for construction for up
to 8 hours per week.
i) Contractor Progress Payments will be developed by the CONSULTANT.
j) Contractor prevailing wage rate interviews will be conducted by the CONSULTANT.
k) CONSULTANT will develop Field Note Records to support contractor progress payments.
l) Annual DBE Participation Reporting will be completed under Task Order #5.
Scope Deliverables:
The following documents, exhibits, or other presentations for work covered by this Agreement will be
furnished by the CONSULTANT to the AIRPORT and/or FAA as noted.
TASK TASK NAME DELIVERABLE TO FORMAT
2.1 General Project Management Invoice & Progress Report AIRPORT PDF via Email
2.2 Pre-Construction Activities Pre-Construction Agenda AIRPORT PDF via Email
Pre-Construction Meeting
Minutes
AIRPORT PDF via Email
2.3 Submittal Review Submittal Responses AIRPORT PDF via Email
2.4 CA & Inspection IDRs AIRPORT PDF via Email
FAA Weekly Report/Photos AIRPORT & FAA PDF via Email
Weekly Meeting Agenda AIRPORT PDF via Email
Weekly Meeting Minutes AIRPORT PDF via Email
Payroll Tracking AIRPORT Excel via Email
Certified Payroll Review AIRPORT PDF via Email
Contractor Progress Payment AIRPORT & FAA PDF via Email
Wage Rate Reviews AIRPORT PDF via Email
2.5 Final Inspection Punchlist AIRPORT PDF via Email
2.6 Record Drawings Record Drawings AIRPORT & FAA PDF via Email
2.7 Project Closeout Draft Final Report AIRPORT & FAA PDF via Email
Final Report AIRPORT & FAA PDF via Email
As-Built ALP & Memo AIRPORT & FAA PDF via Email
2.8 Grant Assistance FAA Quarterly Report AIRPORT & FAA PDF via Email
Client:Arlington Municipal Airport (AWO)
Project:Perimeter Fencing Improvements Project Date:6/7/2024
Phase:02 - Construction Administration
LABOR:
TASK Senior Engineering Acct.
NO.TASK (Scope of Services)Manager II Engineer IV Engineer II Tech. VI Tech.TOTAL LABOR
260.00 190.00 145.00 175.00 120.00 HOURS COST
2.1 Project Management 9 18 0 0 12 39 7,200$
a General Project Management (12 months)6 12 18 3,840$
a Invoices & Progress Reports (12 Invoices)3 6 12 21 3,360$
2.2 Pre-Construction Activities 8 10 6 0 0 24 4,850$
a Review Schedule with Airport 4 4 8 1,800$
b Review SPCD 2 2 4 670$
c Conduct Pre-Construction Conference 4 4 4 12 2,380$
2.3 Submittal Review 2 8 18 0 0 28 4,650$
a Submittal Reviews (6)6 12 18 2,880$
b Submittal Log 6 6 870$
c Submittal Responses 2 2 4 900$
2.4 Construction Administration & Inspection 28 43 315 6 0 392 62,175$
a Construction Inspection (25 days, 10 hrs/day)250 250 36,250$
b
Weekly Construction Meeting (PM - 5 days, 4
hrs/day)20 20 5,200$
c Inspector Daily Reports (25)6 12 18 2,880$
d Engineer Inspection (2 days, 8 hrs/day)16 16 3,040$
e Contractor Progress Payments 2 4 6 1,280$
f Field Note Records 2 8 10 1,540$
g Change Order (1)1 4 4 6 15 2,650$
h Requests for Information (3)6 6 12 2,010$
i Certified Payroll Review 5 20 25 3,850$
j Labor Documentation Review 5 5 725$
k Employee Wage Rate Interview 5 5 725$
l Weekly Meeting Agenda and Minutes 5 5 1,300$
m FAA Weekly Reports 5 5 725$
2.6 Final Inspection 0 9 12 0 0 21 3,450$
a Final Inspection 4 4 8 1,340$
b Punch list 1 4 5 770$
c Closeout Inspection 4 4 8 1,340$
2.7 Record Drawings 2 4 8 8 0 22 3,840$
a Record Drawings 2 4 8 8 22 3,840$
2.8 Project Closeout 5 12 38 4 0 59 9,790$
a Draft FAA Construction Final Report/Project
Summary 2 8 26 36 5,810$
b FAA Construction Final Report/Project Summary 1 4 12 17 2,760$
c ALP Update & Narrative 2 4 6 1,220$
2.9 Grant Assistance 0 4 0 0 0 4 760$
a FAA Quarterly/Annual Performance Reports 4 4 760$
Labor Subtotal 54 108 397 18 12 589 96,715$
Expenses
Mileage (per vehicle)35 Trips @ 100 Miles R.T at 0.67$ / mile 2,345$
Plotting / Reproductions (Record Drawings)500$
Total Expenses 2,845$
Subconsultants Markup (N/A)
0%-$
Total Subconsultants -$
TOTAL FEE (Phase 2 - Construction Administration)99,560$
EXHIBIT B-1: CONSULTANT FEE ESTIMATE
DOWL PROJECT TEAM
\\dowl.com\j\Projects\72\15001-08\10PM\Scope and Fee\CA Scope and Fee\EXHIBIT B - Fee Estimate - AWO Perimeter Fencing CA.xlsx
City of Arlington Council Agenda Bill
Item: NB #8 Attachment L
COUNCIL MEETING DATE: July 1, 2024
Taxiway Alpha Improvements Project – Bid Award (Construction Contract), Construction Administration Professional Services Agreement, and Grant Acceptance
Recommendation to Award, Construction Contract, and Construction Administration Professional Services Agreement
Airport; Marty Wray, Director 360-403-3477 EXPENDITURES REQUESTED: $6,306,497.01 BUDGET CATEGORY: CIP Fund BUDGETED AMOUNT: LEGAL REVIEW:
(previously approved), construction, and construction administration services. SRV Construction came in as the lowest bidder for construction at $5,876,497.01. Staff is requesting that City Council authorize the Mayor to sign the contract with SRV Construction in the amount of $5,876,497.01. Staff is also requesting that City Council authorize the Mayor to sign the Professional Services Agreement with DOWL in the amount not to exceed $430,000.00 (current contracted on-call engineer for the City of Arlington Airport) for project construction administration services. Airport staff is required by the FAA to complete an Independent Fee Estimate (IFE) for DOWL’s construction administration scope and fee, which is currently being completed. Therefore, staff is requesting that the City Council approve an amount higher than DOWL’s estimate of $388,514.00. Staff is requesting that the City Council authorize the Mayor and City Attorney to sign the WSDOT Airport Aid Grant offer and FAA Grant offer subject to grant award for the Taxiway Alpha Improvements Project. The total project cost was higher than what was budgeted and will be amended in the fall. The original estimate did not include the aircraft holding bay that was added late in design based on airport user feedback. DOWL was able to incorporate into their existing design budget, but there were additional costs for construction and construction
mill and overlay of Taxiway Alpha is necessary to extend the pavement life and to improve safety by bringing connector taxiway configurations into compliance with FAA design standards. City Council approved the design of this project at their April 1, 2024 meeting in the amount not to exceed $290,788.00.
City of Arlington Council Agenda Bill
Item: NB #8 Attachment L
ALTERNATIVES Remand to staff for additional information. RECOMMENDED MOTION: I move to authorize the Mayor to sign the contract with SRV Construction in the amount of $5,876,497.01 for the Taxiway Alpha Improvements Project; to authorize the Mayor to sign the Professional Services Agreement with DOWL in the amount not to exceed $430,000.00 for construction administration services (subject to the IFE being approved by the FAA); and to authorize the Mayor and City Attorney to sign the WSDOT Airport Aid Grant offer and FAA Grant offer,
Page 1 of 26
Construction Contract - Federal (Rev 1.1.2024)
CONSTRUCTION CONTRACT
FOR FEDERALLY FUNDED PROJECTS
Project Name___________________________________________________ Project # ___________
THIS CONTRACT, is made and entered into in duplicate this day of , 202_, by and
between the CITY OF ARLINGTON, a municipal corporation of the State of Washington, hereafter called
the “CITY”, and (CONTRACTOR NAME) hereafter referred to as the
“CONTRACTOR”.
WHEREAS, the CITY desires , and
WHEREAS, the CONTRACTOR is qualified, willing and able to perform the necessary work.
NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained,
to be kept, performed and fulfilled by the respective parties thereto, and other valuable considerations,
it is mutually agreed as follows:
1.SCOPE OF SERVICES
CONTRACTOR agrees to perform the services described in the attached Scope of Work and/or
proposal which is attached hereto as Exhibit ”A” and is herein incorporated by reference.
2.TERM
2.1 No work is to be performed prior to written notice by the CITY to proceed.
2.2 All work under this Contract is to be done within of notice to proceed.
3.COMPENSATION AND METHOD OF PAYMENT
3.1 CITY shall pay CONTRACTOR for the work performed under this Contract: (check one)
(please include all applicable taxes and fees)
Hourly: $ per hour but not more than a total of $_______________.
Fixed Sum: a total amount of $ .
Other: _____________________________________________________.
for all work performed and expenses incurred under this Contract.
Page 2 of 26
Construction Contract - Federal (Rev 1.1.2024)
3.2 The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for
____________________ , which includes any applicable
sales or use tax, in accordance with and as described in the attached plans and
specifications and the Standard Specifications for Municipal Public Works Construction,
which are by this reference incorporated herein and made a part hereof, and shall perform
any alterations in or additions to the work provided under this Contract and every part
thereof.
3.3 The CONTRACTOR shall maintain time and expense records and report them to the CITY
monthly; and shall submit invoices to the CITY monthly for payment for work performed
to the date of the invoice. Invoices shall be in a format acceptable to the CITY.
3.4 The CITY shall pay all invoices from the CONTRACTOR by mailing a CITY warrant within 30
days of receipt of a properly completed invoice.
3.5 All records and accounts pertaining to this Contract are to be kept available for inspection
by representatives of the CITY for a period of three (3) years after final payment. Copies
shall be made available to the CITY upon request.
3.6 If during the course of the Contract, the work rendered does not meet the requirements
set forth in the Contract, the CONTRACTOR shall correct or modify the required work to
comply with the requirements of the Contract. The CITY shall have the right to withhold
payment for such work until it meets the requirements of the Contract.
4.PREVAILING WAGE
4.1 This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be
amended, relating to prevailing wages. On Public Works projects, funded in part or in
whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO
WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF
THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OR WAGE as determined
by the Industrial Statistician of the Department of Labor and industries for the State of
Washington. The schedule of prevailing wage rates for this Contract is attached hereto and
by this reference made a part of this Contract as though fully set forth herein.
4.2 Prior to making any payment under this Contract, the CITY must receive an approved copy
of the “Statement of Intent to Pay Prevailing Wages on Public Works Contracts” from the
Department of Labor and Industries.
4.3 It is the CONTRACTOR’s responsibility to obtain and file the Statement. The CONTRACTOR
shall be responsible for all filing fees. Each invoice shall include a signed statement that
prevailing wages have been paid by the CONTRACTOR and all subcontractors. Following
the final acceptance of services rendered, CONTRACTOR shall submit an “Affidavit of
Wages Paid” which must be certified by the Industrial Statistician of the Department of
Labor and Industries.
Page 3 of 26
Construction Contract - Federal (Rev 1.1.2024)
5.REPRESENTATIONS
CITY has relied upon the qualifications of CONTRACTOR in entering into this Contract. By execution
of this Contract, CONTRACTOR represents it possesses the ability, skill and resources necessary to
perform the work and is familiar with all applicable current laws, rules and regulations which
reasonably relate to the Scope of Services detailed in Exhibit “A” hereto.
6.STANDARD OF CARE
CONTRACTOR shall exercise the degree of skill and diligence normally employed by contractors
engaged in the same profession, and performing the same or similar services at the time such
services are performed. CONTRACTOR will be responsible for the technical accuracy of its services
and documents resulting therefrom, and CITY shall not be responsible for discovering deficiencies
therein. CONTRACTOR agrees to correct any deficiencies discovered without additional
compensation, except to the extent such deficiencies are directly attributable to deficiencies or
omissions in City-furnished information.
7.RESPONSIBILITY OF CONTRACTOR
7.1 Safety. CONTRACTOR shall take all necessary precautions for the safety of employees on
the work site and shall comply with all applicable provisions of Federal, State, and
municipal safety laws.
7.2 Corrections of Defects. CONTRACTOR shall be responsible for correcting all defects in
workmanship and/or materials discovered within one year after acceptance of this work.
When corrections of defects are made, CONTRACTOR shall be responsible for correcting
all defects in workmanship and/or materials in the corrected work for one year after
acceptance of the corrections by the CITY. The CONTRACTOR shall start work to remedy
such defects within seven (7) days of mailing notice of discovery thereof by the CITY and
shall complete such work within a reasonable time. In emergencies where damage may
result from delay or where loss of service may result, such corrections may be made by the
CITY, in which case the cost shall be borne by the CONTRACTOR. In the event the
CONTRACTOR does not accomplish corrections at the time specified, the work will be
otherwise accomplished and the cost of same shall be paid by the CONTRACTOR.
7.3 Warranty. CONTRACTOR shall be responsible for correcting all defects in workmanship
and material in a responsible period of time, after said work is completed. CONTRACTOR
shall start work to remedy such defects within seven (7) days of mailing notice of discovery
thereof by the CITY and shall complete such work in a reasonable time. In emergencies
where damage may result from delay or where loss of service may result, such correction
may be made by the CITY, in which case the cost shall be borne by the CONTRACTOR. In
the event the CONTRACTOR does not accomplish corrections at the time specified, the
work will be otherwise accomplished and the cost of same shall be paid by the
CONTRACTOR.
Page 4 of 26
Construction Contract - Federal (Rev 1.1.2024)
CONTRACTOR shall be liable for any costs, losses, expenses or damages, including
consequential damages, suffered by the CITY resulting from defects in the CONTRACTOR's
work including, but not limited to, cost of materials and labor extended by the CITY in
making emergency repairs and cost inspection and supervision of the CITY. CONTRACTOR
shall hold the CITY harmless from any and all claims which may be made against the CITY
as a result of any defective work and the CONTRACTOR shall defend any such claims at his
own expense. Where materials or procedures are not specified in the contract, the CITY
relies on the professional judgment of the CONTRACTOR to make appropriate selections.
7.4 Nondiscrimination.
7.4.1 Nondiscrimination Requirement. During the term of this Contract, CONTRACTOR,
including any subcontractor, shall not discriminate on the bases enumerated at
RCW 49.60.530(3). In addition, CONTRACTOR, including any subcontractor, shall
give written notice of this nondiscrimination requirement to any labor
organizations with which CONTRACTOR, or subcontractor, has a collective
bargaining or other agreement.
7.4.2 Obligation to Cooperate. CONTRACTOR, including any subcontractor, shall
cooperate and comply with any Washington state agency investigation regarding
any allegation that CONTRACTOR, including any subcontractor, has engaged in
discrimination prohibited by this Contract pursuant to RCW 49.60.530(3).
7.4.3 Default. Notwithstanding any provision to the contrary, Agency may suspend
CONTRACTOR, including any subcontractor, upon notice of a failure to participate
and cooperate with any state agency investigation into alleged discrimination
prohibited by this Contract, pursuant to RCW 49.60.530(3). Any such suspension
will remain in place until Agency receives notification that CONTRACTOR,
including any subcontractor, is cooperating with the investigating state agency. In
the event CONTRACTOR, or subcontractor, is determined to have engaged in
discrimination identified at RCW 49.60.530(3), Agency may terminate this
Contract in whole or in part, and CONTRACTOR, subcontractor, or both, may be
referred for debarment as provided in RCW 39.26.200. CONTRACTOR or
subcontractor may be given a reasonable time in which to cure this
noncompliance, including implementing conditions consistent with any court-
ordered injunctive relief or settlement agreement.
7.4.4 Remedies for Breach. Notwithstanding any provision to the contrary, in the event
of Contract termination or suspension for engaging in discrimination,
CONTRACTOR, subcontractor, or both, shall be liable for contract damages as
authorized by law including, but not limited to, any cost difference between the
original contract and the replacement or cover contract and all administrative
costs directly related to the replacement contract, which damages are distinct
from any penalties imposed under Chapter 49.60, RCW. Agency shall have the
Page 5 of 26
Construction Contract - Federal (Rev 1.1.2024)
right to deduct from any monies due to CONTRACTOR or subcontractor, or that
thereafter become due, an amount for damages CONTRACTOR or subcontractor
will owe Agency for default under this provision.
7.5 Employment.
Any and all employees of the CONTRACTOR while engaged in the performance shall be
considered employees of the CONTRACTOR only and not of the CITY and any and all claims
that may or might arise under the Worker's Compensation Act on behalf of said employees,
while so engaged and any and all claims made by a third party as consequence of any
negligent act or omission on the part of the CONTRACTOR's employees, while so engaged on
any of the work or services provided or rendered herein, shall be the sole obligation and
responsibility of the CONTRACTOR.
8.SUBCONTRACTOR RESPONSIBILITY
8.1 The CONTRACTOR shall include the language of this section in each of its first-tier
subcontracts, and shall require each of its subcontractors to include the same language of
this section in each of their subcontracts, adjusting only as necessary the terms used for
the contracting parties. The requirements of this section apply to all subcontractors
regardless of tier.
At the time of subcontract execution, the CONTRACTOR shall verify that each of its first-
tier subcontractors meets the following bidder responsibility criteria:
8.1.1 Have a current certificate of registration as a CONTRACTOR in compliance with
chapter 18.27 RCW, which must have been in effect at the time of subcontract bid
submittal;
8.1.2 Have a current Washington Unified Business Identifier (UBI) number;
8.1.3 If applicable, have:
8.1.3.1 Industrial Insurance (worker’s compensation) coverage for the
subcontractor’s employees working in Washington, as required in Title 51
RCW;
8.1.3.2 A Washington Employment Security Department number, as required in
Title 50 RCW;
8.1.3.3 A Washington Department of Revenue state excise tax registration
number, as required in Title 82 RCW;
8.1.3.4 An electrical CONTRACTOR license, if required by Chapter 19.28 RCW;
Page 6 of 26
Construction Contract - Federal (Rev 1.1.2024)
8.1.3.5 An elevator CONTRACTOR license, if required by Chapter 70.87 RCW
8.1.4 Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
9. HOLD HARMLESS
The CONTRACTOR shall defend, indemnify and hold the CITY, its officers, officials, employees and
volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney
fees, arising out of or in connection with the performance of this Contract, except for injuries and
damages caused by the sole negligence of the CITY.
However, should a court of competent jurisdiction determine that this Contract is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the CONTRACTOR
and the CITY, its officers, officials, employees, and volunteers, the CONTRACTOR’s liability
hereunder shall be only to the extent of the CONTRACTOR‘s negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
CONTRACTOR’s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Contract.
10. INSURANCE
10.1 Insurance Term. CONTRACTOR shall procure and maintain, for the duration of this
Contract, insurance against claims for the injuries to persons or damages to property which
may arise from or in connection with the performance of the work thereunder by the
CONTRACTOR, his agent, representatives, employees or subcontractors. The cost of such
insurance shall be paid by the CONTRACTOR.
10.2 No Limitation. The CONTRACTOR shall procure and maintain insurance, as required in this
Section, without interruption from commencement of the CONTRACTOR’s work through
the term of the Contract and for thirty (30) days after the Physical Completion date, unless
otherwise indicated herein.
10.3 Minimum Scope of Insurance. The Contractor’s required insurance shall be of the types
and coverage as stated below:
10.3.1 Automobile Liability insurance covering all owned, non-owned, hired and leased
vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form
CA 00 01.
10.3.2 Commercial General Liability insurance shall be at least as broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations,
independent contractors, products-completed operations, stop gap liability,
Page 7 of 26
Construction Contract - Federal (Rev 1.1.2024)
personal injury and advertising injury, and liability assumed under an insured
contract. The Commercial General Liability insurance shall be endorsed to provide
a per project general aggregate limit using ISO form CG 25 03 05 09 or an
endorsement providing at least as broad coverage. There shall be no exclusion for
liability arising from explosion, collapse or underground property damage. The
CITY shall be named as an additional insured under the Contractor’s Commercial
General Liability insurance policy with respect to the work performed for the CITY
using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-
Completed Operations endorsement CG 20 37 10 01 or substitute endorsements
providing at least as broad coverage.
10.3.3 Workers’ Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
10.4 Minimum Amounts of Insurance. CONTRACTOR shall maintain limits no less than:
10.4.1 Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident.
10.4.2 Commercial General Liability insurance shall be written with limits no less than
$2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000
products-completed operations aggregate limit.
10.4.3 Worker's Compensation coverage as required by the Worker's Compensation Act
of the State of Washington.
10.5 City’s Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the CITY shall be insured for the full
available limits of Commercial General and Excess or Umbrella liability maintained by the
Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to
the CITY evidences limits of liability lower than those maintained by the Contractor.
10.6 Other Insurance Provision. The Contractor’s Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be
primary insurance as respect the CITY. Any insurance, self-insurance, or self-insured pool
coverage maintained by the CITY shall be excess of the Contractor’s insurance and shall not
contribute with it.
10.7 Acceptability of Insurers. Insurance is to be placed with insurers with a Best's rating of no
less than A: VII.
10.8 Verification of Coverage. CONTRACTOR shall furnish the CITY with certificates of insurance
effecting coverage required by this clause. The certification for each insurance policy is to
be signed by a person authorized by that insurer to bind coverage on its behalf. The
Page 8 of 26
Construction Contract - Federal (Rev 1.1.2024)
certificates are to be received and approved by the CITY before work commences. The CITY
reserves the right to require complete, certified copies of all required insurance policies, at
any time.
10.9 Subcontractors. The CONTRACTOR shall cause each and every subcontractor to provide
insurance coverage that complies with all applicable requirements of the Contractor-
provided insurance as set forth herein, except the CONTRACTOR shall have sole
responsibility for determining the limits of coverage required to be obtained by
subcontractors. The CONTRACTOR shall ensure that the CITY is an additional insured on
each and every Subcontractor’s Commercial General liability insurance policy using an
endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37
10 01 for completed operations.
10.10 Notice of Cancellation. The Contractor shall provide the CITY and all additional insureds for
this work with written notice of any policy cancellation within two business days of their
receipt of such notice.
10.11 Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the
insurance as required shall constitute a material breach of contract, upon which the CITY
may, after giving five business days’ notice to the Contractor to correct the breach,
immediately terminate the Contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the CITY on demand, or at the sole discretion of the CITY, offset against funds due
the Contractor from the CITY.
11. CLAIMS
11.1 Any claim against the CITY for damages, expenses, costs or extras arising out of the
performance of this Contract must be made in writing to the CITY within thirty (30) days
after the discovery of such damage, and in no event later than the time of approval by the
CITY of final payment. CONTRACTOR, upon making applications for final payment, shall be
deemed to have waived this right to claim for final payment.
12. COMPLIANCE WITH LAWS
12.1 The CONTRACTOR shall comply with all Federal, State and local laws and regulations
applicable to the work done under this contract. Any violation of the provisions of this
Contract shall be considered a violation of a material provision and shall be grounds for
cancellation, termination or suspension of the Contract by the CITY, in whole or on part,
and may result in ineligibility for future work for the CITY.
12.2 If federal funds are being used by the City in this Contract, the CONTRACTOR agrees to
comply with the terms and conditions set forth on Exhibit B attached hereto.
Page 9 of 26
Construction Contract - Federal (Rev 1.1.2024)
13. CITY'S RIGHT TO TERMINATE CONTRACT
13.1 The CITY may terminate this Contract upon the occurrence of any one or more of the
events hereafter specified:
13.1.1 If the CONTRACTOR should be adjudged bankrupt.
13.1.2 If the CONTRACTOR should make a general assignment of benefit of his creditors.
13.1.3 If a receiver should be appointed on the account of insolvency of the CONTRACTOR.
13.1.4 If CONTRACTOR should persistently or repeatedly refuse or fail to supply a
sufficient number of properly skilled workmen or proper materials for completion
of the work.
13.1.5 If the CONTRACTOR shall fail to complete the work within the time specified in the
contract.
13.1.6 If the CONTRACTOR shall fail to make a prompt payment to subcontractors or for
material or labor.
13.1.7 If CONTRACTOR should persistently disregard laws, ordinances or regulations of
Federal, State or municipal agencies or subdivisions thereof.
13.1.8 If CONTRACTOR should persistently disregard instructions of Management,
or otherwise be guilty of a substantial violation of the contract.
13.2 This Contract, and any amendments or extensions to said Contract may be terminated for
any reason not previously identified by either party by giving ten (10) days written notice
to the other party. In the event that this Contract is terminated by the CITY, CONTRACTOR
shall not be entitled to receive any further balance of the amount to be paid under this
Contract until the work shall have been fully finished. At such time, if the unpaid balance
of the amount to be paid under this Contract exceeds the expense incurred by the CITY in
finishing the work, all of the damages sustained or which may be sustained by reason of
such refusal, neglect, failure of discontinuance of employment, such excess shall be paid
by the CITY to CONTRACTOR. If such expense and damages shall exceed the unpaid
balance, CONTRACTOR and his surety and each thereof shall be jointly and severally liable
therefore to CITY and shall pay the difference to the CITY. Such expense and damage shall
include all legal costs incurred by the CITY in employment of attorneys to protect the rights
and interests of the CITY under the contract; provided such legal costs shall be reasonable.
14. OWNERSHIP OF DOCUMENTS
14.1 On payment to the CONTRACTOR by the CITY of all compensation due under this Contract
all finished or unfinished documents and material prepared by the CONTRACTOR with
Page 10 of 26
Construction Contract - Federal (Rev 1.1.2024)
funds provided by this Contract shall become the property of the CITY and shall be
forwarded to the CITY at its request.
14.2 Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the CONTRACTOR under this Contract will be kept as
confidential and shall not be made available to any individual or organization by the
CONTRACTOR without prior written approval of the CITY or by court order.
15. PLANS AND SPECIFICATIONS
Plans and Specifications hereto referred to as the Exhibits, shall be available during office hours at
the following address: ____________________________. Said Plans and Specifications are by this
reference incorporated herein.
16. ASSIGNMENT
This Contract may not be assigned or otherwise transferred by the parties hereto without the
written consent of the other party.
17. INDEPENDENT CONTRACTOR
CONTRACTOR is and shall be at all times during the term of this Contract an independent
CONTRACTOR.
18. ATTORNEYS FEES AND COSTS
If any legal proceeding is brought for the enforcement of this Contract, or because of a dispute,
breach, default, or misrepresentation in connection with any of the provisions of this Contract, the
prevailing party shall be entitled to recover from the other party, in addition to any other relief to
which such party may be entitled, reasonable attorney's fees and other costs incurred in that
action or proceeding.
19. NOTICE
Notices, other than applications for payment, shall be given in writing to the persons named
below:
__________________________________
__________________________________
_________________________________
_________________________________
Page 11 of 26
Construction Contract - Federal (Rev 1.1.2024)
20. JURISDICTION AND VENUE
20.1 This Contract has been and shall be construed as having been made and delivered within
the State of Washington, and it is agreed by each party hereto that this Contract shall
be governed by laws of the State of Washington, both as to interpretation and
performance.
20.2 Any action of law, suit in equity, or judicial proceeding for the enforcement of this
Contract or any provisions thereof, shall be instituted and maintained only in any of the
courts of competent jurisdiction in Snohomish County, Washington.
21. SEVERABILITY
21.1 If, for any reason, any part, term or provision of this Contract is held by a court of the
United States to be illegal, void or unenforceable, the validity of the remaining
provisions shall not be affected, and the rights and obligations of the parties shall be
construed and enforced as if the Contract did not contain the particular provision held
to be invalid.
21.2 If it should appear that any provision hereof is in conflict with any statutory provision of
the State of Washington, said provision which may conflict therewith shall be deemed
inoperative and null and void insofar as it may be in conflict therewith, and shall be
deemed modified to conform to such statutory provisions.
22. MODIFICATION
No change, alteration, modification or addition to the Contract will be effective unless it is in
writing and properly signed by all parties thereto.
IN WITNESS WHEREOF, the parties have executed this Contract as of this day of
, 202_.
CITY OF ARLINGTON, WASHINGTON: CONTRACTOR:
By By
Title Title
Page 12 of 26
Construction Contract - Federal (Rev 1.1.2024)
EXHIBIT A - SCOPE OF WORK
EXHIBIT B – FEDERALLY FUNDED CONSTRUCTION PROJECTS
(A) Equal Employment Opportunity. The provisions of this sec�on related to 23 CFR Part 230, Subpart A,
Appendix A are applicable to all Federal-aid construc�on contracts and to all related construc�on subcontracts
of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or
architectural service contracts. In addi�on, the contractor and all subcontractors must comply with the following
policies: Execu�ve Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Sec�on 504 of the
Rehabilita�on Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42
U.S.C. 2000d et seq.), and related regula�ons including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230,
and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity
Clause in 41 CFR 60- 1.4(b) and, for all construc�on contracts exceeding $10,000, the Standard Federal Equal
Employment Opportunity Construc�on Contract Specifica�ons in 41 CFR 60-4.3. Note: The U.S. Department of
Labor has exclusive authority to determine compliance with Execu�ve Order 11246 and the policies of the
Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contrac�ng agency and the FHWA
have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Sec�on 504 of the
Rehabilita�on Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended
(42 U.S.C. 2000d et seq.), and related regula�ons including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200,
230, and 633.
The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to
conform to the U.S. Department of Labor (US DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and
to take affirma�ve ac�on to assure equal opportunity as set forth under laws, execu�ve orders, rules, regula�ons
(see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders
of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C.
140, shall cons�tute the EEO and specific affirma�ve ac�on standards for the contractor's project ac�vi�es under
this contract. The provisions of the Americans with Disabili�es Act of 1990 (42 U.S.C. 12101 et seq.) set forth
under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by reference in this contract. In the execu�on of
this contract, the contractor agrees to comply with the following minimum specific requirement ac�vi�es of
EEO:
a. The contractor will work with the contrac�ng agency and the Federal Government to ensure that it has
made every good faith effort to provide equal opportunity with respect to all of its terms and condi�ons of
employment and in their review of ac�vi�es under the contract. 23 CFR 230.409 (g)(4) & (5).
b. The contractor will accept as its opera�ng policy the following statement: "It is the policy of this Company
to assure that applicants are employed, and that employees are treated during employment, without regard to
their race, religion, sex, sexual orienta�on, gender iden�ty, color, na�onal origin, age or disability. Such ac�on
shall include: employment, upgrading, demo�on, or transfer; recruitment or recruitment adver�sing; layoff or
termina�on; rates of pay or other forms of compensa�on; and selec�on for training, including appren�ceship,
pre-appren�ceship, and/or on-the-job training."
2. EEO Officer: The contractor will designate and make known to the contrac�ng officers an EEO Officer who will
have the responsibility for and must be capable of effec�vely administering and promo�ng an ac�ve EEO
program and who must be assigned adequate authority and responsibility to do so.
3. Dissemina�on of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote,
and discharge employees, or who recommend such ac�on or are substan�ally involved in such ac�on, will be
made fully cognizant of and will implement the contractor's EEO policy and contractual responsibili�es to
provide EEO in each grade and classifica�on of employment. To ensure that the above agreement will be met,
the following ac�ons will be taken as a minimum:
a. Periodic mee�ngs of supervisory and personnel office employees will be conducted before the start of work
and then not less o�en than once every six months, at which �me the contractor's EEO policy and its
implementa�on will be reviewed and explained. The mee�ngs will be conducted by the EEO Officer or other
knowledgeable company official.
b. All new supervisory or personnel office employees will be given a thorough indoctrina�on by the EEO
Officer, covering all major aspects of the contractor's EEO obliga�ons within thirty days following their repor�ng
for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in
the contractor's procedures for loca�ng and hiring minori�es and women.
d. No�ces and posters se�ng forth the contractor's EEO policy will be placed in areas readily accessible to
employees, applicants for employment and poten�al employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought to the aten�on
of employees by means of mee�ngs, employee handbooks, or other appropriate means.
4. Recruitment: When adver�sing for employees, the contractor will include in all adver�sements for employees
the nota�on: "An Equal Opportunity Employer." All such adver�sements will be placed in publica�ons having a
large circula�on among minori�es and women in the area from which the project work force would normally be
derived.
a. The contractor will, unless precluded by a valid bargaining agreement, conduct systema�c and direct
recruitment through public and private employee referral sources likely to yield qualified minori�es and women.
To meet this requirement, the contractor will iden�fy sources of poten�al minority group employees and
establish with such iden�fied sources procedures whereby minority and women applicants may be referred to
the contractor for employment considera�on.
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals,
the contractor is expected to observe the provisions of that agreement to the extent that the system meets the
contractor's compliance with EEO contract provisions. Where implementa�on of such an agreement has the
effect of discrimina�ng against minori�es or women, or obligates the contractor to do the same, such
implementa�on violates Federal nondiscrimina�on provisions.
c. The contractor will encourage its present employees to refer minori�es and women as applicants for
employment. Informa�on and procedures with regard to referring such applicants will be discussed with
employees.
5. Personnel Ac�ons: Wages, working condi�ons, and employee benefits shall be established and administered,
and personnel ac�ons of every type, including hiring, upgrading, promo�on, transfer, demo�on, layoff, and
termina�on, shall be taken without regard to race, color, religion, sex, sexual orienta�on, gender iden�ty,
na�onal origin, age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspec�ons of project sites to ensure that working condi�ons and
employee facili�es do not indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of wages paid within each classifica�on to determine
any evidence of discriminatory wage prac�ces.
c. The contractor will periodically review selected personnel ac�ons in depth to determine whether there is
evidence of discrimina�on. Where evidence is found, the contractor will promptly take correc�ve ac�on. If the
review indicates that the discrimina�on may extend beyond the ac�ons reviewed, such correc�ve ac�on shall
include all affected persons.
d. The contractor will promptly inves�gate all complaints of alleged discrimina�on made to the contractor in
connec�on with its obliga�ons under this contract, will atempt to resolve such complaints, and will take
appropriate correc�ve ac�on 3 within a reasonable �me. If the inves�ga�on indicates that the discrimina�on
may affect persons other than the complainant, such correc�ve ac�on shall include such other persons. Upon
comple�on of each inves�ga�on, the contractor will inform every complainant of all of their avenues of appeal.
6. Training and Promo�on:
a. The contractor will assist in loca�ng, qualifying, and increasing the skills of minori�es and women who are
applicants for employment or current employees. Such efforts should be aimed at developing full journey level
status employees in the type of trade or job classifica�on involved.
b. Consistent with the contractor's work force requirements and as permissible under Federal and State
regula�ons, the contractor shall make full use of training programs (i.e., appren�ceship and on-the-job training
programs for the geographical area of contract performance). In the event a special provision for training is
provided under this contract, this subparagraph will be superseded as indicated in the special provision. The
contrac�ng agency may reserve training posi�ons for persons who receive welfare assistance in accordance with
23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for employment of available training programs and
entrance requirements for each.
d. The contractor will periodically review the training and promo�on poten�al of employees who are
minori�es and women and will encourage eligible employees to apply for such training and promo�on.
7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will
use good faith efforts to obtain the coopera�on of such unions to increase opportuni�es for minori�es and
women. 23 CFR 230.409. Ac�ons by the contractor, either directly or through a contractor's associa�on ac�ng
as agent, will include the procedures set forth below:
a. The contractor will use good faith efforts to develop, in coopera�on with the unions, joint training programs
aimed toward qualifying more minori�es and women for membership in the unions and increasing the skills of
minori�es and women so that they may qualify for higher paying employment.
b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the
end that such union will be contractually bound to refer applicants without regard to their race, color, religion,
sex, sexual orienta�on, gender iden�ty, na�onal origin, age, or disability.
c. The contractor is to obtain informa�on as to the referral prac�ces and policies of the labor union except
that to the extent such informa�on is within the exclusive possession of the labor union and such labor union
refuses to furnish such informa�on to the contractor, the contractor shall so cer�fy to the contrac�ng agency
and shall set forth what efforts have been made to obtain such informa�on.
d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the
�me limit set forth in the collec�ve bargaining agreement, the contractor will, through independent recruitment
efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orienta�on, gender
iden�ty, na�onal origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minori�es and
women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive
referrals under the terms of a collec�ve bargaining agreement) does not relieve the contractor from the
requirements of this paragraph. In the event the union referral prac�ce prevents the contractor from mee�ng
the obliga�ons pursuant to Execu�ve Order 11246, as amended, and these special provisions, such contractor
shall immediately no�fy the contrac�ng agency.
8. Reasonable Accommoda�on for Applicants / Employees with Disabili�es: The contractor must be familiar
with the requirements for and comply with the Americans with Disabili�es Act and all rules and regula�ons
established thereunder. Employers must provide reasonable accommoda�on in all employment ac�vi�es unless
to do so would cause an undue hardship.
9. Selec�on of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not
discriminate on the grounds of race, color, religion, sex, sexual orienta�on, gender iden�ty, na�onal origin, age,
or disability in the selec�on and reten�on of subcontractors, including procurement of materials and leases of
equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimina�on in the
administra�on of this contract.
a. The contractor shall no�fy all poten�al subcontractors, suppliers, and lessors of their EEO obliga�ons
under this contract.
b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obliga�ons.
10. Assurances Required:
a. The requirements of 49 CFR Part 26 and the State DOT’s FHWA-approved Disadvantaged Business
Enterprise (DBE) program are incorporated by reference.
b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, na�onal
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 administra�on 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 termina�on of this contract or
such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding
monthly progress payments; (2) Assessing sanc�ons; (3) Liquidated damages; and/or (4) Disqualifying the
contractor from future bidding as nonresponsible.
c. The Title VI and nondiscrimina�on provisions of U.S. DOT Order 1050.2A at Appendixes A and E are
incorporated by reference. 49 CFR Part 21.
11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the
EEO requirements. Such records shall be retained for a period of three years following the date of the final
payment to the contractor for all contract work and shall be available at reasonable �mes and places for
inspec�on by authorized representa�ves of the contrac�ng agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours of minority and nonminority group members and women employed in
each work classifica�on on the project;
(2) The progress and efforts being made in coopera�on with unions, when applicable, to increase
employment opportuni�es for minori�es and women; and
(3) The progress and efforts being made in loca�ng, hiring, training, qualifying, and upgrading minori�es
and women.
b. The contractors and subcontractors will submit an annual report to the contrac�ng agency each July for
the dura�on of the project indica�ng the number of minority, women, and nonminority group employees
currently engaged in each work classifica�on required by the contract work. This informa�on is to be reported
on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the
last payroll period preceding the end of July. If on-the-job training is being required by special provision, the
contractor will be required to collect and report training data. The employment data should reflect the work
force on board during all or any part of the last payroll period preceding the end of July.
(B) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148).
The following provisions are from the U.S. Department of Labor regula�ons in 29 CFR 5.5 “Contract provisions
and related maters” with minor revisions to conform to the FHWA1273 format and FHWA program
requirements.
1. Minimum wages (29 CFR 5.5)
a. Wage rates and fringe benefits. All laborers and mechanics employed or working upon the site of the work
(or otherwise working in construc�on or development of the project under a development statute), will be paid
uncondi�onally and not less o�en than once a week, and without subsequent deduc�on or rebate on any
account (except such payroll deduc�ons as are permited by regula�ons issued by the Secretary of Labor under
the Copeland Act (29 CFR part 3)), the full amount of basic hourly wages and bona fide fringe benefits (or cash
equivalents thereof) due at �me of payment computed at rates not less than those contained in the wage
determina�on of the Secretary of Labor which is atached hereto and made a part hereof, regardless of any
contractual rela�onship which may be alleged to exist between the contractor and such laborers and mechanics.
As provided in paragraphs (d) and (e) of 29 CFR 5.5, the appropriate wage determina�ons are effec�ve by
opera�on of law even if they have not been atached to the contract. Contribu�ons made or costs reasonably
an�cipated for bona fide fringe benefits under the Davis-Bacon Act (40 U.S.C. 3141(2)(B)) on behalf of laborers
or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph
1.e. of this sec�on; also, regular contribu�ons made or costs incurred for more than a weekly period (but not
less o�en than quarterly) under plans, funds, or programs which cover the par�cular weekly period, are deemed
to be construc�vely made or incurred during such weekly period. Such laborers and mechanics must be paid the
appropriate wage rate and fringe benefits on the wage determina�on for the classifica�on(s) of work actually
performed, without regard to skill, except as provided in paragraph 4. of this sec�on. Laborers or mechanics
performing work in more than one classifica�on may be compensated at the rate specified for each classifica�on
for the �me actually worked therein: Provided, That the employer's payroll records accurately set forth the �me
spent in each classifica�on in which work is performed. The wage determina�on (including any addi�onal
classifica�ons and wage rates conformed under paragraph 1.c. of this sec�on) and the Davis-Bacon poster (WH–
1321) must be posted at all �mes by the contractor and its subcontractors at the site of the work in a prominent
and accessible place where it can be easily seen by the workers.
b. Frequently recurring classifica�ons.
(1) In addi�on to wage and fringe benefit rates that have been determined to be prevailing under the
procedures set forth in 29 CFR part 1, a wage determina�on may contain, pursuant to § 1.3(f), wage and
fringe benefit rates for classifica�ons of laborers and mechanics for which conformance requests are
regularly submited pursuant to paragraph 1.c. of this sec�on, provided that:
(i) The work performed by the classifica�on is not performed by a classifica�on in the wage
determina�on for which a prevailing wage rate has been determined;
(ii) The classifica�on is used in the area by the construc�on industry; and
(iii) The wage rate for the classifica�on bears a reasonable rela�onship to the prevailing wage rates
contained in the wage determina�on. The Administrator will establish wage rates for such
classifica�ons in accordance with paragraph 1.c.(1)(iii) of this sec�on. Work performed in such a
classifica�on must be paid at no less than the wage and fringe benefit rate listed on the wage
determina�on for such classifica�on.
c. Conformance.
(1) The contrac�ng officer must require that any class of laborers or mechanics, including helpers, which is
not listed in the wage determina�on and which is to be employed under the contract be classified in
conformance with the wage determina�on. Conformance of an addi�onal classifica�on and wage rate and
fringe benefits is appropriate only when the following criteria have been met:
(i) The work to be performed by the classifica�on requested is not performed by a classifica�on in the
wage determina�on; and
(ii) The classifica�on is used in the area by the construc�on industry; and
(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable rela�onship to
the wage rates contained in the wage determina�on.
(2) The conformance process may not be used to split, subdivide, or otherwise avoid applica�on of
classifica�ons listed in the wage determina�on.
(3) If the contractor and the laborers and mechanics to be employed in the classifica�on (if known), or their
representa�ves, and the contrac�ng officer agree on the classifica�on and wage rate (including the amount
designated for fringe benefits where appropriate), a report of the ac�on taken will be sent by the
contrac�ng officer by email to DBAconformance@dol.gov. The Administrator, or an authorized
representa�ve, will approve, modify, or disapprove every addi�onal classifica�on ac�on within 30 days of
receipt and so advise the contrac�ng officer or will no�fy the contrac�ng officer within the 30–day period
that addi�onal �me is necessary.
(4) In the event the contractor, the laborers or mechanics to be employed in the classifica�on or their
representa�ves, and the contrac�ng officer do not agree on the proposed classifica�on and wage rate
(including the amount designated for fringe benefits, where appropriate), the contrac�ng officer will, by
email to DBAconformance@dol.gov, refer the ques�ons, including the views of all interested par�es and
the recommenda�on of the contrac�ng officer, to the Administrator for determina�on. The Administrator,
or an authorized representa�ve, will issue a determina�on within 30 days of receipt and so advise the
contrac�ng officer or will no�fy the contrac�ng officer within the 30–day period that addi�onal �me is
necessary.
(5) The contrac�ng officer must promptly no�fy the contractor of the ac�on taken by the Wage and Hour
Division under paragraphs 1.c.(3) and (4) of this sec�on. The contractor must furnish a writen copy of such
determina�on to each affected worker or it must be posted as a part of the wage determina�on. The wage
rate (including fringe benefits where appropriate) determined pursuant to paragraph 1.c.(3) or (4) of this
sec�on must be paid to all workers performing work in the classifica�on under this contract from the first
day on which work is performed in the classifica�on.
d. Fringe benefits not expressed as an hourly rate. Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly
rate, the contractor may either pay the benefit as stated in the wage determina�on or may pay another bona
fide fringe benefit or an hourly cash equivalent thereof.
e. Unfunded plans. If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably
an�cipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of
Labor has found, upon the writen request of the contractor, in accordance with the criteria set forth in
§ 5.28, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for the mee�ng of obliga�ons under the plan
or program.
f. Interest. In the even t of a failure to pay all or part of the wages required by the contract, the contractor
will be required to pay interest on any underpayment of wages.
2. Withholding (29 CFR 5.5)
a. Withholding requirements. The contrac�ng agency may, upon its own ac�on, or must, upon writen
request of an authorized representa�ve of the Department of Labor, withhold or cause to be withheld from the
contractor so much of the accrued payments or advances as may be considered necessary to sa�sfy the liabili�es
of the prime contractor or any subcontractor for the full amount of wages and monetary relief, including interest,
required by the clauses set forth in this sec�on for viola�ons of this contract, or to sa�sfy any such liabili�es
required by any other Federal contract, or federally assisted contract subject to Davis-Bacon labor standards,
that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the
contractor under this contract, any other Federal contract with the same prime contractor, or any other federally
assisted contract that is subject to Davis-Bacon labor standards requirements and is held by the same prime
contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such
funds may be used to sa�sfy the contractor liability for which the funds were withheld. In the event of a
contractor's failure to pay any laborer or mechanic, including any appren�ce or helper working on the site of the
work all or part of the wages required by the contract, or upon the contractor's failure to submit the required
records as discussed in paragraph 3.d. of this sec�on, the contrac�ng agency may on its own ini�a�ve and a�er
writen no�ce to the contractor, take such ac�on as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds un�l such viola�ons have ceased.
b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance
with paragraph 2.a. of this sec�on or Sec�on V, paragraph 3.a., or both, over claims to those funds by:
(1) A contractor's surety(ies), including without limita�on performance bond sure�es and payment bond
sure�es;
(2) A contrac�ng agency for its reprocurement costs;
(3) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor,
or a contractor's bankruptcy estate;
(4) A contractor's assignee(s);
(5) A contractor's successor(s); or
(6) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901–3907.
3. Records and cer�fied payrolls (29 CFR 5.5)
a. Basic record requirements
(1) Length of record reten�on. All regular payrolls and other basic records must be maintained by the
contractor and any subcontractor during the course of the work and preserved for all laborers and
mechanics working at the site of the work (or otherwise working in construc�on or development of the
project under a development statute) for a period of at least 3 years a�er all the work on the prime
contract is completed.
(2) Informa�on required. Such records must contain the name; Social Security number; last known
address, telephone number, and email address of each such worker; each worker's correct classifica�on(s)
of work actually performed; hourly rates of wages paid (including rates of contribu�ons or costs
an�cipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C.
3141(2)(B) of the Davis-Bacon Act); daily and weekly number of hours actually worked in total and on
each covered contract; deduc�ons made; and actual wages paid.
(3) Addi�onal records rela�ng to fringe benefits. Whenever the Secretary of Labor has found under
paragraph 1.e. of this sec�on that the wages of any laborer or mechanic include the amount of any costs
reasonably an�cipated in providing benefits under a plan or program described in 40 U.S.C. 3141(2)(B) of
the Davis-Bacon Act, the contractor must maintain records which show that the commitment to provide
such benefits is enforceable, that the plan or program is financially responsible, and that the plan or
program has been communicated in wri�ng to the laborers or mechanics affected, and records which
show the costs an�cipated or the actual cost incurred in providing such benefits.
(4) Addi�onal records rela�ng to appren�ceship. Contractors with appren�ces working under approved
programs must maintain writen evidence of the registra�on of appren�ceship programs, the registra�on
of the appren�ces, and the ra�os and wage rates prescribed in the applicable programs.
b. Cer�fied payroll requirements
(1) Frequency and method of submission. The contractor or subcontractor must submit weekly, for each
week in which any DBA- or Related Acts covered work is performed, cer�fied payrolls to the contrac�ng
agency. The prime contractor is responsible for the submission of all cer�fied payrolls by all
subcontractors. A contrac�ng agency or prime contractor may permit or require contractors to submit
cer�fied payrolls through an electronic system, as long as the electronic system requires a legally valid
electronic signature; the system allows the contractor, the contrac�ng agency, and the Department of
Labor to access the cer�fied payrolls upon request for at least 3 years a�er the work on the prime contract
has been completed; and the contrac�ng agency or prime contractor permits other methods of
submission in situa�ons where the contractor is unable or limited in its ability to use or access the
electronic system.
(2) Informa�on required. The cer�fied payrolls submited must set out accurately and completely all of
the informa�on required to be maintained under paragraph 3.a.(2) of this sec�on, except that full Social
Security numbers and last known addresses, telephone numbers, and email addresses must not be
included on weekly transmitals. Instead, the cer�fied payrolls need only include an individually
iden�fying number for each worker ( e.g., the last four digits of the worker's Social Security number). The
required weekly cer�fied payroll informa�on may be submited using Op�onal Form WH–347 or in any
other format desired. Op�onal Form WH–347 is available for this purpose from the Wage and Hour
Division website at htps://www.dol.gov/sites/dolgov/files/WHD/legacy/files/wh347/.pdf or its successor
website. It is not a viola�on of this sec�on for a prime contractor to require a subcontractor to provide
full Social Security numbers and last known addresses, telephone numbers, and email addresses to the
prime contractor for its own records, without weekly submission by the subcontractor to the contrac�ng
agency.
(3) Statement of Compliance. Each cer�fied payroll submited must be accompanied by a “Statement of
Compliance,” signed by the contractor or subcontractor, or the contractor's or subcontractor's agent who
pays or supervises the payment of the persons working on the contract, and must cer�fy the following:
(i) That the cer�fied payroll for the payroll period contains the informa�on required to be provided
under paragraph 3.b. of this sec�on, the appropriate informa�on and basic records are being
maintained under paragraph 3.a. of this sec�on, and such informa�on and records are correct and
complete;
(ii) That each laborer or mechanic (including each helper and appren�ce) working on the contract
during the payroll period has been paid the full weekly wages earned, without rebate, either directly
or indirectly, and that no deduc�ons have been made either directly or indirectly from the full wages
earned, other than permissible deduc�ons as set forth in 29 CFR part 3; and
(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe
benefits or cash equivalents for the classifica�on(s) of work actually performed, as specified in the
applicable wage determina�on incorporated into the contract.
(4) Use of Op�onal Form WH–347. The weekly submission of a properly executed cer�fica�on set forth
on the reverse side of Op�onal Form WH–347 will sa�sfy the requirement for submission of the
“Statement of Compliance” required by paragraph 3.b.(3) of this sec�on.
(5) Signature. The signature by the contractor, subcontractor, or the contractor's or subcontractor's agent
must be an original handwriten signature or a legally valid electronic signature.
(6) Falsifica�on. The falsifica�on of any of the above cer�fica�ons may subject the contractor or
subcontractor to civil or criminal prosecu�on under 18 U.S.C. 1001 and 31 U.S.C. 3729.
(7) Length of cer�fied payroll reten�on. The contractor or subcontractor must preserve all cer�fied
payrolls during the course of the work and for a period of 3 years a�er all the work on the prime contract
is completed.
c. Contracts, subcontracts, and related documents. The contractor or subcontractor must maintain this
contract or subcontract and related documents including, without limita�on, bids, proposals, amendments,
modifica�ons, and extensions. The contractor or subcontractor must preserve these contracts, subcontracts,
and related documents during the course of the work and for a period of 3 years a�er all the work on the
prime contract is completed.
d. Required disclosures and access
(1) Required record disclosures and access to workers. The contractor or subcontractor must make the
records required under paragraphs 3.a. through 3.c. of this sec�on, and any other documents that the
contrac�ng agency, the State DOT, the FHWA, or the Department of Labor deems necessary to determine
compliance with the labor standards provisions of any of the applicable statutes referenced by § 5.1,
available for inspec�on, copying, or transcrip�on by authorized representa�ves of the contrac�ng agency,
the State DOT, the FHWA, or the Department of Labor, and must permit such representa�ves to interview
workers during working hours on the job.
(2) Sanc�ons for non-compliance with records and worker access requirements. If the contractor or
subcontractor fails to submit the required records or to make them available, or refuses to permit worker
interviews during working hours on the job, the Federal agency may, a�er writen no�ce to the contractor,
sponsor, applicant, owner, or other en�ty, as the case may be, that maintains such records or that employs
such workers, take such ac�on as may be necessary to cause the suspension of any further payment,
advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to
make such records available, or to permit worker interviews during working hours on the job, may be
grounds for debarment ac�on pursuant to § 5.12. In addi�on, any contractor or other person that fails to
submit the required records or make those records available to WHD within the �me WHD requests that
the records be produced will be precluded from introducing as evidence in an administra�ve proceeding
under 29 CFR part 6 any of the required records that were not provided or made available to WHD. WHD
will take into considera�on a reasonable request from the contractor or person for an extension of the
�me for submission of records. WHD will determine the reasonableness of the request and may consider,
among other things, the loca�on of the records and the volume of produc�on.
(3) Required informa�on disclosures. Contractors and subcontractors must maintain the full Social
Security number and last known address, telephone number, and email address of each covered worker,
and must provide them upon request to the contrac�ng agency, the State DOT, the FHWA, the contractor,
or the Wage and Hour Division of the Department of Labor for purposes of an inves�ga�on or other
compliance ac�on.
4. Appren�ces and equal employment opportunity (29 CFR 5.5)
a. Appren�ces
(1) Rate of pay. Appren�ces will be permited to work at less than the predetermined rate for the work
they perform when they are employed pursuant to and individually registered in a bona fide
appren�ceship program registered with the U.S. Department of Labor, Employment and Training
Administra�on, Office of Appren�ceship (OA), or with a State Appren�ceship Agency recognized by the
OA. A person who is not individually registered in the program, but who has been cer�fied by the OA or
a State Appren�ceship Agency (where appropriate) to be eligible for proba�onary employment as an
appren�ce, will be permited to work at less than the predetermined rate for the work they perform in
the first 90 days of proba�onary employment as an appren�ce in such a program. In the event the OA or
a State Appren�ceship Agency recognized by the OA withdraws approval of an appren�ceship program,
the contractor will no longer be permited to use appren�ces at less than the applicable predetermined
rate for the work performed un�l an acceptable program is approved.
(2) Fringe benefits. Appren�ces must be paid fringe benefits in accordance with the provisions of the
appren�ceship program. If the appren�ceship program does not specify fringe benefits, appren�ces
must be paid the full amount of fringe benefits listed on the wage determina�on for the applicable
classifica�on. If the Administrator determines that a different prac�ce prevails for the applicable
appren�ce classifica�on, fringe benefits must be paid in accordance with that determina�on.
(3) Appren�ceship ra�o. The allowable ra�o of appren�ces to journey workers on the job site in any cra�
classifica�on must not be greater than the ra�o permited to the contractor as to the en�re work force
under the registered program or the ra�o applicable to the locality of the project pursuant to paragraph
4.a.(4) of this sec�on. Any worker listed on a payroll at an appren�ce wage rate, who is not registered or
otherwise employed as stated in paragraph 4.a.(1) of this sec�on, must be paid not less than the
applicable wage rate on the wage determina�on for the classifica�on of work actually performed. In
addi�on, any appren�ce performing work on the job site in excess of the ra�o permited under this
sec�on must be paid not less than the applicable wage rate on the wage determina�on for the work
actually performed.
(4) Reciprocity of ra�os and wage rates. Where a contractor is performing construc�on on a project in a
locality other than the locality in which its program is registered, the ra�os and wage rates (expressed in
percentages of the journey worker's hourly rate) applicable within the locality in which the construc�on
is being performed must be observed. If there is no applicable ra�o or wage rate for the locality of the
project, the ra�o and wage rate specified in the contractor's registered program must be observed.
b. Equal employment opportunity. The use of appren�ces and journey workers under this part must be in
conformity with the equal employment opportunity requirements of Execu�ve Order 11246, as amended,
and 29 CFR part 30.
c. Appren�ces and Trainees (programs of the U.S. DOT). Appren�ces and trainees working under
appren�ceship and skill training programs which have been cer�fied by the Secretary of Transporta�on as
promo�ng EEO in connec�on with Federal-aid highway construc�on programs are not subject to the
requirements of paragraph 4 of this Sec�on IV. 23 CFR 230.111(e)(2). The straight �me hourly wage rates for
appren�ces and trainees under such programs will be established by the par�cular programs. The ra�o of
appren�ces and trainees to journey workers shall not be greater than permited by the terms of the
par�cular program.
5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR
part 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5.
6. Subcontracts. The contractor or subcontractor must insert FHWA-1273 in any subcontracts, along with the
applicable wage determina�on(s) and such other clauses or contract modifica�ons as the contrac�ng agency
may by appropriate instruc�ons require, and a clause requiring the subcontractors to include these clauses and
wage determina�on(s) in any lower �er subcontracts. The prime contractor is responsible for the compliance by
any subcontractor or lower �er subcontractor with all the contract clauses in this sec�on. In the event of any
viola�ons of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any
unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any
workers of lower-�er subcontractors, and may be subject to debarment, as appropriate. 29 CFR 5.5.
7. Contract termina�on: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for
termina�on of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpreta�ons of the Davis
Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract
as provided in 29 CFR 5.5.
9. Disputes concerning labor standards. As provided in 29 CFR 5.5, disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall
be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7.
Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors)
and the contrac�ng agency, the U.S. Department of Labor, or the employees or their representa�ves.
10. Cer�fica�on of eligibility.
a. By entering into this contract, the contractor cer�fies that neither it nor any person or firm who has an
interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue
of 40 U.S.C. 3144(b) or § 5.12(a).
b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government
contract by virtue of 40 U.S.C. 3144(b) or § 5.12(a).
c. The penalty for making false statements is prescribed in the U.S. Code, Title 18 Crimes and Criminal
Procedure, 18 U.S.C. 1001.
11. An�-retalia�on. It is unlawful for any person to discharge, demote, in�midate, threaten, restrain, coerce,
blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote,
in�midate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker
or job applicant for:
a. No�fying any contractor of any conduct which the worker reasonably believes cons�tutes a viola�on of
the DBA, Related Acts, this part, or 29 CFR part 1 or 3;
b. Filing any complaint, ini�a�ng or causing to be ini�ated any proceeding, or otherwise asser�ng or seeking
to assert on behalf of themselves or others any right or protec�on under the DBA, Related Acts, this part, or
29 CFR part 1 or 3;
c. Coopera�ng in any inves�ga�on or other compliance ac�on, or tes�fying in any proceeding under the DBA,
Related Acts, this part, or 29 CFR part 1 or 3; or
d. Informing any other person about their rights under the DBA, Related Acts, this part, or 29 CFR part 1 or
3.
(C) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708).
Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal-aid construc�on contract in an amount in
excess of $100,000 and subject to the over�me provisions of the Contract Work Hours and Safety Standards Act.
These clauses shall be inserted in addi�on to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this
paragraph, the terms laborers and mechanics include watchpersons and guards.
1. Over�me requirements. No contractor or subcontractor contrac�ng for any part of the contract work which
may require or involve the employment of laborers or mechanics shall require or permit any such laborer or
mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such
workweek unless such laborer or mechanic receives compensa�on at a rate not less than one and one-half �mes
the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29 CFR 5.5.
2. Viola�on; liability for unpaid wages; liquidated damages. In the event of any viola�on of the clause set forth
in paragraph 1. of this sec�on the contractor and any subcontractor responsible therefor shall be liable for the
unpaid wages and interest from the date of the underpayment. In addi�on, such contractor and subcontractor
shall be liable to the United States (in the case of work done under contract for the District of Columbia or a
territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be
computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed
in viola�on of the clause set forth in paragraph 1. of this sec�on, in the sum currently provided in 29 CFR
5.5(b)(2)* for each calendar day on which such individual was required or permited to work in excess of the
standard workweek of forty hours without payment of the over�me wages required by the clause set forth in
paragraph 1. of this sec�on.
* $31 as of January 15, 2023 (See 88 FR 88 FR 2210) as may be adjusted annually by the Department of Labor,
pursuant to the Federal Civil Penal�es Infla�on Adjustment Act of 1990.
3. Withholding for unpaid wages and liquidated damages
a. Withholding process. The FHWA or the contrac�ng agency may, upon its own ac�on, or must, upon writen
request of an authorized representa�ve of the Department of Labor, withhold or cause to be withheld from
the contractor so much of the accrued payments or advances as may be considered necessary to sa�sfy the
liabili�es of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including
interest; and liquidated damages required by the clauses set forth in this sec�on on this contract, any other
Federal contract with the same prime contractor, or any other federally assisted contract subject to the
Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2).
The necessary funds may be withheld from the contractor under this contract, any other Federal contract
with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work
Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other
contract was awarded or assisted by the same agency, and such funds may be used to sa�sfy the contractor
liability for which the funds were withheld.
b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance
with Sec�on IV paragraph 2.a. or paragraph 3.a. of this sec�on, or both, over claims to those funds by:
(1) A contractor's surety(ies), including without limita�on performance bond sure�es and payment bond
sure�es;
(2) A contrac�ng agency for its reprocurement costs;
(3) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor,
or a contractor's bankruptcy estate;
(4) A contractor's assignee(s);
(5) A contractor's successor(s); or
(6) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901–3907.
4. Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in
paragraphs 1. through 5. of this sec�on and a clause requiring the subcontractors to include these clauses in any
lower �er subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower �er
subcontractor with the clauses set forth in paragraphs 1. through 5. In the event of any viola�ons of these
clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and
monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower �er
subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate.
5. An�-retalia�on. It is unlawful for any person to discharge, demote, in�midate, threaten, restrain, coerce,
blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote,
in�midate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker
or job applicant for:
a. No�fying any contractor of any conduct which the worker reasonably believes cons�tutes a viola�on of the
Contract Work Hours and Safety Standards Act (CWHSSA) or its implemen�ng regula�ons in this part;
b. Filing any complaint, ini�a�ng or causing to be ini�ated any proceeding, or otherwise asser�ng or seeking
to assert on behalf of themselves or others any right or protec�on under CWHSSA or this part;
c. Coopera�ng in any inves�ga�on or other compliance ac�on, or tes�fying in any proceeding under CWHSSA
or this part; or
d. Informing any other person about their rights under CWHSSA or this part.
(D) Rights to Inven�ons Made Under a Contract or Agreement. If the Federal award meets the defini�on
of “funding agreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract
with a small business firm or nonprofit organiza�on regarding the subs�tu�on of par�es, assignment or
performance of experimental, developmental, or research work under that “funding agreement,” the recipient
or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inven�ons Made by Nonprofit
Organiza�ons and Small Business Firms Under Government Grants, Contracts and Coopera�ve Agreements,”
and any implemen�ng regula�ons issued by the awarding agency.
(E) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollu�on Control Act (33 U.S.C. 1251-
1387), as amended
By submission of this bid/proposal or the execu�on of this contract or subcontract, as appropriate, the bidder,
proposer, Federal-aid construc�on contractor, subcontractor, supplier, or vendor agrees to comply with all
applicable standards, orders or regula�ons issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the
Federal Water Pollu�on Control Act, as amended (33 U.S.C. 1251-1387). Viola�ons must be reported to the
Federal Highway Administra�on and the Regional Office of the Environmental Protec�on Agency. 2 CFR Part 200,
Appendix II. The contractor agrees to include or cause to be included the requirements of this Sec�on in every
subcontract, and further agrees to take such ac�on as the contrac�ng agency may direct as a means of enforcing
such requirements. 2 CFR 200.327.
(F) Debarment and Suspension (Execu�ve Orders 12549 and 12689)
1. Instruc�ons for Cer�fica�on – First Tier Par�cipants:
a. By signing and submi�ng this proposal, the prospec�ve first �er par�cipant is providing the cer�fica�on
set out below.
b. The inability of a person to provide the cer�fica�on set out below will not necessarily result in denial of
par�cipa�on in this covered transac�on. The prospec�ve first �er par�cipant shall submit an explana�on of
why it cannot provide the cer�fica�on set out below. The cer�fica�on or explana�on will be considered in
connec�on with the department or agency's determina�on whether to enter into this transac�on. However,
failure of the prospec�ve first �er par�cipant to furnish a cer�fica�on or an explana�on shall disqualify such
a person from par�cipa�on in this transac�on. 2 CFR 180.320.
c. The cer�fica�on in this clause is a material representa�on of fact upon which reliance was placed when the
contrac�ng agency determined to enter into this transac�on. If it is later determined that the prospec�ve
par�cipant knowingly rendered an erroneous cer�fica�on, in addi�on to other remedies available to the
Federal Government, the contrac�ng agency may terminate this transac�on for cause of default. 2 CFR
180.325.
d. The prospec�ve first �er par�cipant shall provide immediate writen no�ce to the contrac�ng agency to
whom this proposal is submited if any �me the prospec�ve first �er par�cipant learns that its cer�fica�on
was erroneous when submited or has become erroneous by reason of changed circumstances. 2 CFR 180.345
and 180.350.
e. The terms "covered transac�on," "debarred," "suspended," "ineligible," "par�cipant," "person,"
"principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I,
180.900-180.1020, and 1200. “First Tier Covered Transac�ons” refers to any covered transac�on between a
recipient or subrecipient of Federal funds and a par�cipant (such as the prime or general contract). “Lower
Tier Covered Transac�ons” refers to any covered transac�on under a First Tier Covered Transac�on (such as
subcontracts). “First Tier Par�cipant” refers to the par�cipant who has entered into a covered transac�on
with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier
Par�cipant” refers any par�cipant who has entered into a covered transac�on with a First Tier Par�cipant or
other Lower Tier Par�cipants (such as subcontractors and suppliers).
f. The prospec�ve first �er par�cipant agrees by submi�ng this proposal that, should the proposed covered
transac�on be entered into, it shall not knowingly enter into any lower �er covered transac�on with a person
who is debarred, suspended, declared ineligible, or voluntarily excluded from par�cipa�on in this covered
transac�on, unless authorized by the department or agency entering into this transac�on. 2 CFR 180.330.
g. The prospec�ve first �er par�cipant further agrees by submi�ng this proposal that it will include the clause
�tled "Cer�fica�on Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier
Covered Transac�ons," provided by the department or contrac�ng agency, entering into this covered
transac�on, without modifica�on, in all lower �er covered transac�ons and in all solicita�ons for lower �er
covered transac�ons exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300.
h. A par�cipant in a covered transac�on may rely upon a cer�fica�on of a prospec�ve par�cipant in a lower
�er covered transac�on that is not debarred, suspended, ineligible, or voluntarily excluded from the covered
transac�on, unless it knows that the cer�fica�on is erroneous. 2 CFR 180.300; 180.320, and 180.325. A
par�cipant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible
to par�cipate in covered transac�ons. 2 CFR 180.335. To verify the eligibility of its principals, as well as the
eligibility of any lower �er prospec�ve par�cipants, each par�cipant may, but is not required to, check the
System for Award Management website (htps://www.sam.gov/). 2 CFR 180.300, 180.320, and 180.325.
i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records
in order to render in good faith the cer�fica�on required by this clause. The knowledge and informa�on of
the prospec�ve par�cipant is not required to exceed that which is normally possessed by a prudent person
in the ordinary course of business dealings.
j. Except for transac�ons authorized under paragraph (f) of these instruc�ons, if a par�cipant in a covered
transac�on knowingly enters into a lower �er covered transac�on with a person who is suspended, debarred,
ineligible, or voluntarily excluded from par�cipa�on in this transac�on, in addi�on to other remedies available
to the Federal Government, the department or agency may terminate this transac�on for cause or default. 2
CFR 180.325.
2. Cer�fica�on Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier
Par�cipants:
a. The prospec�ve first �er par�cipant cer�fies to the best of its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from par�cipa�ng in covered transac�ons by any Federal department or agency, 2 CFR 180.335;.
(2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connec�on with obtaining,
atemp�ng to obtain, or performing a public (Federal, State, or local) transac�on or contract under a public
transac�on; viola�on of Federal or State an�trust statutes or commission of embezzlement, the�, forgery,
bribery, falsifica�on or destruc�on of records, making false statements, or receiving stolen property, 2 CFR
180.800;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental en�ty
(Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this
cer�fica�on, 2 CFR 180.700 and 180.800; and
(4) Have not within a three-year period preceding this applica�on/proposal had one or more public
transac�ons (Federal, State or local) terminated for cause or default. 2 CFR 180.335(d).
(5) Are not a corpora�on that has been convicted of a felony viola�on under any Federal law within the
two-year period preceding this proposal (USDOT Order 4200.6 implemen�ng appropria�ons act
requirements); and
(6) Are not a corpora�on with any unpaid Federal tax liability that has been assessed, for which all judicial
and administra�ve remedies have been exhausted, or have lapsed, and that is not being paid in a �mely
manner pursuant to an agreement with the authority responsible for collec�ng the tax liability (USDOT
Order 4200.6 implemen�ng appropria�ons act requirements).
b. Where the prospec�ve par�cipant is unable to cer�fy to any of the statements in this cer�fica�on, such
prospec�ve par�cipant should atach an explana�on to this proposal. 2 CFR 180.335 and 180.340.
3. Instruc�ons for Cer�fica�on - Lower Tier Par�cipants: (Applicable to all subcontracts, purchase orders,
and other lower �er transac�ons requiring prior FHWA approval or es�mated to cost $25,000 or more -
2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220.
a. By signing and submi�ng this proposal, the prospec�ve lower �er par�cipant is providing the
cer�fica�on set out below.
b. The cer�fica�on in this clause is a material representa�on of fact upon which reliance was placed
when this transac�on was entered into. If it is later determined that the prospec�ve lower �er
par�cipant knowingly rendered an erroneous cer�fica�on, in addi�on to other remedies available to
the Federal Government, the department, or agency with which this transac�on originated may
pursue available remedies, including suspension and/or debarment.
c. The prospec�ve lower �er par�cipant shall provide immediate writen no�ce to the person to which
this proposal is submited if at any �me the prospec�ve lower �er par�cipant learns that its
cer�fica�on was erroneous by reason of changed circumstances. 2 CFR 180.365.
d. The terms "covered transac�on," "debarred," "suspended," "ineligible," "par�cipant," "person,"
"principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart
I, 180.900 – 180.1020, and 1200. You may contact the person to which this proposal is submited for
assistance in obtaining a copy of those regula�ons. “First Tier Covered Transac�ons” refers to any
covered transac�on between a recipient or subrecipient of Federal funds and a par�cipant (such as
the prime or general contract). “Lower Tier Covered Transac�ons” refers to any covered transac�on
under a First Tier Covered Transac�on (such as subcontracts). “First Tier Par�cipant” refers to the
par�cipant who has entered into a covered transac�on with a recipient or subrecipient of Federal
funds (such as the prime or general contractor). “Lower Tier Par�cipant” refers any par�cipant who
has entered into a covered transac�on with a First Tier Par�cipant or other Lower Tier Par�cipants
(such as subcontractors and suppliers).
e. The prospec�ve lower �er par�cipant agrees by submi�ng this proposal that, should the proposed
covered transac�on be entered into, it shall not knowingly enter into any lower �er covered
transac�on with a person who is debarred, suspended, declared ineligible, or voluntarily excluded
from par�cipa�on in this covered transac�on, unless authorized by the department or agency with
which this transac�on originated. 2 CFR 1200.220 and 1200.332.
f. The prospec�ve lower �er par�cipant further agrees by submi�ng this proposal that it will include
this clause �tled "Cer�fica�on Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion-Lower Tier Covered Transac�on," without modifica�on, in all lower �er covered transac�ons
and in all solicita�ons for lower �er covered transac�ons exceeding the $25,000 threshold. 2 CFR
180.220 and 1200.220.
g. A par�cipant in a covered transac�on may rely upon a cer�fica�on of a prospec�ve par�cipant in a
lower �er covered transac�on that is not debarred, suspended, ineligible, or voluntarily excluded from
the covered transac�on, unless it knows that the cer�fica�on is erroneous. A par�cipant is responsible
for ensuring that its principals are not suspended, debarred, or otherwise ineligible to par�cipate in
covered transac�ons. To verify the eligibility of its principals, as well as the eligibility of any lower �er
prospec�ve par�cipants, each par�cipant may, but is not required to, check the System for Award
Management website (htps://www.sam.gov/), which is compiled by the General Services
Administra�on. 2 CFR 180.300, 180.320, 180.330, and 180.335.
h. Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render in good faith the cer�fica�on required by this clause. The knowledge and
informa�on of par�cipant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
i. Except for transac�ons authorized under paragraph e of these instruc�ons, if a par�cipant in a
covered transac�on knowingly enters into a lower �er covered transac�on with a person who is
suspended, debarred, ineligible, or voluntarily 13 excluded from par�cipa�on in this transac�on, in
addi�on to other remedies available to the Federal Government, the department or agency with
which this transac�on originated may pursue available remedies, including suspension and/or
debarment. 2 CFR 180.325.
4. Cer�fica�on Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier
Par�cipants:
a. The prospec�ve lower �er par�cipant cer�fies, by submission of this proposal, that neither it nor
its principals:
(1) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from par�cipa�ng in covered transac�ons by any Federal department or agency, 2 CFR 180.355;
(2) is a corpora�on that has been convicted of a felony viola�on under any Federal law within the
two-year period preceding this proposal (USDOT Order 4200.6 implemen�ng appropria�ons act
requirements); and
(3) is a corpora�on with any unpaid Federal tax liability that has been assessed, for which all judicial
and administra�ve remedies have been exhausted, or have lapsed, and that is not being paid in a �mely
manner pursuant to an agreement with the authority responsible for collec�ng the tax liability. (USDOT
Order 4200.6 implemen�ng appropria�ons act requirements) b. Where the prospec�ve lower �er
par�cipant is unable to cer�fy to any of the statements in this cer�fica�on, such prospec�ve par�cipant
should atach an explana�on to this proposal.
(G) Byrd An�-Lobbying Amendment (31 U.S.C. 1352).
1. The prospec�ve par�cipant cer�fies, by signing and submi�ng this bid or proposal, to the best of his or
her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,
to any person for influencing or atemp�ng 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 connec�on with the awarding of any Federal contract, the making of any Federal grant, the making
of any Federal loan, the entering into of any coopera�ve agreement, and the extension, con�nua�on,
renewal, amendment, or modifica�on of any Federal contract, grant, loan, or coopera�ve agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or atemp�ng 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 connec�on
with this Federal contract, grant, loan, or coopera�ve agreement, the undersigned shall complete and
submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instruc�ons.
2. This cer�fica�on is a material representa�on of fact upon which reliance was placed when this transac�on
was made or entered into. Submission of this cer�fica�on is a prerequisite for making or entering into this
transac�on imposed by 31 U.S.C. 1352. Any person who fails to file the required cer�fica�on shall be subject
to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
3. The prospec�ve par�cipant also agrees by submi�ng its bid or proposal that the par�cipant shall require
that the language of this cer�fica�on be included in all lower �er subcontracts, which exceed $100,000 and
that all such recipients shall cer�fy and disclose accordingly.
(H) Build America, Buy America Act (Pub. L. 177-58)
All products must meet the Build America, Buy America Act (BABAA) requirements mandated by Title IX of the
Infrastructure Investment and Jobs Act (“IIJA”), Pub. L. 177-58.
Contractor shall include Manufacturer’s Cer�fica�on for BABAA requirements with all applicable submitals. If a
specific manufacturer is used in the bidding, a statement that Manufacturer will comply with BABAA must be
included with the bid submission.
Contractor shall comply with BABAA requirements, including coordina�on with manufacturers, distributors, and
suppliers to correct deficiencies in any BABAA documenta�on.
Engineer/Architect approval of shop drawings or samples shall include review of BABAA documenta�on.
Contractor shall cer�fy upon comple�on that all work and materials have complied with BABAA requirements.
For any change orders, Contractor shall provide BABAA documenta�on for any new products or materials
required by the change.
Installa�on of materials or products that are not compliant with BABAA requirements shall be considered
defec�ve work. Contractor should ensure that Engineer/Architect has an approved Manufacturer’s Cer�fica�on
or waiver prior to items being delivered to the project site.
By submi�ng an applica�on for payment, based in whole or in part on furnishing equipment or materials,
Contractor cer�fies that such equipment and materials, to contractor’s knowledge, are compliant with BABAA
requirements.
Page 1 of 5
RETAINAGE OPTION
CONTRACTOR'S OPTION FOR RETAINED PERCENTAGE
ON PUBLIC WORKS CONTRACTS
Project: _______________________________________________________________________
Contractor: ___________________________________________________________________
RCW 60.28 as amended by (Chapter 223, laws of 1994) Regular Session allows each prime contractor on a Public Works
contract the following options concerning the amount reserved as retainage from moneys earned by the contractor.
Retainage Option Selection (Please Initial Selected Option)
Retained in a non-interest bearing fund by the City until forty-five days following the final
acceptance of said improvement or work as completed.
Bond in lieu of retainage. Use City of Arlington Retainage Bond form.
Complete and submit attached Retainage Bond section with Retainage Option selection.
Deposited by the City in an interest bearing account or escrow account in a bank, mutual
savings bank, or savings and loan association designated by the contractor (Form D-162), not
subject to withdrawal until after the final acceptance of said improvement or work as completed, or
until agreed to by both parties; PROVIDED, that interest on such account shall be paid to the
contractor.
Complete and submit attached Retainage Escrow Account section with Retainage
Option selection.
PRINCIPAL FIRM or COMPANY
Signature Date
Printed Name
Title
Name of Firm or Company
Address
City/State/Zip
Approved as to form:
________________________________________________________
Department Director or Designee, City of Arlington Date
Title
Retainage Option Form
Retainage Bond Option Form Page 2 of 5
RETAINAGE BOND
To: City of Arlington, Washington
Bond No: _____________________
Project: ______________________________________________
1.The Principal and Surety hereby jointly and severally agree among themselves and with the Owner that every person
or entity making a valid claim on the Retained Fund pursuant to RCW 60.28 ("Claimant") who has not been paid in full
before the expiration of a period of forty-five (45) days after the completion of all Contract work may sue on this
Retainage Bond for the use and benefit of the Claimant, prosecute the suit to final judgment for the sum justly due the
Claimant, if any, and have execution on this Retainage Bond, all in accordance with and to the extent permissible under
RCW 60.28. The Owner shall not be liable for the payment of any costs or expenses, including attorneys' fees, of any
such suit.
2.No suit or action shall be commenced under this Retainage Bond by any Claimant:
(a)Unless the Claimant has complied with the requirements of RCW 60.28, and
(b)Other than in a state court of competent jurisdiction in and for Snohomish County, and not elsewhere.
KNOW ALL BY THESE PRESENTS that ____________________________________________, a corporation organized and
existing under the laws of the Sate of ________________ and authorized to do business in the State of Washington as Principal
("Principal") and __________________________________, a corporation organized and existing under the laws of the State of
______________ and authorized and admitted to transact business in the State of Washington as Surety ("Surety"), are jointly and
severally held and bound unto the CITY OF ARLINGTON as Obligee ("Owner") for the use and benefit of Claimants defined below as
beneficiaries of the trust fund created by RCW 60.28, in the amount of described below for the payment whereof Principal and Surety
bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal entered into a contract with the Owner in accordance with Drawings, Specifications, and other
Contract Documents, which contract is by reference made a part of this Retainage Bond ("Contract"); AND WHEREAS, the
Contract and RCW 60.28 require the Owner to reserve from the monies earned by the Principal on estimates during the progress of
the improvement or work a sum not to exceed 5% ("Retained Funds");
AND WHEREAS, Principal has requested under RCW 60.28.011(6) to submit a bond for all or a portion of the Retained Funds, and
the Owner is required by the statute to accept a satisfactory bond in lieu of the Retained Funds unless it can demonstrate good
cause for refusing it;
AND WHEREAS, it is the intent of the Principal, the Surety, and the Owner that this Retainage Bond and any proceeds from it are
subject to all claims and liens in the same manner and priority as set f orth for retained percentages in RCW 60.28;
NOW THEREFORE, the condition of this obligation is that, if there are no valid claims by any person or entity arising under the
Contract pursuant to RCW 60.28, and no payment due from the Principal to the State of Washington with respect to taxes imposed
pursuant to Title 82 RCW or payments pursuant to RCW 50.42, then this obligation shall be void; otherwise, it shall remain in full force
and effect, subject, however, to the following conditions:
Retainage Bond Option Form Page 3 of 5
RETAINAGE BOND (cont’d)
3. The amount of this Retainage Bond consists of:
(Check one of the following; if neither is checked, the first option shall apply)
5% of the final Contract Sum, including any increases due to change orders, quantities of work, new items of work,
or other additions as the Owner may pay under the Contract, any and all future progress payments and 5% of any
and all increases in the Contract Sum,
or
Dollars ($ ), which is a
fixed portion of the Retained Funds. Any balance of the Retained Funds will continue to be withheld, and retainage
will be withheld from any future progress payments or increases in the Contract Sum unless this Retainage Bond is
amended or replaced.
4. The amount of this Retainage Bond shall be reduced by and to the extent of any payment or payments properly made
under it.
SIGNED AND SEALED this day of , 202 .
PRINCIPAL SURETY
Principal Signature Date
Printed Name
Title
Surety Signature Date
Printed Name
Title
Name, address, and telephone of local office/agent of Surety Company is:
Approved as to form:
City Attorney, City of Arlington Date
Retainage Bond Option Form Page 4 of 5
RETAINAGE ESCROW ACCOUNT
Escrow No.
Bank or Trust Company Bank Account #
Agency: City of Arlington
Branch 238 N Olympic Ave .
Arlington, WA 98223
Street Address Project Name:
City, State, Zip Code
The Undersigned, , herein referred to as the Contractor, has directed City of Arlington,
and hereinafter referred to as the Agency, to deliver to you its warrants or checks, which shall be payable to you and the Contractor
jointly. Such warrants or checks are to be held and disposed of by you in accordance with the following instructions and upon the
terms and conditions hereinafter set forth.
INSTRUCTIONS
1.Warrants or checks made payable to you and the Contractor jointly upon delivery to you shall be endorsed by you and
forwarded for collection. The monies will then be used by you to purchase, as directed by the Contractor, bonds or other
securities chosen by the Contractor and approved by the Agency. Attached is a list of the types of such bonds, or other
securities approved by the Agency. Other bonds or securities, except stocks may be selected by the Contractor, subject
to express written approval of the Agency. Purchase of such bonds or other securities shall be in a form which shall allow
you alone to reconvert such bonds or other securities into money if you are required to do so by the Agency as provided
in Paragraph 4 of the Escrow Agreement.
2.When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall collect such
interest and forward it to the Contractor at its address designated below unless otherwise directed by the Contractor.
3.You are not authorized to deliver to the Contractor all or any part of the securities held by you pursuant to this agreement
(or any monies derived from the sale of such securities or the negotiation of the Agency’s warrants or checks) except in
accordance with written instructions from the Agency. Compliance with such instructions shall relieve you of any further
liability related thereto. The estimated completion date on the contract underlying this Escrow Agreement is
subject to change as provided for by contract provisions.
Retainage Bond Option Form Page 5 of 5
RETAINAGE ESCROW ACCOUNT (cont’d)
4.The Contractor agrees to pay you as compensation for your services hereunder as follows:
Payment of all fees shall be the sole responsibility of the Contractor and shall not be deducted from any property
placed with you pursuant to this agreement until and unless the Agency directs the release to the Contractor of the
securities and monies held hereunder whereupon you shall be granted a first lien upon such property released and
shall be entitled to reimburse yourself from such property for the entire amount of your fees as provided for herein
above. In the event that you are made a party to any litigation with respect to the property held by you hereunder,
or in the event that the conditions of this escrow are not promptly fulfilled or that you are required to render any
service not provided for in these instructions or that there is any compensation for such extraordinary services from
the Contractor and reimbursement from the Contractor for all costs and expenses, including attorney fees occasioned
by such default, delay, controversy, or litigation.
5.This agreement shall not be binding until executed by the Contractor and the Agency and accepted by you.
6.This instrument contains the entire agreement between you, the Contractor and the Agency with respect to this escrow
and you are not a party to nor bound by any instrument agreement other than this, you shall not be required to take notice
of any default or any other matter, nor be bound by nor required to give notice or demand, nor required to take action
whatever except as herein expressly provided; you shall not be liable for any loss or damage not caused by your own
negligence or willful misconduct.
7.The foregoing provisions shall be binding upon assigns, successors, personal representatives, and heirs of the parties
hereto.
The undersigned have read and hereby approve the instruction as given about governing the administration of this escrow and
do hereby execute this agreement on this day of , 202 .
City of Arlington
Contractor Agency
Authorized Signature Authorized Signature
238 N Olympic Ave
Address Address
Arlington, WA 98223
City-State-Zip City-State-Zip
The above escrow instruction received and accepted this day of , 202 .
Bank or Trust Company
Authorized Signature
Payment and Performance Bond Page 1 of 2
PAYMENT AND PERFORMANCE BO ND
to t he C ITY O F ARLINGTON,
WASHINGTON
THE CITY OF ARLINGTON, WASHINGTON (the "City") has awarded to
________________________________________ _____ ("Principal"), a contract for the construction of
the project designated as ____________________________________ ("Contract"),
and said Principal is required to furnish a payment and performance bond in
accordance with RCW 39.08 and, where applicable, RCW 60 .28.
The Principal and ________________________________________("Surety), a corporation
organized under the laws of the State of ________________ and licensed to do business
in the State of Washington as surety, are jointly and severally held and firmly bound to the
City in the sum of________________________________________________US Dollars
($ _________________), subject to the provisions h erein.
THE CONDITIONS OF THIS BOND ARE SUCH THAT, if the said Principal faithfully performs
all of the provisions of the Contract in the manner and within the time therein set forth, or
within such extension of time as may be granted under the Contract (notice of which extension
being hereby waived by the Surety), and shall pay all laborers, mechanics, subcontractors
and material suppliers, and all persons who supply said principal or subcontractors with
provisions and supplies for the carrying on of the Contract work, and shall hold the City
harmless from any loss or damage occasioned to any person or property by reason of any
carelessness or negligence of the Principal, or any subcontractor in the performance of the
Contract work, and shall hold the City harmless from any loss or damage occasioned to any
person or property by reason of any carelessness or negligence of the Principal, or any
subcontractor in the performance of the Contract work, and shall indemnify and hold
harmless from any direct or indirect damage or expense by reason or failure of performance
as specified in the Contract or from defects appearing or developing in the material or
workmanship provided or performed under the Contract, then and in that event this obligation
shall be void; but otherwise it shall be and remain in full force and effect until, at a minimum ,
claims filed in compliance with Chapter 39 .08 RCW are resolved and all other conditions set
forth herein are satisfied.
PROVIDED FURTHER, that if said Contract is a public improvement contract involving the
construction, alteration, repair, or improvement of any highway, road , or street funded in whole
or in part by federal transportation funds, then an additional condition of this bond shall be
that this bond secures full payment to the State of Washington, including the departments of
Revenue, Employment Security, and Labor and Industries, with respect to taxes imposed
pursuant to Titles 50, 51, and 82 RCW which may be due.
THE SURETY, FOR VALUE RECEIVED, FURTHER AGREES THAT no change,
Payment and Performance Bond Page 2 of 2
extension of time, alteration or addition to the terms of the Contract, the specifications
accompanying the Contract, or to the work to be performed under the Contract shall in any
way affect its obligation on this bond, and waives notice of any change, extension of time,
alteration or addition to the terms of the Contract or the work performed. The Surety agrees
that modification and changes to the terms and conditions of the Contract that increase the
total amount to be paid the Principal shall automatically increase the obligation of the Surety
on this bond and notice to Surety is not required for such increased obligation.
THE SURETY ACKNOWLEDGES that the City will execute the Contract after the date of
execution of the power of attorney attached to this bond, and the Surety further represents
that the power of attorney will be valid on the date of Contract execution.
PRINCIPAL SURETY
Signature Signature
Print Name, Title Print Name, Title
Date of Execution Date of Execution and Seal
Name, address, and telephone of local office/agent of Surety is:
APPROVED AND ACCEPTED this day of , 20 for
the CITY OF ARLINGTON by:
Departmental Approval:
City Attorney Director
NON-COLLUSION DECLARATION
The undersigned bidder or agent, being duly sworn on oath, says that he/she has not, nor has any other
member, representative, or agent of the firm, company, corporation or partnership represented by
him/her, entered into any combination, collusion or agreement with any person relative to the price to
be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain
from bidding, and that this bid is made without reference to any other bid and without any agreement,
understanding or combination with any other person in reference to such bidding.
He/She further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, free gift, commission or thing of value on account of such sale.
I HEREBY DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF
WASHINGTON THAT THE FOREGOING IS TRUE AND CORRECT.
Dated this ______ day of ___________, 202__, at ____________________, WA
_________________________________________________
(Name of Organization)
_________________________________________________
(Name and Title of P erson Signing)
_________________________________________________
(Signature)
CERTIFICATION REGARDING INELIGIBLE CONTRACTORS
___________________________, certifies that neither it nor its principals are presently
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from participation in this transaction by any federal department or agency.
Where the bidder is unable to certify to any of the statements in this certification, such bidder
shall attach an explanation to this bid.
The bidder certifies or affirms the truthfulness and accuracy of the contents of the statement
submitted on or with this certification and understands that the provisions of 31 USC Section
3801, et seq., are applicable thereto.
Authorized Official Signature
Typewritten Name
Title of Authorized Official
Date
Company Name
CERTIFICATION OF RESTRICTIONS ON LOBBYING
The undersigned certifies to the best of its knowledge or belief that it complies with 49 CFR Part 20
New Restrictions on Lobbying:
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 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
undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report
Lobbying,” in accordance with its instructions.
3)The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance is 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, USC. 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.
Executed this _____ day of __________________, 202__.
Authorized Official Signature Typewritten Name
Title of Authorized Official
NOTE: CONTRACTORS ARE REQUIRED, PURSUANT TO FEDERAL LAW, TO INCLUDE THE ABOVE LANGUAGE IN SUBCONTRACTS OVER $100,000,
AND TO OBTAIN THIS CERTIFICATE FROM EACH SUBCONTRACTOR BEING PAID $100,000 OR MORE UNDER THIS CONTRACT.
Company Name
PROFESSIONAL SERVICE AGREEMENT 1
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT, is made and entered into in duplicate this ( ) day of ( ),
( ) by and between the CITY OF ARLINGTON, a Washington municipal corporation,
hereinafter referred to as the "CITY" or “OWNER” and, Dowl, LLC hereinafter referred to as
the "CONSULTANT".
RECITALS:
WHEREAS, the CITY desires to have certain services and/or tasks performed as set forth
below requiring specialized skills and other supportive capabilities; and
WHEREAS, sufficient CITY resources are not available to provide such services; and
WHEREAS, the CONSULTANT represents that the CONSULTANT is qualified and
possesses sufficient skills and the necessary capabilities, including technical and professional
expertise, where required, to perform the services and/or tasks set forth in this Agreement.
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and
performance contained herein, the parties hereto agree as follows:
1. Scope of Services.
The CONSULTANT shall perform such services and accomplish such tasks, including
the furnishing of all materials and equipment necessary for full performance thereof,
as are identified and designated as CONSULTANT responsibilities throughout this
Agreement and as detailed in Exhibit A, attached hereto and incorporated herein (the
"Project"). CITY has relied upon the qualifications of CONSULTANT in entering into
this Agreement. By execution of this Agreement, CONSULTANT represents it
possesses the ability, skill and resources necessary to perform the work and is familiar
with all applicable current laws, rules and regulations which reasonably relate to the
Scope of Services detailed in Exhibit “A” hereto. CONSULTANT shall exercise the
degree of skill and diligence normally employed by professional consultants engaged
in the same profession, and performing the same or similar services at the time such
services are performed. CONSULTANT will be responsible for the technical accuracy
of its services and documents resulting therefrom, and CITY shall not be responsible
for discovering deficiencies therein. CONSULTANT agrees to correct any deficiencies
discovered without additional compensation, except to the extent such deficiencies
are directly attributable to deficiencies or omissions in City-furnished information.
PROFESSIONAL SERVICE AGREEMENT 2
2. Term.
The contract shall be completed by June 30, 2026, unless sooner terminated
according to the provisions herein.
3. Compensation and Method of Payment.
3.1 Payments for services provided hereunder shall be made following the
performance of such services, unless otherwise permitted by law and approved
in writing by the CITY.
3.2 No payment shall be made for any service rendered by the CONSULTANT except
for services identified and set forth in this Agreement.
3.3 The CITY shall pay the CONSULTANT for work performed under this Agreement
as follows: CONSULTANT shall submit monthly invoices detailing work performed
and expenses for which reimbursement is sought. CITY shall approve all invoices
before payment is issued. Payment shall occur within thirty (30) days of receipt
and approval of an invoice.
3.4 CITY shall pay CONSULTANT for such services: (check one)
Hourly: $ __________ per hour, plus actual expenses, but not
to exceed a total of $___________ without an amendment to
the contract.
Fixed Sum: A total amount of $XXXXXXX in accordance with the
fee schedule contained in Exhibit B for all work performed and
expenses incurred under this contract.
Other: An hourly fee plus reimbursement of expenses per the
scope of work attached as Exhibit A, but not to exceed $( )
for all work performed and expenses incurred under this contract.
4. Reports and Inspections.
4.1 The CONSULTANT at such times and in such forms as the CITY may
require, shall furnish to the CITY such statements, records, reports, data, and
information as the CITY may request pertaining to matters covered by this
Agreement.
4.2 The CONSULTANT shall at any time during normal business hours and as often as
the CITY or State Auditor may deem necessary, make available for examination
all of its records and data with respect to all matters covered, directly or
indirectly, by this Agreement and shall permit the CITY or its designated
authorized representative to audit and inspect other data relating to all matters
covered by this Agreement. The CITY shall receive a copy of all audit reports
made by the agency or firm as to the CONSULTANT'S activities. The CITY may, at
its discretion, conduct an audit at its expense, using its own or outside auditors,
PROFESSIONAL SERVICE AGREEMENT 3
of the CONSULTANT'S activities which relate, directly or indirectly, to this
Agreement.
5. Independent Contractor Relationship.
5.1 The parties intend that an independent CONSULTANT/CITY relationship will be
created by this Agreement. The CITY is interested primarily in the results to be
achieved; subject to paragraphs herein, the implementation of services will lie
solely with the discretion of the CONSULTANT. No agent, employee, servant or
representative of the CONSULTANT shall be deemed to be an employee, agent,
servant or representative of the CITY for any purpose, and the employees of the
CONSULTANT are not entitled to any of the benefits the CITY provides for its
employees. The CONSULTANT will be solely and entirely responsible for its acts
and for the acts of its agents, employees, servants, subcontractors or
representatives during the performance of this Agreement.
5.2 In the performance of the services herein contemplated the CONSULTANT is an
independent contractor with the authority to control and direct the performance
of the details of the work, however, the results of the work contemplated herein
must meet the approval of the CITY and shall be subject to the CITY'S general
rights of inspection and review to secure the satisfactory completion thereof.
6. CONSULTANT Employees/agents
The CITY may at its sole discretion require the CONSULTANT to remove any employee,
agent or servant from employment on this Project. The CONSULTANT may however
employ that (those) individual(s) on other non-CITY related projects.
7. Hold Harmless/Indemnification.
7.1 CONSULTANT shall indemnify and hold the CITY, its officers, officials, employees
and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or resulting from the negligent acts,
errors or omissions of the CONSULTANT in performance of this Agreement,
except for injuries and damages caused by the negligence of the CITY.
In the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of
the CONSULTANT and the CITY, its officers, officials, employees, and volunteers,
the CONSULTANT's liability, including the duty and cost to defend, hereunder
shall be only to the extent of the CONSULTANT's negligence. It is further
specifically and expressly understood that the indemnification provided herein
constitutes the CONSULTANT's waiver of immunity under Industrial Insurance,
Title 51 RCW, solely for the purposes of this indemnification. This waiver has
been mutually negotiated by the parties. The provisions of this section shall
PROFESSIONAL SERVICE AGREEMENT 4
survive the expiration or termination of this Agreement, though no
indemnification claim shall lie after any applicable underlying limitation of
action(s) has run.
8. Insurance. The CONSULANT shall procure and maintain for the duration of the
Agreement, insurance against claims for injuries to persons or damage to property
which may arise from or in connection with the performance of the work hereunder by
the CONSULTANT, its agents, representatives, or employees.
8.1 Insurance Term. The CONSULTANT shall procure and maintain for the
duration of the Agreement, insurance against claims for injuries to persons or
damage to property which may arise from or in connection with the
performance of the work hereunder by the CONSULTANT, its agents,
representatives, or employees.
8.2 No Limitation. The CONSULTANT’s maintenance of insurance as required by
the Agreement shall not be construed to limit the liability of the CONSULTANT to
the coverage provided by such insurance, or otherwise limit the CITY’s recourse
to any remedy available at law or in equity.
8.3 Minimum Scope of Insurance. The CONSULTANT shall obtain insurance of
the types and coverage described below:
a. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles. Coverage shall be as least as broad as Insurance Services
Office (ISO) form CA 00 01.
b. Commercial General Liability insurance shall be at least as broad as ISO
occurrence form CG 00 01 and shall cover liability arising from premises,
operations, stop-gap independent contractors and personal injury and
advertising injury. The CITY shall be named as an additional insured under
the CONSULTANT’s Commercial General Liability insurance policy with
respect to the work performed for the CITY using an additional insured
endorsement at least as broad as ISO CG 20 26.
c. Workers’ Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
d. Professional Liability insurance appropriate to the CONSULTANT’s profession.
8.4 Minimum Amounts of Insurance. The CONSULTANT shall maintain the
following insurance limits:
PROFESSIONAL SERVICE AGREEMENT 5
a. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident.
b. Commercial General Liability insurance shall be written with limits no less
than $1,000,000 each occurrence, $2,000,000 general aggregate.
c. Professional Liability insurance shall be written with limits no less than
$1,000,000 per claim and $1,000,000 policy aggregate limit.
8.5 Other Insurance Provision. The CONSULTANT’s Automobile Liability and
Commercial General Liability insurance policies are to contain, or be endorsed to
contain that they shall be primary insurance as respect the CITY. Any insurance,
self-insurance, or self-insured pool coverage maintained by the CITY shall be
excess of the CONSULTANT’s insurance and shall not contribute with it.
8.6 Acceptability of Insurers. Insurance is to be placed with insurers with a
current A.M. Best rating of not less than A:V.
8.7 Verification of Coverage. The CONSULTANT shall furnish the CITY with
original certificates and a copy of the amendatory endorsements, including but
not necessarily limited to the additional insured endorsement, evidencing the
insurance requirements of the CONSULTANT before commencement of the
work.
8.8 Notice of Cancellation. The CONSULTANT shall provide the CITY with written
notice of any policy cancellation within two business days of their receipt of such
notice.
8.9 Failure to Maintain Insurance. Failure on the part of the CONSULTANT to
maintain the insurance as required shall constitute a material breach of contract,
upon which the CITY may, after giving five business days’ notice to the
CONSULTANT to correct the breach, immediately terminate the contract or, at its
discretion, procure or renew such insurance and pay any and all premiums in
connection therewith, with any sums so expended to be repaid to the CITY on
demand, or at the sole discretion of the CITY, offset against funds due the
CONSULTANT from the CITY.
8.10 CITY Full Availability of CONSULTANT Limits. If the CONSULTANT maintains
higher insurance limits than the minimums shown above, the CITY shall be
insured for the full available limits of Commercial General and Excess or
Umbrella liability maintained by the CONSULTANT, irrespective of whether such
PROFESSIONAL SERVICE AGREEMENT 6
limits maintained by the CONSULTANT are greater than those required by this
contract or whether any certificate of insurance furnished to the CITY evidences
limits of liability lower than those maintained by the CONSULTANT.
9. Treatment of Assets. Title to all property furnished by the CITY shall remain in the name
of the CITY and the CITY shall become the owner of the work product and other
documents, if any, prepared by the CONSULTANT pursuant to this Agreement.
10. Compliance with Law/FAA Requirements.
10.1 The CONSULTANT, in the performance of this Agreement, shall comply with all
applicable federal, state or local laws and ordinances, including regulations for
licensing, certification and operation of facilities, programs and accreditation,
and licensing of individuals, and any other standards or criteria as described in
this Agreement to assure quality of services.
10.2 The CONSULTANT specifically agrees to pay any applicable business and
occupation (B & O) taxes which may be due on account of this Agreement.
10.3 Access to Records and Reports. The CONSULTANT must maintain an acceptable
cost accounting system. The CONSULTANT agrees to provide the sponsor, the
Federal Aviation Administration, and the Comptroller General of the United
States oir duly authorized representatives, access to any books, documents,
papers, and records of the CONSULTANT which are directly pertinent to the
specific contract for the purpose of making audit, examination, excerpts and
transcriptions. The CONSULTANT 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.
10.4 General Civil Rights Provisions. The CONSULTANT agrees to 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 disability be excluded from participating in any activity conducted with or
benefiting from Federal assistance. This provision binds the CONSULTANT and
subtier 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.
10.5 Title VI Solicitation Notice: The CITY, 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.
PROFESSIONAL SERVICE AGREEMENT 7
10.6 Compliance with Nondiscrimination Requirements. During the performance of
this contract, the CONSULTANT, for itself, its assignees, and successors in interest
(hereinafter referred to as the “CONSULTANT”) agrees as follows:
a. Compliance with Regulations: The CONSULTANT will comply with the
Title VI List of Pertinent Nondiscrimination Acts And Authorities, as
they may be amended from time to time, which are herein
incorporated by reference and made a part of this contract.
b. Non-discrimination: The CONSULTANT, 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 CONSULTANT will not participate directly or
indirectly in the discrimination prohibited by the Nondiscrimination
Acts and Authorities, including employment practices when the
contract covers any activity, project, or program set forth in Appendix
B of 49 CFR part 21.
c. Solicitations for Subcontracts, Including Procurements of Materials
and Equipment: In all solicitations, either by competitive bidding, or
negotiation made by the CONSULTANT for work to be performed
under a subcontract, including procurements of materials, or leases
of equipment, each potential subcontractor or supplier will be
notified by the CONSULTANT of the CONSULTANT’s obligations under
this contract and the Nondiscrimination Acts And Authorities on the
grounds of race, color, or national origin.
d. Information and Reports: The CONSULTANT will provide all
information and reports required by the Acts, the Regulations, and
directives issued pursuant thereto and will permit access to its books,
records, accounts, other sources of information, and its facilities as
may be determined by the sponsor or the Federal Aviation
Administration to be pertinent to ascertain compliance with such
Nondiscrimination Acts And Authorities and instructions. Where any
information required of a CONSULTANT is in the exclusive possession
of another who fails or refuses to furnish the information, the
CONSULTANT 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.
e. Sanctions for Noncompliance: In the event of a CONSULTANT’s
noncompliance with the Nondiscrimination 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:
PROFESSIONAL SERVICE AGREEMENT 8
1. Withholding payments to the CONSULTANT under the
contract until the CONSULTANT complies; and/or
2. Cancelling, terminating, or suspending a contract, in whole or
in part.
f. Incorporation of Provisions: The CONSULTANT will include the
provisions of paragraphs one through six in every subcontract,
including procurements of materials and leases of equipment,
Required Contact Provisions Issued on January 29, 2016 Page 19 AIP
Grants and Obligated Sponsors Airports (ARP) unless exempt by the
Acts, the Regulations and directives issued pursuant thereto. The
CONSULTANT will take action with respect to any subcontract or
procurement as the sponsor or the Federal Aviation Administration
may direct as a means of enforcing such provisions including
sanctions for noncompliance. Provided, that if the CONSULTANT
becomes involved in, or is threatened with litigation by a
subcontractor, or supplier because of such direction, the
CONSULTANT may request the sponsor to enter into any litigation to
protect the interests of the sponsor. In addition, the CONSULTANT
may request the United States to enter into the litigation to protect
the interests of the United States.
10.7 Applicable Nondiscrimination Statutes. During the performance of this contract,
the CONSULTANT, for itself, its assignees, and successors in interest (hereinafter
referred to as the “CONSULTANT”) agrees to comply with the following
nondiscrimination statutes and authorities; including but not limited to:
• 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);
• 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);
PROFESSIONAL SERVICE AGREEMENT 9
• 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,
subrecipients 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 non-
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).
10.8 Texting While 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), the FAA encourages recipients of
Federal grant funds to adopt and enforce safety policies that decrease crashes
by distracted drivers, including policies to ban text messaging while driving when
performing work related to a grant or sub-grant.
In support of this initiative, the Owner encourages the CONSULTANT to promote policies
and initiatives for its employees and other work personnel that decrease crashes by
distracted drivers, including policies that ban text messaging while driving motor
vehicles while performing work activities associated with the project. The CONSULTANT
PROFESSIONAL SERVICE AGREEMENT 10
must include the substance of this clause in all sub-tier contracts exceeding $3,500 and
involve driving a motor vehicle in performance of work activities associated with the
project.
10.9 Energy Conservation Requirements. CONSULTANT and its subcontractors agree
to comply with mandatory standards and policies relating to energy efficiency as
contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (42 U.S.C. 6201et seq).
10.10 Federal Fair Labor Standards Act. All contracts and subcontracts that result from
this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal
Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text.
The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards
for full and part time workers. The CONSULTANT has full responsibility to monitor
compliance to the referenced statute or regulation. The CONSULTANT must address any
claims or disputes that arise from this requirement directly with the U.S. Department of
Labor – Wage and Hour Division.
10.11 Occupational Safety and Health Act of 1970. All contracts and subcontracts that
result from this solicitation incorporate by reference the requirements of 29 CFR Part
1910 with the same force and effect as if given in full text. CONSULTANT must provide a
work environment that is free from recognized hazards that may cause death or serious
physical harm to the employee. The CONSULTANT retains full responsibility to monitor
its compliance and their subcontractor’s compliance with the applicable requirements
of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). CONSULTANT
must address any claims or disputes that pertain to a referenced requirement directly
with the U.S. Department of Labor – Occupational Safety and Health Administration.
10.12 Trade Restriction Certification. By submission of an offer, the CONSULTANT
certifies that with respect to this solicitation and any resultant contract, the
CONSULTANT -
a. is not owned or controlled by one or more citizens of a foreign country
included in the list of countries that discriminate against U.S. firms as published
by the Office of the United States Trade Representative (U.S.T.R.);
b. has not knowingly entered into any contract or subcontract for this project
with a person that is a citizen or national of a foreign country included on the list
of countries that discriminate against U.S. firms as published by the U.S.T.R; and
c. has not entered into any subcontract for any product to be used on the
Federal on the project that is produced in a foreign country included on the list
of countries that discriminate against U.S. firms published by the U.S.T.R.
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
PROFESSIONAL SERVICE AGREEMENT 11
render the maker subject to prosecution under Title 18, United States Code, Section
1001.
The CONSULTANT must provide immediate written notice to the Owner if the
CONSULTANT learns that its certification or that of a subcontractor was erroneous when
submitted or has become erroneous by reason of changed circumstances. The
CONSULTANT must require subcontractors provide immediate written notice to the
CONSULTANT if at any time it learns that its certification was erroneous by reason of
changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in
accordance with 49 CFR 30.17, no contract shall be awarded to a CONSULTANT or
subcontractor:
(1) who is owned or controlled by one or more citizens or nationals of a foreign
country included on the list of countries that discriminate against U.S. firms
published by the U.S.T.R. or
(2) whose subcontractors are owned or controlled by one or more citizens or
nationals of a foreign country on such U.S.T.R. list or
(3) who incorporates in the public works project any product of a foreign country
on such U.S.T.R. list;
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 CONSULTANT is not required to exceed
that which is normally possessed by a prudent person in the ordinary course of business
dealings.
The CONSULTANT agrees that it will incorporate this provision for certification without
modification in in all lower tier subcontracts. The CONSULTANT may rely on the
certification of a prospective subcontractor that it is not a firm from a foreign country
included on the list of countries that discriminate against U.S. firms as published by
U.S.T.R, unless the CONSULTANT has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed
when making an award. If it is later determined that the CONSULTANT or subcontractor
knowingly rendered an erroneous certification, the Federal Aviation Administration may
direct through the Owner cancellation of the contract or subcontract for default at no
cost to the Owner or the FAA.
10.13 Veteran’s Preference. In the employment of labor (excluding executive,
administrative, and supervisory positions), the CONSULTANT and all sub-tier contractors
must give preference to covered veterans as defined within Title 49 United States Code
Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans,
Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as
PROFESSIONAL SERVICE AGREEMENT 12
defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference
only applies when there are covered veterans readily available and qualified to perform
the work to which the employment relates.
10.14 Certification Regarding Lobbying. The CONSULTANT certifies by signing and
submitting this agreement, 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 CONSULTANT, 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 undersigned shall
complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,”
in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be
included in the award documents for all sub-awards at all tiers (including
subcontracts, sub-grants, and contracts under grants, loans, and cooperative
agreements) and that all sub-recipients shall certify and disclose accordingly.
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.
10.15 Clean Air and Water Pollution Control. CONSULTANT agrees to comply with all
applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42
U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C.
§ 1251-1387). The CONSULTANT agrees to report any violation to the Owner
immediately upon discovery. The Owner assumes responsibility for notifying the
Environmental Protection Agency (EPA) and the Federal Aviation Administration.
CONSULTANT must include this requirement in all subcontracts that exceeds $150,000.
PROFESSIONAL SERVICE AGREEMENT 13
10.16 Certification of CONSULTANT regarding Debarment. The CONSULTANT certifies
that neither it nor its principals are presently debarred or suspended by any Federal
department or agency from participation in this transaction.
10.17 Certification of CONSULTANT regarding Tax Delinquency and Felony Convictions
1) CONSULTANT represents that it is not a corporation that has any unpaid
Federal tax liability that has been assessed, for which all judicial and administrative
remedies have been exhausted or have lapsed, and that is not being paid in a timely
manner pursuant to an agreement with the authority responsible for collecting the tax
liability.
2) The CONSULTANT represents that it is not a corporation that was
convicted of a criminal violation under any Federal law within the preceding 24 months.
10.18 Disadvantaged Business Enterprises Provisions. CONSULTANT shall not
discriminate on the basis of race, color, national origin, or sex in the performance of this
contract. The CONSULTANT shall carry out applicable requirements of 49 CFR part 26 in
the award and administration of Department of Transportation-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 Owner deems appropriate, which may include, but is not limited to:
1) Withholding monthly progress payments;
2) Assessing sanctions;
3) Liquidated damages; and/or
4) Disqualifying the Contractor from future bidding as non-responsible.
10.19 Compliance with Applicable Federal Laws and Regulations.
Contractor agrees to comply with all other applicable federal laws and regulations governing the
provision of professional services on federally funded projects, including but not limited to the Federal
Acquisition Regulation (FAR), 48 CFR , Competition in Contracting Act (CICA), Brooks Act, Federal
Acquisition Streamlining Act (FASA), Service Contract Act (SCA), Anti-Kickback Act, False Claims Act
(FCA), and any agency-specific regulations applicable to the project. Contractor further agrees to adhere
to ethical standards and guidelines set forth by the contracting agency and to refrain from engaging in
any conduct that would violate federal law or compromise the integrity of the procurement process.
Contractor acknowledges that failure to comply with these requirements may result in termination of
the contract and/or other remedies available to the contracting agency, including but not limited to
suspension or debarment from future government contracts.
11. Breach of Contract. 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.
PROFESSIONAL SERVICE AGREEMENT 14
Owner will provide CONSULTANT written notice that describes the nature of the breach
and corrective actions the CONSULTANT must undertake in order to avoid termination of the
contract. Owner reserves the right to withhold payments to CONSULTANT until such time the
CONSULTANT corrects the breach or the Owner elects to terminate the contract. The Owner’s
notice will identify a specific date by which the CONSULTANT must correct the breach. Owner
may proceed with termination of the contract if the CONSULTANT fails to correct the breach by
deadline indicated in the Owner’s notice.
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.
12. Assignment/subcontracting.
12.1 The CONSULTANT shall not assign its performance under this Agreement or any
portion of this Agreement without the written consent of the
CITY, and it is further agreed that said consent must be sought in writing by the
CONSULTANT not less than thirty (30) days prior to the date of any proposed
assignment. The CITY reserves the right to reject without cause any such
assignment.
12.2 Any work or services assigned hereunder shall be subject to each provision of
this Agreement and proper bidding procedures where applicable as set forth in
local, state and/or federal statutes, ordinances and guidelines.
12.3 Any technical/professional service subcontract not listed in this Agreement, must
have express advance approval by the CITY.
13. Changes.
Either party may request changes to the scope of services and performance to be provided
hereunder, however, no change or addition to this Agreement shall be valid or binding upon
either party unless such change or addition be in writing and signed by both parties. Such
amendments shall be attached to and made part of this Agreement.
14. Maintenance and Inspection of Records.
14.1 The CONSULTANT shall maintain books, records and documents, which
sufficiently and properly reflect all direct and indirect costs related to the
performance of this Agreement and shall maintain such accounting procedures
and practices as may be necessary to assure proper accounting of all funds paid
pursuant to this Agreement. These records shall be subject at all reasonable
times to inspection, review, or audit, by the CITY, its authorized representative,
the State Auditor, or other governmental officials authorized by law to monitor
this Agreement.
PROFESSIONAL SERVICE AGREEMENT 15
14.2 The CONSULTANT shall retain all books, records, documents and other material
relevant to this agreement, for six (6) years after its expiration. The
CONSULTANT agrees that the CITY or its designee shall have full access
and right to examine any of said materials at all reasonable times during said
period.
15. Other Provisions.
If changes in state law necessitate that services hereunder be expanded, the parties shall
negotiate an appropriate amendment. If after thirty (30) days of negotiation, agreement can
not be reached, this Agreement may be terminated by the CITY no sooner than sixty (60) days
thereafter.
16. Termination.
16.1 Termination for Convenience.
a. The Owner may, by written notice to the CONSULTANT, terminate
this Agreement for its convenience and without cause or default on
the part of CONSULTANT. Upon receipt of the notice of termination,
except as explicitly directed by the Owner, the Contractor must
immediately discontinue all services affected.
b. Upon termination of the Agreement, the CONSULTANT must deliver
to the Owner all data, surveys, models, drawings, specifications,
reports, maps, photographs, estimates, summaries, and other
documents and materials prepared by the Engineer under this
contract, whether complete or partially complete.
c. Owner agrees to make just and equitable compensation to the
CONSULTANT for satisfactory work completed up through the date
the CONSULTANT receives the termination notice. Compensation will
not include anticipated profit on non-performed services.
d. Owner further agrees to hold CONSULTANT harmless for errors or
omissions in documents that are incomplete as a result of the
termination action under this clause.
16.2 Termination for Cause. Either party may terminate this Agreement for
cause if the other party fails to fulfill its obligations that are essential to the
completion of the work per the terms and conditions of the Agreement. The
party initiating the termination action must allow the breaching party an
opportunity to dispute or cure the breach.
The terminating party must provide the breaching party [7] days advance written
notice of its intent to terminate the Agreement. The notice must specify the
nature and extent of the breach, the conditions necessary to cure the breach,
and the effective date of the termination action. The rights and remedies in this
PROFESSIONAL SERVICE AGREEMENT 16
clause are in addition to any other rights and remedies provided by law or under
this agreement.
a) Termination by Owner: The Owner may terminate this Agreement in whole or
in part, for the failure of the CONSULTANT to:
1. Perform the services within the time specified in this contract or by
Owner approved extension;
2. Make adequate progress so as to endanger satisfactory performance
of the Project;
3. Fulfill the obligations of the Agreement that are essential to the
completion of the Project.
Upon receipt of the notice of termination, the CONSULTANT must immediately
discontinue all services affected unless the notice directs otherwise. Upon
termination of the Agreement, the CONSULTANT must deliver to the Owner all
data, surveys, models, drawings, specifications, reports, maps, photographs,
estimates, summaries, and other documents and materials prepared by the
Engineer under this contract, whether complete or partially complete.
Owner agrees to make just and equitable compensation to the CONSULTANT for
satisfactory work completed up through the date the CONSULTANT receives the
termination notice. Compensation will not include anticipated profit on non-
performed services.
Owner further agrees to hold CONSULTANT harmless for errors or omissions in
documents that are incomplete as a result of the termination action under this
clause.
If, after finalization of the termination action, the Owner determines the
CONSULTANT was not in default of the Agreement, the rights and obligations of
the parties shall be the same as if the Owner issued the termination for the
convenience of the Owner.
b) Termination by CONSULTANT: The CONSULTANT may terminate this
Agreement in whole or in part, if the Owner:
1. Defaults on its obligations under this Agreement;
2. Fails to make payment to the CONSULTANT in accordance with the
terms of this Agreement;
3. Suspends the Project for more than 180 days due to reasons beyond
the control of the CONSULTANT.
Upon receipt of a notice of termination from the CONSULTANT, Owner agrees to
cooperate with CONSULTANT for the purpose of terminating the agreement or
PROFESSIONAL SERVICE AGREEMENT 17
portion thereof, by mutual consent. If Owner and CONSULTANT cannot reach
mutual agreement on the termination settlement, the CONSULTANT may,
without prejudice to any rights and remedies it may have, proceed with
terminating all or parts of this Agreement based upon the Owner’s breach of the
contract.
In the event of termination due to Owner breach, the Engineer is entitled to
invoice Owner and to receive full payment for all services performed or furnished
in accordance with this Agreement and all justified reimbursable expenses
incurred by the CONSULTANT through the effective date of termination action.
Owner agrees to hold CONSULTANT harmless for errors or omissions in
documents that are incomplete as a result of the termination action under this
clause.
17. Notice.
Notice provided for in this Agreement shall be sent by certified mail to the addresses
designated for the parties on the last page of this Agreement.
18. Attorneys Fees and Costs.
If any legal proceeding is brought for the enforcement of this Agreement, or because of a
dispute, breach, default, or misrepresentation in connection with any of the provisions of this
Agreement, the prevailing party shall be entitled to recover from the other party, in addition to
any other relief to which such party may be entitled, reasonable attorney's fees and other costs
incurred in that action or proceeding.
19. Jurisdiction and Venue.
19.1 This Agreement has been and shall be construed as having been made and
delivered within the State of Washington, and it is agreed by each party hereto
that this Agreement shall be governed by laws of the State of Washington, both
as to interpretation and performance.
19.2 Any action of law, suit in equity, or judicial proceeding for the enforcement of
this Agreement or any provisions thereof, shall be instituted and maintained only
in any of the courts of competent jurisdiction in Snohomish County, Washington.
20. Severability.
20.1 If, for any reason, any part, term or provision of this Agreement is held by a court
of the United States to be illegal, void or unenforceable, the validity of the
remaining provisions shall not be affected, and the rights and obligations of the
parties shall be construed and enforced as if the Agreement did not contain the
particular provision held to be invalid.
20.2 If it should appear that any provision hereof is in conflict with any statutory
provision of the State of Washington, said provision which may conflict therewith
PROFESSIONAL SERVICE AGREEMENT 18
shall be deemed inoperative and null and void insofar as it may be in conflict
therewith, and shall be deemed modified to conform to such statutory
provisions.
21. Entire Agreement.
The parties agree that this Agreement is the complete expression of the terms hereto and any
oral representations or understandings not incorporated herein are excluded. Further, any
modification of this Agreement shall be in writing and signed by both parties. Failure to comply
with any of the provisions stated herein shall constitute material breach of contract and cause
for termination. Both parties recognize time is of the essence in the performance of the
provisions of this Agreement. It is also agreed by the parties that the forgiveness of the
nonperformance of any provision of this Agreement does not constitute a waiver of the
provisions of this Agreement.
IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day
and year first hereinabove written.
CITY OF ARLINGTON CONSULTANT:
Dowl, LLC
______________________________ ____________________________
Don E. Vanney, Mayor
Attest:
________________________________
Wendy Van Der Meersche, City Clerk
Page 1 of 2
TASK ORDER #5
EXHIBIT A: SCOPE OF WORK
City of Arlington – Arlington Municipal Airport (AWO)
Taxiway A Improvements Project
Phase 2: Construction Administration
This project will be completed under the Professional Services Agreement between the City of Arlington and DOWL, LLC, dated ( ).
Project Description This project includes the following improvements to the Arlington Municipal Airport (AWO), as shown in the attached Figure 1.
Taxiway A Improvements (AIP Eligible): The work to be performed under this contract includes asphalt pavement milling, asphalt pavement, demolition, new asphalt overlay, new pavement section construction, taxiway edge lighting and signing demolition and installation, and application of new paint markings, topsoiling, and seeding.
Taxiway A1 & A4 Reconstruction / Realignment / Narrowing: 1. Realign and reconstruct Connector Taxiway A1 and Connector Taxiway A4 geometry conforming with Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5300-13B, Change 1 Airport
Design. Connector Taxiways A1 and A4 will be designed to meet Taxiway Design Group (TDG) 3 standards, with a minimum 50-foot width. Connector Taxiways A1 and A4 are eligible for TDG 2 standards, with a minimum 35-foot width. The additional pavement required for TDG 3 standards will not be eligible for FAA funding and will be funded by the AIRPORT. Existing large swaths of excess pavement will be removed. Existing taxiway pavement section base course and subbase course will be preserved to the extent feasible where new taxiway layouts overlap existing taxiway pavement.
Taxiway A/A2/A3 Mill & Overlay: 1. Mill and overlay of Taxiway A, full length. Overlay is anticipated to match existing apron and taxilanes east of Taxiway A. Minor additional milling and overlay may be required to transition short segments of apron and taxilane if grade corrections are required to match the new overlay surface. 2. Mill and overlay of Connector Taxiways A2 and A3 up to the edge of Runway 16/34. 3. Mill and overlay of Connector Taxiways A1 and A4 up to the edge of Runway 16/34 in areas where the existing pavement sections overlaps with the proposed taxiway pavement section.
Taxiway A1 & A4 Lighting:
1. Removal of existing taxiway edge lighting and installation of new taxiway edge lighting along Connector Taxiways A1 and A4, from the existing runway edge to a suitable tie-in point on Taxiway A. New taxiway edge lights will meet the standards of FAA AC 150/5340-30J Design and Installation Details for Airport Visual Aids. This may require removing and installing taxiway edge lights along Taxiway A as needed to meet taxiway edge light spacing requirements.
City of Arlington – Arlington Municipal Airport (AWO)
Taxiway A Improvements
Phase 2: Construction Administration
Page 2 of 2
Taxiway A1 & A4 Lighted Sign Replacement: 1. Removal of existing signs and installation of new lighted runway exit, runway holding position, taxiway location, and taxiway direction signs as needed for the new layouts of Taxiways A1 and A4.
DOWL (CONSULTANT) and The City of Arlington – Arlington Municipal Airport (AIRPORT) have prepared the following scope of work.
Page 1 of 4
PHASE 2 CONSTRUCTION ADMINISTRATION
Project Assumptions a) This project will be completed between August 2024 and June 2026. b) A flight check and associated FAA Reimbursable Agreement is not anticipated to be required. c) A safety review through the FAA’s Safety Risk Management (SRM) process is not anticipated to be required d) Development of Field Note Records will be developed by the CONSULTANT e) Contractor Progress Payments will be developed by the CONSULTANT.
f) Prevailing wage rate interviews will be conducted by the CONSULTANT.
Project Fee Estimate The CONSULTANT fee estimate is included as Exhibit B.
2.1 PROJECT MANAGEMENT The CONSULTANT will provide project management and administration, management of subconsultants, and liaison with the AIRPORT and FAA, and prepare monthly invoices with monthly progress reports. It is assumed that up to twelve (12) invoices will be required.
2.2 CONSTRUCTION MANAGEMENT PLAN The CONSULTANT will prepare a Construction Management Plan per FAA Advisory Circular 150/5370-12B,
Quality Management for Federally Funded Airport Construction Projects, and submit to the FAA prior to the start of construction.
Deliverables: Final Construction Management Plan PDF via email
2.3 PRE-CONSTRUCTION ACTIVITIES The CONSULTANT will conduct a pre-construction conference and review the CSPP with the Contractor onsite prior to work commencing and making any necessary modifications that may be required. The CONSULTANT will review the Contractor’s proposed schedule with the AIRPORT prior to the meeting.
2.4 SUBMITTAL REVIEW The CONSULTANT will review Contractor submittals for conformance with plans and specifications and maintain a submittal log with all submittals to date and the status of each submittal. It is assumed that up to 25 submittals will be reviewed.
2.5 CONSTRUCTION ADMINISTRATION Provide construction administration services to include: a) Preparation of up to five (5) Contractor progress payment requests. b) Preparation of up to ten (10) construction change orders. c) Respond to up to 12 Contractor Requests for Information.
City of Arlington – Arlington Municipal Airport (AWO)
Taxiway A Improvements
Phase 2: Construction Administration
Page 2 of 4
d) Review all weekly certified payrolls (prime and subcontractors) monthly prior to the pay request and provide tracking spreadsheet to the AIRPORT. Preparation of up to five (5) certified payrolls e) Review “Statement of Intent to Pay Prevailing Wage” and “Affidavit of Wages Paid” forms for prime Contractor and subcontractors. f) Conduct employee wage interviews for both prime contractor and subcontractors, as required by the AIRPORT. g) Prepare weekly meeting agenda and minutes (16 meetings estimated). h) Provide Inspector Daily Reports (IDRs) for every working day the Contractor is working at the airport. Resident Engineer and Inspector will prepare and submit IDRs for each working day they are on site. (80 reports estimated). i) Prepare FAA weekly reports with progress photos for every week the Contractor is working at the airport (16 reports estimated). j) Prepare and submit FAA quarterly reports (6 reports estimated). k) Resident Engineer will conduct up to sixteen (16) weekly construction meetings on-site and will be on site up to ten (10) additional 8-hour days to monitor overlay staking on milled surface, test section construction, and significant production paving days.
l) Prepare Field Note Records (FNR) to support Contractor Progress Payments.
2.6 RESIDENT PROJECT REPRESENTATIVE (RPR) & INSPECTION The CONSULTANT will provide full-time onsite Resident Project Representative (RPR) through construction (10-hour days, 80 working days) and an additional part-time Resident Engineer (RE) for review of staking on milled surface, test section evaluation, and significant production paving days (up to 10, 8-hour days). RPR and RE will monitor and document construction progress, confirm conformance with schedules, plans and specifications, measure and document construction pay quantities, document significant conversations or situations, document input or visits by local authorities, etc., and photograph daily construction activities. RPR and RE will conduct up to twelve (12) weekly meetings on-site to coordinate progress of construction work with the AIRPORT, airport tenants, and the Contractor. Prepare daily reports documenting construction progress when onsite, materials used, number of workers and work process, and equipment used. Construction is anticipated to last approximately twelve (16) weeks.
2.7 ACCEPTANCE TESTING The CONSULTANT will provide acceptance testing for Hot Mix Asphalt (P-401), Crushed Aggregate Base Course (P-209), Subbase Course (P-154), and Subgrade (P-152), as follows:
1. Hot Mix Asphalt (P-401) a. This will include two (2) control strips with four (4) sublots each. b. Production paving with up to seven (7) lots, and up to twenty-eight (28) total sublots. c. Each sublot shall have one Gyratory density test, one TMD test, one mat and one joint core density test, and one air void test.
2. Crushed Aggregate Base Course (P-209) a. Crushed Aggregate Base Course will be tested for density and thickness. It is anticipated that two (2) samples will be required for the test strip and up to sixteen (16) samples will be required for Crushed Aggregate Base Course construction.
3. Subbase Course (P-154)
City of Arlington – Arlington Municipal Airport (AWO)
Taxiway A Improvements
Phase 2: Construction Administration
Page 3 of 4
a. Subbase Course will be tested for density and thickness. It is anticipated that two (2) samples will be required for the test strip and up to sixteen (16) samples will be required for Subbase Course construction.
4. Subgrade (P-152) a. Subgrade will be tested for density. It is anticipated that up to twenty (20) samples will be required.
2.8 FINAL INSPECTION The RPR and RE will attend the final inspection with Airport personnel and the Contractor. The RE will prepare a punch list for the Contractor, if required. The RPR and RE will conduct one (1) follow-up inspection when the Contractor has completed the punch list. Additional inspections, if required, will be deducted from the Contractor’s final pay estimate.
2.9 RECORD DRAWINGS The CONSULTANT will prepare record drawings incorporating documented changes by the RPR and CONTRACTOR throughout construction and deliver a PDF of the record drawings to the AIRPORT and FAA via electronic file transfer.
2.10 PROJECT CLOSEOUT The CONSULTANT will prepare a Draft FAA Construction Final Report per FAA 620-05 Standard Handout for Final Reports including Final Payment Summary. A draft final reimbursement request, and draft final (SF425/SF271) will be submitted separately to the AIRPORT and FAA for review. Review comments will be incorporated, and a final documents will be submitted for approval. The CONSULTANT will determine the Pavement Classification Rating (PCR) of the constructed pavement section and update the Airport Master Record and provide an As-Built Airport Layout Plan including memo, after construction.
2.11 GRANT ASSISTANCE The CONSULTANT will provide the AIRPORT with the following grant assistance: 1. Assist the Airport with general management of FAA AIP grant for this project. 2. Prepare FAA Quarterly and Annual Performance Reports and submit to the FAA.
2.12 DBE REPORTING The CONSULTANT will complete and submit the annual DBE Uniform Report online via the FAA Civil Rights Connect website.
City of Arlington – Arlington Municipal Airport (AWO)
Taxiway A Improvements
Phase 2: Construction Administration
Page 4 of 4
DELIVERABLES: The following documents, exhibits, or other presentations for work covered by this Agreement will be furnished by the CONSULTANT to the AIRPORT upon the completion of the various phases of the work.
Pre-Construction Conference Meeting Agenda and Minutes PDF via email
Construction Management Plan Construction Management Plan PDF via email
Grant Assistance FAA Quarterly Report(s) PDF via email
Construction Construction Documentation Complete set of electronic files on flash drive Meeting Minutes PDF via email Record Drawings Airport: Three (3) 11”x17” paper copies & PDF, FAA: PDF via electronic delivery Construction Closeout Report Airport: Three (3) copies & PDF, FAA: PDF via electronic delivery Airport Layout Plan Update PDF via electronic delivery
DBE Reporting Annual DBE Uniform Report Online via FAA Civil Rights Connect
General Invoice and Progress Reports PDF via email Payroll Tracking Spreadsheet Excel spreadsheet via email Certified Payroll Reviews PDF via email
Client:Arlington Municipal Airport (AWO)
Project:Taxiway A Improvements Project Date:6/3/2024
Phase:02 - Construction Administration
LABOR:
TASK Project Deputy PM / Engineering Accounting
NO.TASK (Scope of Services)Manager VII Engineer IV Engineer II Tech. VI Tech.TOTAL LABOR
250.00 190.00 145.00 175.00 120.00 HOURS COST
2.1 Project Management 16 40 0 0 20 76 14,000$
a General Project Management (12 invoices)16 40 20 76 14,000$
2.2 Construction Management Plan 2 4 16 0 0 22 3,580$
a Construction Management Plan 2 4 16 22 3,580$
2.3 Pre-Construction Activities 8 12 10 0 0 30 5,730$
a Review Schedule 2 4 2 8 1,550$
b Pre-Construction Agenda / Conference / Minutes 6 8 8 22 4,180$
2.4 Submittal Reviews 8 24 40 0 0 72 12,360$
a Material Submittal Reviews 8 24 40 72 12,360$
2.5 Construction Administration 41 110 178 15 0 344 59,585$
a Contractor Progress Pay Request (5)5 10 10 25 4,600$
b Preparation of Change Orders (10)5 20 10 35 6,800$
c Respond to RFI's (12)12 24 5 41 8,435$
d Certified Payroll Review (5)5 20 25 3,850$
e Labor Documentation Review 2 5 20 27 4,350$
f Employee Wage Rate Interviews 4 8 12 1,920$
g Weekly Meeting Agenda / Minutes (Anticipated 16)2 8 24 34 5,500$
h Daily Reports (Anticipated 80 Reports)8 20 40 68 11,600$
i Prepare FAA weekly reports (Anticipated 16 reports)2 4 16 22 3,580$
j
Review FNR and Prepare Contractor Progress
Payments 5 10 40 55 8,950$
2.6 RPR & Inspection 64 192 800 0 0 1,056 168,480$
a Full-Time Inspector (80, 10-hour days)800 800 116,000$
b Part-Time Resident Engineer (16, 8-hour days)128 128 24,320$
c Weekly Meetings (PM - 16 Weeks, 4-hour days)64 64 128 28,160$
2.7 Acceptance Testing 12 28 25 0 0 65 11,945$
a PM Subconsultant Coordination/Management 8 24 32 6,560$
b PWL & Pay Factor Review & QC 4 4 25 33 5,385$
c Acceptance Testing -$
2.8 Final Inspection 6 16 20 0 0 42 7,440$
a Final Inspection 6 6 12 2,010$
b Punchlist 4 8 12 1,920$
c Closeout Inspection 6 6 6 18 3,510$
2.9 Record Drawings 0 0 20 20 0 40 6,400$
a Record Drawings 20 20 40 6,400$
2.10 Project Closeout 8 18 76 8 0 110 17,840$
a Draft FAA Construction Final Report/Project Summary 4 8 40 52 8,320$
b FAA Construction Final Report/Project Summary 2 4 20 26 4,160$
c Update Airport Master Record (5010)2 4 6 960$
d ALP Update 2 4 12 8 26 4,400$
2.11 Grant Assistance 12 20 8 0 0 40 7,960$
a AIP Grant Management 8 16 24 5,040$
b FAA Quarterly/Annual Performance Reports 4 4 8 16 2,920$
2.12 DBE Reporting 1 8 4 0 0 13 2,350$
a Annual DBE Reporting to FAA Civil Rights Connect 1 8 4 13 2,350$
Labor Subtotal 178 472 1197 43 20 1,910 317,670$
Expenses
Mileage (Meetings, Site Visits)132 Trips @ 100 Miles / R.T.$0.67 8,844$
Total Expenses 8,844$
Subconsultants Markup (N/A)
Electrical Inspection (Elcon)0%12,000$ 12,000$
Asphalt Acceptance Testing (HWA)0%50,000$ 50,000$
Total Subconsultants 62,000$
TOTAL FEE (Phase 2 - Construction Administration)388,514$
EXHIBIT B-1: CONSULTANT FEE ESTIMATE
DOWL PROJECT TEAM
Subconsultant (HWA)
\\dowl.com\j\Projects\72\15001-07\10PM\Scope & Fee\Draft CA Scope and Fee\EXHIBIT B - Fee Estimate - AWO Taxiway A Reconstruction CA - FINAL.xlsx