Loading...
SR-11-27-1979-6FSanta Monica, California, November 15, 1979 TO: Mayor and City Council FROM: City Staff NOV 2 7 9979 SUBJECT: CONTRACT FOR NEW BUS INSPECTION SERVICES Introduction This report recommends authorizing the City Manager to enter into the attached professional services contract with ATE Management and Service Company for the inspection of 32 buses to be assembled by the Grumman - Flxible Corporation early next year. The Urban Mass Transportation Administration (UMTA) encourages transit operators to retain production line inspection firms to ensure the quality of buses purchased with the assistance of UMTA funds. Background On September 12, 1978, the City Council awarded a contract to the Grumman - Flxible Corporation for the purchase of 32 advanced design transit buses. At the presnt time, Grumman - Flxible estimates that construction of these buses will begin in mid - February 1980. To assist transit properties in obtaining quality transit vehicles, UMTA encourages transit systems to contract for production line in- spection services. UMTA will fund 80% of this cost. City staff received proposals from each of three different firms recommended by UMTA as being qualified in this field, Because each proposed a different approach, level of staffing and amount of effort, the proposals were evaluated by three members of the Transporation Department against criteria developed by Department staff. The panel unanimously chose to recommend ATE Management and Service Company, which has had extensive experience with monitoring the new coaches. The total amount of the contract is $21,043, eighty percent of which will be funded by an approved UMTA grant. The 20% local share will come from Transportation Development Act (SB 325) funds which have been allocated for this purpose. No City general funds will be used. �jOV 2 7 1979 TO: Mayor and City CouAG-j�l Page Two This is not the firm we used on the last contract as they do not have the capabilities of handling the inspection of 32 transit coaches. Recommendation It is recommended that the City Manager be authorized to execute the attached contract with ATE Management and Service Company for pro- fessional new bus inspection service of the City -s thirty -two (32) buses to be built by the Grumman - Flxible Corporation in early 1980. Prepared by J.F. Hutchison Director of Transportation R.N. Aronoff Purchasing Agent CONTRACT FOR PROFESSIONAL SERVICES By and Between THE CITY OF SANTA MONICA. and ATE MANAGEMENT AND SERVICE COMPANY, INC. THIS AGREEMENT, entered into as of this day of , 19 , by and between the CITY OF SANTA MONICA (hereinafter called the City) and ATE MANAGEMENT AND SERVICE COMPANY, INC. (hereinafter called "ATE ",or "Contractor "); WITNESSETH THAT: WHEREAS, the City desires to engage ATE to render certain technical or profes sional services hereinafter described in connection with the on -site visual inspection of the 32 advanced design buses being manufactured at the Flxible. plant in Delaware, Ohio, NOW, THEREFORE, the parties hereto do mutually agree as follows: 1. Employment of ATE. The City hereby agrees to engage ATE and ATE hereby agrees to perform the services hereafter set forth in con - nection with the study. 2. Area Covered. ATE shall perform all the necessary services provided under this Contract in connection with and respecting the following area or areas, in accordance with Appendix A. Employment is on a contract plus fixed fee basis. 3. Scope of Services. ATE shall exert its best professional efforts to perform and carry out in a satisfactory manner, certain designated services set forth in Appendix A, entitled "Scope of Services ", attached hereto and by reference incorporated herein and made part hereof. The remaining services set forth in the Scope of Services not de- signated as the responsibility of ATE for performance shall be the responsibility of the City. 4. Data to be Furnished by ATE. All information, data, reports, records, and maps as are existing, available and necessary for the carrying out of the work shall be furnished to ATE without charge by the City and the City shall cooperate with ATE in every way possible in the carrying out of the planning work. S. Personnel a. ATE represents that it has, or will secure at its own expense, all personnel required in performing the services under this Contract. 1 b. All of the services required herein will be performed by ATE or under its supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized under appro- priate state and local law to perform such services. C. None of the. work or services covered by this Contract shall be subcontracted without the prior written approval of the City and the Contractor. 6. Time of Performance. Performance of these services shall take place prior to and during the time the said 32 buses are being fabricated at the Flxible factory in Delaware, Ohio currently programmed for the fall of 1979. This Contract shall be deemed complete upon delivery of the final inspection report at the time the last bus is released for delivery and inspection records are accepted by the City. 7. Compensation a. It is estimated that the total cost to the City exclusive of any fixed fee, for the performance of work pursuant to this .: agreement shall not exceed nineteen thousand nine. hundred and one dollars.. (19,90f) and ATE agrees to exert its best efforts to perform the work as specified in Appendix A, "Scope of Services" and all obligations under this agreement within such estimated cost. If at any time ATE has reason to believe that the costs which it expects to incur in the performance of work under this agreement within the next succeeding six months when added to all costs previously incurred, exclusive of any fixed fee, will be greater or'less than the estimated total costs then set forth in this Article 7, ATE shall notify the City in writing to that effect, giving the revised estimate of such total cost for the performance of this agreement. b. The City shall not be obligated to reimburse ATE for costs incurred in excess of the estimated cost set forth in this Article 7. When and to the extent that the estimated cost set forth in this Article 7 has been increased, any costs incurred by ATE in excess of such estimated' 'costs prior to the increase in estimated cost shall be allowable to the same extent as if such costs had been incurred after such increase in estimated costs. No.:such increase in the estimated cost shall entitle ATE to any increase in the fixed fee to be paid to ATE unless the increase is caused by an increase in scope. C. ATE shall receive payment for allowable costs, as outlined in Appendix B, for performance of the work under this agreement. Allowable costs are the direct and indirect costs incurred in or allowable -to the performance of the services under this.agreement. These.allowable costs shall include the following: 1) DIRECT COSTS a) Personnel A regular employee of ATE shall be assigned to take 2 charge of the performance of work under this agree- ment to the extent required to insure that the work is properly completed and additional personnel shall be assigned as required in the performance of this agreement. ATE shall be compensated for the services of those personnel on the basis of actual salary paid to said personnel by ATE without mark -up for the time such personnel are directly utilized on the work necessary to fulfill the term of this agreement. b) Travel Expenses and Subsistence ATE shall be paid actual costs due upon certification of ,travel expenses and subsistence where such expenses are directly related to the performance of this agree- ment. ATE shall be reimbursed for transportation costs not to exceed the cost of travel by the most direct economical route. Transportation by private automobile shall be reimbursed at the rate of fifteen cents (150 per mile in lieu of actual costs. Reimbursement for subsistence shall be based on the actual. costs incurred by ATE's personnel. c) Other Incidental Direct Costs The cost of other material and services as may be required hereunder, but which are not normally pro - vided as a part of the overhead of ATE, shall be re- imbursed to ATE at cost. Such other material and services may include (but shall not be limited to) the following: Computer Report Reproduction, Purchase of Maps and Charts, Subcontract Costs, Telephone Expenses, etc. 2) INDIRECT COSTS - OVERHEAD In addition to the payments as hereinbefore provided, the City agrees to pay to ATE a prorated portion of the over- head costs incurred by ATE during the life of this agree- ment. For purposes of this agreement, an overhead rate of 130% of all full -time direct salaries shall be utilized to estimate overhead costs during the performance of this agreement. An overhead rate of 77% of all direct salaries shall be utilized for all exclusive independent contractors. 8. Allowable Cost, Fixed Fee and Payment a. For the performance of this agreement the City shall pay ATE allowable costs in accordance with the terms and conditions as set forth above. In addition to the payments for allowable costs as hereinbefore provided, the City agrees to pay ATE the sum of one thousand-one hundred forty -two dollars($1,142) and it is agreed-and understood that this will-constitute full compensation to ATE for fixed fee covering all services and work required under . 3 this agreement unless such amount shall be amended in writing by the City. b. Once each month, ATE shall submit to the City a certified invoice for allowable costs incurred in the performance of this agreement. C. Promptly after receipt of each invoice, but in no event later than thirty (30) days after its receipt, the City shall approve payment thereon to ATE. Payment on account of the fixed fee shall be made in installments at the time of payment on account of allow- able cost, each such installment thus payable to be in an amount which shall bear the same proportion to the total amount of the fixed fee of this agreement as said payment on account of.allow- able costs bears to the total estimated time to time amended. Provided, however, that after ninety percent (900) of the total fixed fee set forth in this agreement, as from time to time amended, shall have been paid. pursuant to the foregoing., :further payment on account of the fixed fee shall be withheld. until the completion of this agreement. d. On receipt of the invoice designated by ATE as the 'final invoice" and upon compliance by ATE with all the provisions of this agree- ment, the City shall promptly, but in no event later than thirty (30) days after its receipt, approve.payment to ATE any balance of the allowable cost, and any part of the fixed fee, which has -been with- held pursuant to paragraph "c" above or otherwise nbt paid.to ATE. C. It is expressly understood and agreed that in no event will the total compensation and reimbursement, if any, to be paid here- under exceed the maximum sum of twenty -one thousand forty -three dollars ($21,043) for all the services required., 9 Termination of Contract for Cause If, through any cause,-ATE shall fail to fulfill in a timely and proper manner its obligations under this Contract,'or if ATE shall violate any of the• covenants, agreements, or stipulations of this Contract, the City shall thereupon have the right to terminate this Contract by giving written notice to ATE of such termination and specifying the effective date thereof, at least five (S) days before the effective date of such termination. In performing the services described in Paragraph 3 (Scope of Services), ATE will be liable for timely and proper completion of contracted work. In the event of termination, reproducible copies of all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Contractor shall, at the option of the City become its property, and ATE shall be entitled to compensation for any satisfactory work completed on such documents or other materials. Notwithstanding the above, ATE shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of Con- tract by ATE and the City may withhold any payments to ATE for the purpose to set off until such time as the exact amount of damages from ATE is determined. 2 10. Termination for Convenience of the City'(aue to lack of funds for this project) The City may terminate this Contract at any time due to lack of funds for this project by giving written notice to ATE of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. In that event, all finished or unfinished documents and other materials, or copies thereof, as described in Paragraph 9 above, shall, at the option of the City become its property. If the Contract is terminated by the City as provided herein, ATE will be paid an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services to ATE covered by this Contract, less payments of compensation previously made: Provided, however, that if less than 60 percent of the services covered by this Contract have been performed upon the effective date of such termination. ATE shall be reimbursed (in addition to the above payment) for that portion of the actual out. - of- pocket expenses (not otherwise reimbursed tinder this Contract) in- curred by ATE during the Contract period which are directly attributable to the uncompleted portion of the services covered by this Contract. If this Contract is terminated due to the fault of ATE, Section 9 hereof relative to termination shall apply. 11. Changes.. The City may, from time to time, require changes in the scope of services of ATE to be performed hereunder. Such changes including any increase or decrease in the amount of ATE's compensation, which are mutually agreed upon by and between the City and ATE, shall be incorpo- rated in written amendments to this Contract. 12. Indemnification. ATE shall save, keep, bear harmless, and fully indem- nify the City, including any and all of its officers, representatives, agents, servants or employees from and against claims, losses, damages and expenses, whether direct or indirect, to which they or any of them may be put or subjected by reason of any damage, loss and injury to persons or property caused by or resulting from or in connection with any act, action, neglect, ommission or failure to act when under a duty to act on the part of the consultant, its subcontractors, employees or agents in performance of the work hereunder. In addition to any other remedy authorized by law, so much of the money due the. consultant under this Contract as.shall reasonably be considered necessary by the City may be retained until disposition has been made of any claim for damages. The City hereby agrees to indemnify and hold harmless ATE, its agents, servants.and employees from any and all claims, actions or judgements, including the costs of processing said claim, action or judgement or attendant with said claim, action_or judgement, including, but not limited to attorney fees, which any third party might exert or attempt to exert against ATE, its agents, servants.or employees, growing out of services performed by ATE under this agreement. It is specifically understood that the City shall totally indemnify ATE from any liability to a third party who initiates any claim for property damage or personal injury by reason of the third party's injury by the vehicle inspected, including costs above described, except as provided in Section 12, paragraph 1. 5 13. Insurance. ATE agrees that the consultant s firm is adequately in- sured against losses that might arise as a result of work specified in this Contract. This insurance includes, but is not limited to Workmen's Compensation, Public Liability,and Automobile Liability Insurance. ATE further agrees to obtain a duly executed Certificate of Insurance if such is requested by the City at any time during this Contract. 14. Warranties. The Contractor warrants that it will perform all of the services it contracted to perform as written in this agreement for and on behalf of the City and only that, and that any warranty, express or implied is personal to the City and does not run to the benefit of, or in favor of any third party and that indemnification by the City of the Contractor for any third party's liability is as. set out in Paragraph 12 above. is. Equal Employment Opportunity. In connection with the execution of this Contract, the Contractor shall not discriminate against any employee or applicant for employment because of -race, religion, color, sex or national origin. The Contractor shall take affirma -.' tive action to insure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex or national origin. Such actions shall include, but not limited to the following: employment, upgrading, demotion,or transfer; recruitment or recruitment advertising; layoff or termina- tion; rates of pay or other forms of compensation and selection for training, including apprenticeship. 16. Interest of Public Officials. No member, officer or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this Contract or the proceeds thereof. 17. Assignability. ATE shall not assign any interest in this Contract, and shall not transfer any interest in the same -(whether by assignment or novation), without the prior written consent of the City. Provided, however, that claims for money due or to become due to ATE from the City under this Contract may be assigned to a bank, trust company,or other financial institution without such approval. Notice of any such assignment or transfer shall be furnished.- 18. Interest of ATE. ATE covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Contract. ATE further covenants that in the performance of this Contract no person having any such interest shall be employed. 19. Findings Confidential. Any reports, information, data, etc., given to or prepared or assembled by ATE under this Contract which the City requests to be kept confidential shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 0 20. Interest of Members of Congress. No members or delegates to the Congress of the United States of America, and no resident commis- sioner, shall be admitted to any share or part thereof or any benefit to arise herefrom. 21. Identification of Documents. For format and manner of identification of ATE on all reports, maps and other documents, completed as a part of this Contract, other than documents prepared exclusively for internal use within the City, shall be approved by the City and shall carry the following notation on the same page (or, in the case of maps, in the same block) containing the name of the City. The preparation of this report has been financed in part through a grant from the United States Department of Transportation under the provisions of Section 3 of the Urban Mass Transportation Act of 1964. ...together with the date (month and year) the document was prepared and the name of the planning area concerned. The following statement shall be contained in the credit sheets of any publication prepared by ATE: "The opinion, findings and conslusions expressed in this publi- cation are those of the author and not necessarily those of the City of Santa Monica or the United States Department of Trans - portation, Urban Mass Transportation Administration." 22.. Copyright. No reports, maps,or other documents produced in whole or in part under this Contract shall be the subject of any application for copyright by or on behalf of ATE. 23.. Ownership of Documents. While this Contract and any subsequent amendments are in force, all original documents and calculations produced by ATE in performing the services herein set forth shall become the property of the City. However, ATE shall have the right to retain a copy of its work products. 24:. Progress Reports. ATE shall in addition to requirements stated in Paragraph 3 (Scope of Services), submit brief monthly progress reports to the City followed by a conference to be held at the City offices. Such reports shall include, but not be limited to, the cumulative percentage of the overall task and major subtasks thereunder, identi- fication of any delaying factors, and.a brief statement of findings to the date of reporting and interview recommendations, if any, based therein. 25. Audit and Inspection of Records. ATE shall permit the authorized he Cit representatives o£ ty to inspect and audit all data and records of ATE relating to its performance under this Contract. 26. Minority Business Enterprise. In connection with the performance of this Contract,.the Contractor will cooperate with the City in meeting its commitments and goals with regard to the maximum utilization of minority business enterprises and will use its best efforts to insure 7 that minority business enterprises shall have the maximum practi- cable opportunity to compete for subcontract work under this Contract. IN WITNESS WHEREOF, the parties have executed this Contract on the date set forth above. ATTEST Joyce Snider City Clerk WITNESS: /f/ (It 0 ETO IRM j lLr R. L. Knickerbocher City Attorney 'Date: 13 yuaou ,k 191q CITY OF SANTA MONICA By: Charles K. McClain City Manager Date: ATE MAN ME AND SERVICE CO. By _ ert E. Prangley Senior Vice Presiden Date Appendix 'A SCOPE OF SERVICES A. TECHNICAL APPROACH The scope of work presented in this proposal addresses the needs of the SNNBL in seeking the services of a qualified consultant to assist in the production line inspection of the thirty- two(32) Advanced Design Buses. Our proposed work is aimed at ensuring that the manufacturer delivers a quality product to the &NMBL. In this capacity, the ATE /Clar- ence Generette team will act to represent the SMMBL in the following - manner: Task I - Preproduction (Off -line) Activities Prior to the actual on -line assembly of the transit coaches, ATE's inspection team will represent the SMBL by being on- .site to conduct a preinspection of materials and component parts to be used on the production line. The majority of this activity will take place at the Flxible plant located in Delaware, Ohio. In addition to the visual inspections of the materials to be used in the SNNBL order, the following sub - assembly operations will be monitored and evaluated: 1) Front and rear axle components 2) Suspension system 3) Fuel tank 4) Heating and air conditioning module 5) Front end assembly 6) Rear bulkhead 7) Passenger seats 8) Engine build -up 9) Welding operations for all sub - .assemblies 10) Wheelchair lift operations 11) Passenger assist configurations (i,e._ grab rails, stanchions, etc.) 12) Farebox components 13) Window inserts and fixtures 14) Special client - related concerns as discussed During this week, provisions will also be made to thoroughly re -. view the contract bus specifications, statement of equals and any other technical documentation bearing on the production and quality of your coaches. A written report will be submitted to the SN901, indicating any specific problems or the lack of thereof and action taken to ensure that problems are rectified before production begins. We recommend that a plant visit be arranged or communications be established during this week for a designated person on your staff to discuss the content and any discrepancies noted in the contract bus specifications with ATE and /or Flxible personnel. Task II - Production Line Inspection ATE will provide on -site production line supervision of the 32 Ad- vanced Design Buses. The actual assembly of all of the component 0 parts into a final product will take place at the Flxible plant in Delaware, Ohio. Mr. Clarence Giuliani, Senior Vice President of ATE, will serve as the technical on -site Project Manager for the complete production run. In addition, Mr. Clarence Generette, President of the Clarence Generette Company, will serve in providing engineering consultation to your staff as well as providing on -site direction to the project tasks. Two full time inspectors will be assigned to this project to per- form the predelivery configuration audit and the visual and measured inspections in accordance with the "Baseline Advanced Design Transit Coach Specifications ", Part III, entitled "Quality Assurance Provisions ". The inspectors will be provided with the checklist of items as pres- cribed by UMTA for each coach in your order for the following areas: 1) Predelivery configuration audit (to be conducted in Task II for one coach) 2) Predelivery - visual and measured inspection (To be conducted in Task II for every coach) 3) Predelivery - road test (to be conducted in Task III for every coach) 4) Post - delivery - visual inspection and road test (to be conducted in Task IV for every coach) Prior to the performance of the predelivery configuration audit and the predelivery visual and measured inspections, ATE will make all of the necessary arrangements to provide the Flxible management staff with sufficient documentation as to discrepancies noted by ATE's in- spection team throughout the entire production run. The Flxible Quality Assurance department will be presented with any and all copies of our documented comments, on a daily basis, regarding discrepancies as noted by ATE's transit coach inspection team. These documents will aid the ATE team in following up on unresolved or open items requiring further attention. It has been our experience that this procedure minimizes the possibility of desirable corrective action not taking place. The ATE Project Manager will review and evaluate the current status and disposition of all noted discrepances on a regular basis to ensure that corrective action is taking place. Task III - Predelivery (Road Tests) Upon completion of the production line, each coach will be oper- ationally tested for road performance in accordance with the Baseline Advanced Design Transit Coach Specifications. Any noted items of a defective nature will be called to the attention of the manufacturer, corrected and documented in the final report. Acceptance of each coach must be mutually acceptable to SNNB4 and to ATE's inspectors. Task IV - Post - Delivery (Visual Inspection and Road Test) We understand that upon completion of all production activities, the thirty -two transit coaches will be delivered directly to SNNBL 7 located in Santa Monica. If considered desirable, ATE will assist the SMMBL in conducting the required visual and measured inspections in accordance with the Baseline Advanced Design Transit Coach Speci- fications.. Specifically, the role to be assumed by ATE will be that of providing on -site product familiarity and inspection guidance to the SMMBL maintenance staff. We firmly believe that the SMMBL main- tenance staff should actively participate in this important task in order to gain and maximize practical "hands -on" experience with this new product, prior to placing the transit coach in street service. Correspondingly, our proposal is based on the premise that ATE will assist the SMMBL in this task to the maximum extent of five (S) work days. ATE stands ready to further negotiate on the appropriate level of effort necessary and /or considered preferable by the SMMBL in the performance of this task. With regard to the road tests to be performed for each transit coach delivered to the centralized location, the SMMBL will be res- ponsible for providing a sufficient area of space to conduct the visual inspections and qualified Transit Coach Drivers to operate the vehicles during the performance of the road testing. This task may be deleted by SMMBL in return for additional preproduction in- spection time. Task V - Verbal Communications and Written Reports Verbal telephone reports will be given to a designated member of your staff at least once weekly by an ATE inspector on -site at the Flxible plant. If necessary, more frequent verbal communications will be made. A final report will be prepared which will summarize the manufacturing history of your coaches on an "exception" basis for each vehicle. The final report will represent a compilation of all of the individual technical comments as noted by each inspection team member. I PKD[NAL AVIATION PC4n[r COST AND PRICE ANLY. - RESEARCH AND DEVELOPMEHT C TRACTS F°... -''—.d Tlti> (ota i> to he u >ed Jn lieu of F.V. For_, 3515 a> Provided uadcr FAPR 2- 15.250 -2 it will be r'URCRASE c>ccutod And>ub.nittrd with ro R_OC[:r NUr3EA P P°>:.1> in rc>'�ome "$couot> to ( >r Pro;n>al >,•• (or L.` c procure- ment of tcxar<h and Cevelopp-tent service > - J� yyour co>t aceou ratted >y>tem doe' not pern t aA"rAN of FFE contract the ou: ch a>in� o!(icc (or further instructions. ADDRESS S F NAME AND ADDRESS a FF ER°R TITLE OF PR OJi CT ATE & Service Co. , Inc. Vine Street, prcduction Line Inspection 617 Vine Street, Suite 800 Services for 32 Model 870 Advanced 'n a521L2 t D;A egn Buses _ ' DETAIL DESCRIPTION ES71"ATED 70'LL NDDRI RA7E /HOUA E571M Al�q C", I. DIRECT LABOR ( P^cifrl Project Manager 48 $21.39 Project Administration $ 1,027 29 J5 86 Production Line Inspector 381 320 12.50 Production Line Inspector ,=1 4 2 Clerical Su ort 500 24 5.75 1 138 I TOTAL DIRECT LABOR:;::::....: ... 2. 046 RUN O_Y (Dam end- syeeify) DEPARTMENT OR COST CENTER BURDEN RATE X BASE = BURDEN is) Corporate 1.196 $1 546 $1 849 Independent Contractor 1 .784 4,500 3,528 TOTAL BURDEN E=:; i::: i:' i`:.,.:,. .'::. :-- :-- :.:;:;`: :::::`.::.:: - 1. DIRECT MATERIAL Reports and Reproductions _ $200 I TOTAL MATERIAL $ 200 4, SPECIAL TESTING lnef.dGr /!<Id wo.A rat Gooemment insta❑ °lions) LL t ?tiiiti[ [p3'ii[3i;SpiE$:;i ? ?, • TOTAL SPECIAL TESTING S. SPECIAL EOUIPMENT f)fd)reel cAarde- sD<eify to £zAi Sil y on Y<v<n e) S.TRAVELpfdir<cteAv..; Ten (10) roundtrips @ $90; 1 trip @ $35 $1,250 - - a. TRANSPORTATION Loca ar en a(�. -` _ - PER DIEM OR $U951STENCE 45 days @ $401 5 days 1 $50 2 050 E' 3.i ti{ E.':{[._'-".'. ?:':..::ii..:�ti'.�: ...........:: : .::........ ' TOTAL TRAVEL I 700 T. CONSULTANTS ((d<nri:Y -Pv /DO,c -rate � _ ( Clarence Generette Company $41331 TOTAL CONSULTANTS -' _- $ 4, 331 e. wRC ONTRACTS (S>r<(f, in £zAibit A on r<v.r,.) s. OTHER DIRECT costs (SD<ci(r (n £ =hibir E on r<v<r. <.<,, -f,in /or°ttr co, tr, if °nr) `II1O' 70TAL DIRECT COST AND BURDEN ELI $19, 654 c t. GENERAL AND ADMINISTRATIVE EXPENSE (Hole 3 o(it <�•. noz, 3, U and 7 $ 247 ir' TOTAL ESTIA•ATED COST $1919()1 IJ. FIXED FEE OR PROFIT (Slob bnriz for or.o Drat in p.oDm off ].0% Of Labor and QVer}leac -+-I 14• $ 1 142 - TOTAL ESTIMATED COST AND FIXED FEE OR PROFIT $21, 043 FAA Form 1<D -� IS -6 >) 4UPER SEDES FAA FOR" )113 -1 Sheet 1 of 2 C91; iT }yoW )i OVEMACAD RATC AND GCH CAAL AND AOMUI 'IT A AT VC A A I C INf OANN710N A. GOi•ERHMENT AUDIT PERFONMED DATE Or AUDIT ACCOUNTING PERIOD COVEnED I U. NAVE AND AODWESS OF OOVEAH"ENT AGENCY NAKIN6 AUDIT See Remarks Below C. DO YOUR CONTNACTS PROVID_ N'_GOTIai ED oVLW- HEAD nATEST .� NO Ej YES (If 7rF, Hens /Llrn(r prl oliatu.( HtIfJ D. (If Ao Co nl ra,n daNr 6r.w eclabli rArd J.rni,A rA, fit M.( inf�r+.a tinpJ DEPARTMEHT Oh COST CENTER RATE BASE TOTAL INDIRECT EXpEHSE POOL BASE FOR TOTAL t 16. EXM IBIT A -SU BC ON-, PACT INFORMATION (lf m>r, epo(r ne ee, nFe W.t AA,NF, tdr pr;fF;n( hem nwn6 rrJ HA4E AND ADD.ZIB OP SU aCOMT WAC TDY(Ifl fUaC Oa TRwCTf:D s OWK BV aCOaY WwCT - - TYPE - AMDu.y t - 17. EXHie)T Is - OTH EM DIRECT COSTS (S}Y if, ff nor, space rcvd, we bran" tAreu, id,e,ir,;n, item n�mbrr) Overhead Remark: ATE Mana ement's overhead has been audited and substantiated during the 1977 calendar year by: 1) Tennessee Department of Transportation; Nashville, TennesseeT� 2) Washinqton Metro olitan Area Transit Authority; Washington, D.C. CERTIFICATE - The )Abor rBtc, And ovcrhtad costs are current And other tstioatad co,U have been detem1 -3 by gcoerally>eetpted accounting pi7- clp)ca Bidder reprexnla: (e) that he 0 bas, M {b» not, tmp)oyed or reta;nt-J any CompAny or person (otA,r IhM a fuJ•t:rae Lana fide employee u.ork;ng solely for the Udder) to sol;cIt or seaule h;, contract, "d (b) that be 0 bas, FXhas not, paid or Ao ctd to pay to any company or person (other Ikon o fLPi -J;mr bona fide employee loork ;ng sot(ly for the bidder) Any lee, eot"is- nion, perctntAge or broker >ge fee, contingent upon or rc�'Oting from The fvard of 1%;s CDOIr ACt, and Agra, to fum;sh ioform a:;oa renting to (a) and (b) above, as requr*ttd by the Conuac6og Dl6cee, ' (iorin[erpretati oW of tfu F,p,ctcnt -lion includ;ng the rrr 'bona fade employee,' Ars (Code of Federal ytcd'fa is ps, 77u, {.{, pore 1 StL ER OP CON T "ACTOR ExPLOYCC t AMDUMOLR QOY[NBae CH7N QoveW sTA'TE INC ORPOAATEO IM Delaware - . EAT 20/79 SIGNATV���jjj AND TITLED UTNy�2CD ALPRESEHTATIVE OF CONTRACT OA � / �./ Robert E. e Pawed Bf t!� Senior Vice President Sheet 2 of 2