REQUEST FOR PROPOSALS: CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES, BIG FLAT ROAD AT HURDYGURY CREEK BRIDGE REPLACEMENT PROJECT Federal Aid Project Number: BRLO 5901(045)

April 1, 2017 County of Del Norte Community Development Department Engineering and Surveying Division 981 H Street, Suite 110 Crescent City, CA 95531 707-464-7229

TABLE OF CONTENTS Introduction

3

Background

3

Scope of Work

4

Services by Others

6

Grant Funding Requirements

7

Proposal Content

7

Submittal of Proposals

9

Evaluation of Proposals

10

Additional Conditions

11

Appendix A – Federal-Aid Notices and Forms

13

Appendix B – Sample Agreement for Professional Services

14

Page 2 of 2 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

INTRODUCTION The County of Del Norte (County) is requesting proposals from licensed professional engineering firms to provide construction management and inspection services associated with construction of the Big Flat Road at Hurdygurdy Creek Bridge Replacement Project (Project). The Project will replace the existing Big Flat Road Bridge over Hurdygurdy Creek near the community of Big Flat (Br. No. 01C0031). Additional information regarding the scope of the Project is contained in the Background section of this Request for Proposals (RFP). The Project is federally funded through the Highway Bridge Program (HBP) with Toll Credits as the matching fund source. These programs are administered by Caltrans. The Project must follow the provisions of the Caltrans Local Assistance Procedures Manual (LAPM), including Chapter 10 Consultant Selection. Proposers are advised that Caltrans audit and review procedures for “Case 1” (consultant contracts of $150,000 or more) described in Chapter 10 of the LAPM will be required before a contract can be executed. BACKGROUND The County awarded a design and environmental contract for the Project to Quincy Engineering, Inc. (Quincy) in April 2012. Quincy has prepared the following documents, which are available on the County’s website at: http://www.co.del-norte.ca.us/departments/community-development-department/engineeringdivision/bid-documents           

NEPA CE (August 6, 2015) CEQA IS/MND (July 1, 2015) Natural Environment Study (NES) (June 2015) Final Foundation Report (May 2016) Draft Initial Site Assessment (August 23, 2012) 90% Project Plans (August 17, 2016) 90% Notice to Bidders and Special Provisions for Big Flat Road at Hurdygurdy Creek Bridge Replacement Project (November 2016) 90% Bid Book (November 2016) USACE Section 404 Permit Application Package (January 2017) RWQCB Section 401 Permit Application Package (January 2017) CA DFW Streambed Alteration Agreement Notification Package (January 2017)

Proposers must utilize the information above to determine environmental and schedule constraints for the Project. The Project is being designed and permitted to remedy problems associated with the existing Hurdygurdy Creek Bridge. The bridge is rated as “structurally deficient” by Caltrans under Federal Highway Administration (FHWA) prescribed inspection criteria. The Project consists of the Construction of a new two-lane bridge over Hurdygurdy Creek. Page 3 of 3 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

The County currently anticipates the following schedule for the RFP and construction: Request for Proposals Released Prepare Proposals Optional Site Visit Requests for Information Deadline Proposals Due Review Proposals Interview Top Firm(s) Contract Negotiations Advertise Construction Contract Award CM Contract Notice to Proceed with CM Award Construction Contract Notice to Proceed with Construction Complete Construction

April 1, 2017 21 days April 18, 2017 at 9:30 AM April 20, 2017 April 25, 2017 at 12:00 PM 3 days May 1, 2017 AM May 1, 2017 PM April 2017 May 9, 2017 May 10, 2017 May 2017 June 2017 October 2017

SCOPE OF WORK The County is seeking proposals from licensed professional engineering firms to provide construction management and inspection services on behalf of the County for construction of the Project. The following summary of the scope of services is not inclusive and is only intended to be used as an indication of the minimum services to be provided in preparing the consultant’s detailed scope of services. It is the County’s expectation that the Scope of Services shall include all work necessary for the completion of the Project, and that no future amendments to a contract would be required. Consultant shall assign a Resident Engineer (RE) who is registered as a Professional Engineer in the State of California for the duration of the Project. The RE shall have relevant bridge construction management experience for a minimum of two bridge projects unless this function is adequately covered by another key staff member. The RE will be the County’s primary representative with the contractor and general public and the party responsible for administering the construction contract and serving as the structure representative for the County. Construction management services shall include, but are not limited to, the following: Project Administration 1. Coordinate with Contractor, design engineer, County, and other parties involved to schedule and conduct the pre-construction conference. 2. Schedule and conduct weekly construction progress meetings. Prepare and distribute meeting minutes and agendas to all attendees. 3. Attend weekly status report meetings with the County to review detailed construction progress and budget status. Page 4 of 4 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

4. Enforce the construction schedule in order to complete the project within the allocated time and schedule. Perform schedule analysis, as needed. 5. Monitor the construction budget and ensure that the project remains within budget, including a detailed tracking of installed and expected quantities of work. 6. Act as RE in the field and comply with all Caltrans requirements, including daily field reporting and weekly statements of working days. 7. Maintain records for all work performed as part of the project in accordance with Caltrans requirements including the preparation of daily reports. 8. Review and respond to product and project submittals and/or coordinate with the design engineer and the County to review project submittals. Maintain a submittal log and track turnaround time to avoid delays. 9. Review and respond to all Requests for Information (RFIs) and/or coordinate with the design engineer to provide responses. Log and track RFI progress. 10. Assist with drafting, reviewing, and negotiation of change orders. 11. Assist with the negotiation of cost proposals. 12. Recommend corrective action for unforeseen issues, if any, to the County and design engineer. 13. Review and resolve notices of potential claims; assisting the County with the review, evaluation and documentation of potential claim issues. 14. Review and verify construction quantities installed. 15. Prepare and assist with processing progress payments. 16. Review and approve SWPPP prepared by Contractor. 17. Monitor activities for the duration of the construction phase, including SWPPP compliance and stormwater management and reporting. 18. Enforce the contract requirements as they pertain to Labor Compliance, Equal Employment Opportunity, Prevailing Wage, and Disadvantaged Business Enterprise according to Caltrans Local Assistance Procedures and all State and federal regulations. 19. Perform environmental awareness trainings and oversee compliance with environmental mitigation measures. 20. Maintain a markup of all changes to the project drawings to be used as an as-built reference. 21. Conduct a final walkthrough with the Contractor and the County, prepare punch lists, and follow up with Contractor and inspector on punch list items. 22. Maintain all original documentation in an electronic organized file system, and make it available to the County for review at any time. Inspection 1. Provide Structure Representative and inspectors for day-to-day on-site observation/inspection of work. Make reasonable efforts to guard against defects and deficiencies in the work of the Contractor and ensure that provisions of the contract documents are being fulfilled. 2. Maintain daily inspection logs, photographs, etc. 3. Monitor project for conformance with plans, traffic control plan, and specifications. 4. Observe the Contractor’s final testing.

Page 5 of 5 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

5. Review and monitor the safety programs developed by the Contractor and as required by OSHA/Cal OSHA. 6. Accept or reject work as necessary. Quality Assurance and Material Testing 1. Ensure effective quality control and quality assurance program. 2. Coordinate required testing stated in the specifications and special inspections as necessary. 3. Consultant shall coordinate, review and recommend mitigation measures as necessary. 4. Perform independent construction surveying checks for all grades and alignments. This surveying is meant to be a check, as the Contractor will be responsible for all construction surveying and staking. Public and Community Relations 1. Provide a representative that is available 24-hours a day for the public to contact with any complaints or problems with the Project. 2. Coordinate with all parties immediately adjacent to the Project for any items of work that may impact access to or use of their property. 3. Report to and assist the County in resolving any complaints from the public regarding the Project. Post Construction 1. Review closeout documents (e.g., maintenance, operational, warranty, etc.) as required in the construction documents, and as submitted by the Contractor at the completion of the work. 2. Prepare Caltrans project closeout package. 3. At the conclusion of the project, the Consultant shall provide the County with a digital copy and original hard copies of all the project records. 4. Perform post construction review and prepare lessons learned documents for future projects. 5. Perform optional service if needed: claim resolution and detailed schedule analysis. SERVICES BY OTHERS The County’s design consultant or one of their subconsultants will be providing the following services during construction of the Project: 1. Prepare resident Engineer’s file containing design information necessary for use during construction, including: a. Quantities b. Estimate c. Notes about any unique issues d. Bridge joint settling calculations Page 6 of 6 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

e. Staking notes for horizontal and vertical control, clearing limits, line and grade offsets, rough and finish grades, slope stakes, drainage facilities, grade breaks, angle points, begin/end bridge points, begin/end of curve points, point of vertical intersection transition points, and roadway improvements at 25-foot maximum intervals. f. 4-scales for setting bridge deck grades g. Foundation reports h. Typical cross sections 2. Foundation Reviews 3. Respond to requests for information submitted by the CM firm. 4. Review shop drawings submitted by the CM firm for post-tensioning, bridge bearings, and pile installations. 5. Diversion Plan Review 6. Concrete Mix Design Review 7. Bridge Demolition Plan Review 8. Shoring Plan Review 9. Falsework Plan Review 10. Camber Strip Calculations 11. Prepare permit updates and update environmental commitment records. 12. Prepare as-built plans at the end of the project using markups provided by CM firm. GRANT FUNDING REQUIREMENTS The Project is federally funded with HBP funds and with Toll Credits as the matching fund source. This project is therefore subject to the provisions of Chapter 10 of the Caltrans LAPM, effective January 2017, including all applicable federal aid requirements. Appendix A contains several forms related to federal aid requirements that must be submitted with the proposal. A Disadvantaged Business Enterprise (DBE) goal of 4.0% has been identified for this contract. The consultant must meet the goal by using DBE firms or document a good faith effort to meet the goal. If the DBE goal is not met, the good faith effort shall be submitted with the proposal and contain all of the information required in Exhibit 15-M of the Caltrans LAPM. The selected consultant may be subject to a pre-award audit. Refer to Section 10.3 of the Caltrans LAPM for information related to the pre-award audit. The cost proposal negotiated and submitted by the successful proposer must be presented in the applicable format (Caltrans Sample Cost Proposal Exhibit 10-H) for the Actual Cost Plus Fixed Fee method of payment for the prime and all subconsultants and must contain a breakdown of all cost components to include: unloaded labor base rate, other direct costs, indirect cost rate, escalation and net fee. The successful proposer will be responsible for meeting all Caltrans requirements for this project. PROPOSAL CONTENT

Page 7 of 7 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

These guidelines are provided for standardizing the preparation and submission of proposals by all consultants for professional services. The intent of these guidelines is to assist consultants in preparation of their proposals, to simplify the review process, and to provide standards to better compare consultants’ proposals. THE COUNTY DISCOURAGES OVERLY LENGTHY PROPOSALS. However, the proposal shall include the following information at a minimum in the order listed: 1. Introductory Letter The introductory (or transmittal) letter shall be addressed to: James Barnts County Engineer County of Del Norte 981 H Street, Suite 110 Crescent City, CA 95531 The letter shall include the consultant’s contact name, mailing address, telephone number, facsimile number, and email address. The letter will address the consultant’s understanding of the services being requested and any other pertinent information the consultant believes should be included. The letter shall indicate any conflicts or non-acceptability of the terms and conditions of the County’s sample Agreement for Professional Services enclosed Appendix B. Proposed deviations and modifications to the contract agreement must be noted in the submittal. Changes to the agreement will not be considered by the County once consultant selection has been completed. The letter shall be signed by the individual authorized to bind the consultant to the proposal. 2. Executive Summary 3. Consultant Information Provide general information about the consultant including company size, location of office(s), years in business, number of staff, etc. Specify the office locations of prime consultant and sub consultants in which work will be performed as part of this project. 4. Description of the Issues The proposal shall include a summary of the consultant’s understanding of the issues confronting the Project, including potential issues which may arise based upon the consultant’s work and experience in other jurisdictions on similar scopes of work. The consultant shall emphasize demonstrated and proven knowledge of the site characteristics, proposed Project Plans, and environmental and schedule constraints. Page 8 of 8 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

5. Methodology The proposal shall include a detailed description of the manner in which tasks described in the “Scope of Work” will be carried out, including an overall work program and schedule. The schedule shall be broken down by task and shall include completion deadlines. 6. Qualifications and Experience Identify key staff and sub consultant(s) proposed to perform the requested services. Describe the responsibilities of the staff’s extent of involvement with the contract and experience. Any changes in key personnel and sub consultants after the award of contract must be approved by the County before the change is made. All key personnel listed are to have current titles and telephone numbers. Three references are to be listed for each sub consultant and key staff member. References will be contacted as part of the selection process. The proposal must clearly describe the consultant’s ability for undertaking and performing the work. The proposal must list projects of very similar nature performed by the proposed project team completed during the past five (5) years. These projects must illustrate the quality, type, and past performance of the project team. Contact names and current telephone numbers are to be provided for references on each project. The projects listed should include the names of staff and other proposed team members involved in the work. 13. Conflict of Interest Statement The consultant shall disclose any financial, business or other relationship with the County that may have an impact upon the outcome of the contract or the construction project. The consultant shall also list current clients who may have a financial interest in the outcome of this contract or the construction project that will follow. The consultant shall disclose any financial interest or relationship with any construction company that might submit a bid on the construction project. 14. Federal and State Requirements Consultant and sub consultants shall meet all federal and state requirements as may be applicable. Consultant should address such requirements in the proposal, including submittal of DBE and other federal aid related forms contained in Appendix A. 15. Work Hours and Fee Estimate The consultant shall submit, along with the proposal, a work hours and fee estimate (based on labor, equipment and materials) in a separate, sealed envelope. SUBMITTAL OF PROPOSALS Page 9 of 9 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

Submit five hard copies and an electronic copy on a CD of the proposal. The hard copies and CD shall be mailed or submitted to the County of Del Norte prior to 12:00 P.M., April 25, 2017. Proposals received after this time and date will not be considered and will be returned to the consultant. Proposals shall be submitted in a sealed package clearly marked “Proposal for Construction Management and Inspection Services, Big Flat Road at Hurdygurdy Creek Bridge Replacement Project” and addressed as follows: Rosanna Bower Assistant Engineer County of Del Norte 981 H Street, Suite 110 Crescent City, CA 95531 Any proposal received prior to the time and date specified above may be withdrawn or modified by written request of the consultant. To be considered, however, the modified proposal must be received prior to 12:00 p.m., April 25, 2017. Unsigned proposals or proposals signed by an individual not authorized to bind the prospective consultant will be rejected. EVALUATION OF PROPOSALS The consultant’s proposal will be evaluated and ranked according to the following criteria: Evaluation Criteria Responsiveness to the Proposal Understanding of Project Qualifications Work Program References

Request

for

Total:

Maximum Score 10 25 25 25 15 100

The evaluation criteria are briefly described as follows: 1. Responsiveness to the Request for Proposal a. Met proposal requirements. 2. Understanding of Project a. Demonstrated familiarity with the project. b. Described issues associated with the project. Page 10 of 10 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

c. Demonstrated familiarity with Caltrans Local Assistance procedures and policies related to the Project. d. Demonstrated familiarity with the Project Plans and environmental documents. 3. Qualifications a. Demonstrated professional experience and organizational, technical, and editorial skills. b. Identified adequate technical resources to perform. c. Demonstrated experience and qualifications of the project manager and key personnel and assurance of their involvement in the project until its completion. 4. Work Program a. Provided a detailed description of the methodology/scope of work to complete the project. b. Demonstrated that resources are available to complete the project. 5. References a. Provided records of performance on similar projects for consultant, project manager, and key staff on similar projects. b. Provided sub consultants’ records of performance on similar projects. An evaluation committee will review and rank the proposals. At the County’s sole discretion one or more consultants may be invited to attend an interview to further the selection process. If held, the interview process would include a brief presentation by the consultant followed by a question and answer period from the interview panel. The County will attempt to negotiate a contract with the top ranked consultant. If an agreement on scope and fee is reached, County staff will recommend that an Agreement for Professional Services be entered into, subject to approval by the Board of Supervisors. If an agreement on scope and fee cannot be reached with the top ranked consultant, the County may elect to enter into negotiations with the second ranked firm. ADDITIONAL CONDITIONS An optional site visit will be held on April 18, 2017 at 9:30 AM at the project site. Addenda to this RFP, if issued, will be sent via email and will be posted on the County’s website at: http://www.co.del-norte.ca.us/departments/community-development-department/engineeringdivision/bid-documents

Page 11 of 11 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

To be included on future email notifications regarding this solicitation, including addenda, it is the prospective consultant’s responsibility to complete a project specific “Request for Inclusion on List of RFP Holders” form available on the above website. Addenda shall be acknowledged in the proposal. This RFP does not commit the County to award a contract, to pay any costs incurred in the preparation of a proposal for this request, or to procure or contract for services. The County reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified firm, or to modify or cancel in part or in its entirety the RFP if it is in the best interests of the County to do so. The prospective consultant is advised that should this RFP result in recommendation for award of a contract, the contract will not be in force until it is approved and fully executed by the County. All products used or developed in the execution of any contract resulting from this RFP will remain in the public domain at the completion of the contract. Compensation under any contract resulting from this RFP will be on an Actual Cost-Plus-Fixed Fee basis in accordance with Chapter 10 of the Caltrans LAPM. The consultant will begin work immediately upon execution of an Agreement for Professional Service by the County. A sample of the County’s Agreement for Professional Services required for this project is attached herewith as Appendix B. The consultant shall adhere to the provisions of this agreement. The consultant shall advise the County in their proposal of any provisions for which they have alternative wording or any provisions which they cannot accept. Any questions related to this RFP shall be submitted in writing to the attention of Rosanna Bower via email at [email protected], or mailed to the address shown in the Submittal of Proposals section of this RFP. Requests for Information shall be received on or before April 20, 2017.

Page 12 of 12 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

APPENDIX A – FEDERAL-AID NOTICES AND FORMS The following exhibit from the Caltrans LAPM is hereby included in this proposal. Proposers shall utilize the information to develop the proposal: 

Exhibit 10-I: Notice to Proposers DBE Information

The following exhibits from the Caltrans LAPM are hereby included in this proposal. Proposers shall fill out and attach the following forms with the proposal: 

Exhibit 10-Q: Disclosure of Lobbying Activities

The following exhibits from the Caltrans LAPM are hereby included in this proposal. Proposers shall fill out and attach the following forms with the proposal in a separate sealed envelope.   

Exhibit 10-H: Sample Cost Proposal Exhibit 10-K: Consultant Certification of Contract Costs and Financial Management System Exhibit 10-O1: Consultant Proposal DBE Commitment

The following exhibits from the Caltrans LAPM are hereby included in this proposal. The following forms must be completed at end of final contract negotiations and prior to execution of the Agreement for Professional Services. 

Exhibit 10-O2: Consultant Contract DBE Commitment

Page 13 of 13 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

Local Assistance Procedures Manual

EXHBIT 10-Q Disclosure of Lobbying Activities

EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352

1. Type of Federal Action: a. b. c. d. e. f. 4.

2. Status of Federal Action:  a. bid/offer/application b. initial award c. post-award

contract grant cooperative agreement loan loan guarantee loan insurance

a. initial b. material change For Material Change Only: year ____ quarter _________ date of last report __________

Name and Address of Reporting Entity Prime

5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime:

Subawardee Tier _______ , if known

Congressional District, if known 6.

3. Report Type:

Congressional District, if known

Federal Department/Agency:

7. Federal Program Name/Description: CFDA Number, if applicable ____________________

8.

Federal Action Number, if known:

9. Award Amount, if known:

10.

Name and Address of Lobby Entity

11. Individuals Performing Services including address if different from No. 10a (If individual, last name, first name, MI)

(If individual, last name, first name, MI)

(attach Continuation Sheet(s) if necessary) 12.

Amount of Payment (check all that apply) $ _____________

actual

14.

Type of Payment (check all that apply)

planned

a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, specify _________________________

13.

Form of Payment (check all that apply): a. cash b. in-kind; specify: nature _______________ Value _____________

15.

Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11:

16.

Continuation Sheet(s) attached:

Yes

No

(attach Continuation Sheet(s) if necessary)

17. Information requested through this form is authorized by Title

31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

Signature: ________________________________________ Print Name: _______________________________________ Title: ____________________________________________ Telephone No.: ____________________ Date: ___________ Authorized for Local Reproduction Standard Form - LLL

Federal Use Only: Standard Form LLL Rev. 04-28-06

Distribution: Orig- Local Agency Project Files

LPP 13-01

Page 1 May 8, 2013

Local Assistance Procedures Manual

EXHBIT 10-Q Disclosure of Lobbying Activities

INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity 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 a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1.

Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action.

2.

Identify the status of the covered federal action.

3.

Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action.

4.

Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants.

5.

If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known.

6.

Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard.

7.

Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments.

8.

Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001."

9.

For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5.

10. Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. 11. Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (Ml). 12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 13. Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 14. Check all boxes that apply. If other, specify nature. 15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 16. Check whether or not a continuation sheet(s) is attached. 17. The certifying official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SFLLL-Instructions Rev. 06-04

LPP 13-01

Page 2 May 8, 2013

Local Assistance Procedures Manual

EXHIBIT 10-H Sample Cost Proposal

EXHIBIT 10-H SAMPLE COST PROPOSAL (EXAMPLE #1)

Page 1 of 2

ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Note: Mark-ups are Not Allowed

Consultant ____________________________________ Contract No. ______________ Date _______________ DIRECT LABOR Classification/Title

Name

Hours

Actual Hourly Rate

Total

_______________

____________________________

________

$ _____________

0.00 $ _____________

_______________

____________________________

________

$ _____________

0.00 $ _____________

_______________

____________________________

________

$ _____________

0.00 $ _____________

_______________ _______________

____________________________ ____________________________

________ ________

$ _____________ $ _____________

0.00 $ _____________ 0.00 $ _____________

LABOR COSTS a) Subtotal Direct Labor Costs b) Anticipated Salary Increases (see page 2 for sample)

0.00 $ _______________ $ _______________ 0.00

0.00 c) TOTAL DIRECT LABOR COSTS [(a) + (b)] $ _______________ FRINGE BENEFITS d) Fringe Benefits (Rate: 0.00% ______)

e) TOTAL FRINGE BENEFITS 0.00 [(c) x (d)] $ _______________

INDIRECT COSTS 0.00% f) Overhead (Rate: ______) h) General and Administrative (Rate: 0.00% ______)

0.00 g) Overhead [(c) x (f)] $ _______________ i) Gen & Admin [(c) x (h)] $ _______________ 0.00 0.00 j) TOTAL INDIRECT COSTS [(e) + (g) + (i)] $ _______________

FEE (Profit) 0.00% q) (Rate: ______)

0.00 k) TOTAL FIXED PROFIT [(c) + (j)] x (q)]$ _______________

OTHER DIRECT COSTS (ODC) Description l) Travel/Mileage Costs (supported by consultant actual costs) m) Equipment Rental and Supplies (itemize) n) Permit Fees (itemize), Plan sheets (each), Test Holes (each), etc. o) Subconsultant Costs (attach detailed cost proposal in same format as prime consultant estimate for each subconsultant)

Unit(s)

Unit Cost

Total

_____ _____

$______ $______

0.00 $______________ $______________ 0.00

_____

$______

0.00 $______________

_____

$______

0.00 $______________

0.00 p) TOTAL OTHER DIRECT COSTS [(l) + (m) + (n) + (o)] $ _______________ 0.00 TOTAL COST [(c) + (j) + (k) + (p)] $ _______________ NOTES:  Employees subject to prevailing wage requirements to be marked with an *.  ODC items should be based on actual costs and supported by historical data and other documentation.  ODC items that would be considered “tools of the trade” are not reimbursable.  ODC items should be consistently billed directly to all clients, not just when client will pay for them as a direct cost.  ODC items when incurred for the same purpose, in like circumstances, should not be included in any indirect cost pool or in overhead rate.

LPP 15-01

Page 1 of 5 January 14, 2015

Local Assistance Procedures Manual

EXHIBIT 10-H Sample Cost Proposal

EXHIBIT 10-H SAMPLE COST PROPOSAL (EXAMPLE #1)

Page 2 of 2

ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (SAMPLE CALCULATIONS FOR ANTICIPATED SALARY INCREASES)

Consultant ____________________________________ Contract No.______________ Date _______________ 1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours) Total Hours per Cost Proposal

Direct Labor Subtotal per Cost Proposal _______________

Avg Hourly Rate

_______________

=

5 Year Contract Duration Year 1 Avg Hourly Rate

2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)

Year 1 Year 2 Year 3 Year 4

Avg Hourly Rate _______________ _______________ _______________ _______________

+ + + +

Proposed Escalation _______________ 0.00% _______________ 0.00% _______________ 0.00% _______________ 0.00%

= = = =

_______________ _______________ _______________ _______________

____________________ ____________________ ____________________ ____________________

3. Calculate estimated hours per year (Multiply estimate % each year by total hours)

Year 1 Year 2 Year 3 Year 4 Year 5 Total

Estimated % Completed Each Year _______________ 0.0% _______________ 0.0% _______________ 0.0% _______________ 0.0% _______________ 0.0% _______________ 0%

* * * * *

Total Hours per Cost Proposal _______________ _______________ _______________ _______________ _______________ _______________

= = = = = =

Total Hours per Year 0 0 0 0 0

____________________ ____________________ ____________________ ____________________ ____________________

4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)

Year 1 Year 2 Year 3 Year 4 Year 5

Avg Hourly Rate Estimated hours (calculated above) (calculated above) 0 _______________ * _______________ _______________ * _______________ 0 _______________ * _______________ 0 0 _______________ * _______________ 0 _______________ * _______________ Total Direct Labor Cost with Escalation Direct Labor Subtotal before Escalation Estimated total of Direct Labor Salary Increase

= = = = = = = =

Cost per Year $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00

____________________ ____________________ ____________________ ____________________ ____________________

Transfer to Page 1 0.00

NOTES:  This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a breakdown of the labor to be performed each year.  An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)  This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.

$ 0.00

LPP 15-01

Page 2 of 5 January 14, 2015

Local Assistance Procedures Manual

EXHIBIT 10-H Sample Cost Proposal

EXHIBIT 10-H SAMPLE COST PROPOSAL (EXAMPLE #2)

Page 1 of 2

SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) Note: Mark-ups are Not Allowed

Consultant or Subconsultant ____________________________________________________ Contract No. _________________ Date _______________

Fringe Benefit 0.00%

+

(= 0% if Included in OH)

Overhead

0.00%

+

General Administration 0.00% = 0.00% Combined Indirect Cost Rate (ICR)

(= 0% if Included in OH)

FEE = BILLING INFORMATION Name/Job Title/Classification1

Hourly Billing Rates2 Straight OT(1.5x) OT(2x)

0.00%

_____________

CALCULATION INFORMATION Effective date of hourly rate From To

Actual or Avg. hourly rate3

% or $ increase

Hourly range for classifications only

0.00% 0.00%

0.00% 0.00% 0.00%

0.00% 0.00% 0.00%

0.00% 0.00% 0.00%

0.00% 0.00% 0.00% 0.00%

0.00% 0.00%

1. 2. 3.

Names and classifications of consultant (key staff) team members must be listed. Provide separate sheets for prime and all subconsultant firms. Billing rate = actual hourly rate * (1+ ICR) * (1+ Fee). Agreed upon billing rates are not adjustable for the term of contract. For named employees enter the actual hourly rate. For classifications only, enter the Average Hourly Rate for that classification.

NOTES:  

Denote all employees subject to prevailing wage with an asterisks (*) For “Other Direct Cost” listing, see page 2 of this Exhibit

LPP 15-01

Page 3 of 5 January 14, 2015

Local Assistance Procedures Manual

EXHIBIT 10-H Sample Cost Proposal

EXHIBIT 10-H SAMPLE COST PROPOSAL (EXAMPLE #2)

Page 2 of 2

SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS)

Consultant or Subconsultant ____________________________________________________ Contract No. _________________ Date _______________

SCHEDULE OF OTHER DIRECT COST ITEMS PRIME CONSULTANT DESCRIPTION OF ITEMS

UNIT

UNIT COST

PRIME TOTAL ODCs =

SUBCONSULTANT #1 TOTAL

DESCRIPTION OF ITEMS

UNIT

UNIT COST

SUBCONSULTANT #2 TOTAL

DESCRIPTION OF ITEMS

UNIT

UNIT COST

TOTAL

$ 0.00

$ 0.00

$ 0.00 $ 0.00 $ 0.00 $ 0.00

$ 0.00 $ 0.00 $ 0.00 $ 0.00

$ 0.00 $ 0.00 $ 0.00

$ 0.00 $ 0.00 $ 0.00

$ 0.00 $ 0.00 $ 0.00

$ 0.00 $ 0.00 $ 0.00

$ 0.00 $ 0.00 $ 0.00

$ 0.00 $ 0.00 $ 0.00

SUBCONSULTANT #1 ODCs =

$ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00

SUBCONSULTANT #2 ODCs =

IMPORTANT NOTES: 1. 2. 3. 4. 5. 6. 7. 8.

List direct cost items with estimated costs. These costs should be competitive in their respective industries and supported with appropriate documentations. Proposed items should be consistently billed directly to all clients (Commercial entities, Federal Govt., State Govt., and Local Govt. Agency), and not just when the client will pay for them as a direct cost. Items when incurred for the same purpose, in like circumstance, should not be included in any indirect cost pool or in the overhead rate. Items such as special tooling, will be reimbursed at actual cost with supporting documentation (invoice). Items listed above that would be considered "tools of the trade" are not reimbursable as other direct cost. Travel related costs should be pre-approved by the contracting agency. If mileage is claimed, the rate should be properly supported by the consultant's calculation of their actual costs for company vehicles. In addition, the miles claimed should be supported by mileage logs. If a consultant proposes rental costs for a vehicle, the company must demonstrate that this is their standard procedure for all of their contracts and that they do not own any vehicles that could be used for the same purpose.

LPP 15-01

Page 4 of 5 January 14, 2015

Local Assistance Procedures Manual

EXHIBIT 10-H Sample Cost Proposal

EXHIBIT 10-H SAMPLE COST PROPOSAL (EXAMPLE #3) COST PER UNIT OF WORK CONTRACTS (GEOTECHNICAL AND MATERIAL TESTING) Note: Mark-ups are Not Allowed

Consultant ____________________________________ Contract No.______________ Date ______________ Page ___ of ___

Unit/Item of Work: (Example: Log of Test Boring for Soils Report, or ADL Testing for Hazardous Waste Material Study) Include as many Items as necessary. DIRECT LABOR

Hours

Hourly Billing Rate ($)

Total ($)

Professional (Classification)

_________

_________

$ 0.00 _________

Sub-professional/Technical*

_________

_________

$ 0.00 _________

_________

_________

$ 0.00 _________

Description

Unit(s)

Unit Cost

Mobilization/De-mobilization

_____

$________

$ 0.00 _________

Supplies/Consumables (Itemize)

______

$_________

$ 0.00 _________

Travel/Mileage

______

$_________

$ 0.00 _________

Report (if applicable)

______

$_________

$ 0.00 _________

EQUIPMENT (with Operator)

OTHER DIRECT COST

TOTAL COST PER UNIT OF WORK

$ 0.00 _________

NOTES:  Denote labor subject to prevailing wage with asterisk (*).  Hourly billing rates should include prevailing wage rates and be consistent with publicly advertised rates charged to all clients (Commercial, Private or Public).  Hourly billing rates include hourly wage rate, net fee/profit, indirect cost rate, and actual direct equipment rate.  Mobilization/De-mobilization is based on site location and number and frequency of tests/items.  ODC items should be based on actual costs and supported by historical data and other documentation.  ODC items that would be considered “tools of the trade” are not reimbursable.

LPP 15-01

Page 5 of 5 January 14, 2015

Local Assistance Procedures Manual

EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System

EXHIBIT 10-K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL MANAGEMENT SYSTEM (Note: If requesting to utilize the Safe Harbor Indirect Cost Rate submit Attachment 1 of DLA-OB 13-07 - Safe Harbor Indirect Cost Rate for Consultant Contracts found at http://www.dot.ca.gov/hq/LocalPrograms/DLA_OB/DLA_OB.htm in lieu of this form.)

Certification of Final Indirect Costs: Consultant Firm Name: _____________________________________________________ Indirect Cost Rate: _______________ * for fiscal period _____________________________________ *Fiscal period covered for Indirect Cost Rate developed (not the contract period). Local Government: ____________________________________ Contract Number: _______________________

Project Number: _________________________

I, the undersigned, certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief: 1. All costs included in this proposal to establish final Indirect Cost Rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of Title 48, Code of Federal Regulations (CFR), Part 31. 2. This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR, Part 31. All known material transactions or events that have occurred affecting the firm’s ownership, organization, and Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above. Certification of Financial Management System: I, the undersigned, certify to the best of my knowledge and belief that our Financial Management System meets the standards for financial reporting, accounting records, internal and budget control as set forth in the FAR of Title 49, CFR, Part 18.20 to the extent applicable to Consultant. Certification of Dollar Amount for all A&E Contracts: I, the undersigned, certify that the approximate dollar amount of all A&E contracts awarded by Caltrans or a California local agency to this firm within the last three (3) calendar years for all State DOT and Local Agencies is $________________________ and the number of states in which the firm does business is ________. Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are reasonable, allowable and allocable to the contract in accordance with the cost principles of the FAR of Title 48, CFR, Part 31. Allowable direct costs to a Government contract shall be:

LPP 15-01

Page 1 of 2 January 14, 2015

Local Assistance Procedures Manual

EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System

1. Compliant with Generally Accepted Accounting Principles (GAAP) and standards promulgated by the Cost Accounting Standards Board (when applicable). 2. Compliant with the terms of the contract and is incurred specifically for the contract. 3. Not prohibited by 23 CFR, Chapter 1, Part 172 – Administration of Engineering and Design Related Service Contracts to the extent requirements are applicable to Consultant. All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files. Subconsultants (if applicable) Proposed Contract Amount (or amount not to exceed if on-call contract): $ ____________________ Prime Consultants (if applicable) Proposed Total Contract Amount (or amount not to exceed if on-call contract): $ ________________ Prime, list all subconsultants and proposed subcontract dollar amounts (attach additional page if necessary): _______________________________________ _______________________________________ _______________________________________ _______________________________________ _______________________________________

$_____________________ $_____________________ $_____________________ $_____________________ $_____________________

Consultant Certifying (Print Name and Title): Name: ________________________________________________________________________ Title: _________________________________________________________________________ Consultant Certification Signature **: ______________________________________________ Date of Certification (mm/dd/yyyy): _______________________ Consultant Contact Information: Email: ______________________________________________________________ Phone number: _______________________________________

**An individual executive or financial officer of the consultant’s organization at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract. Note: Per 23 U.S.C. 112(b)(2)(B), Subconsultants must comply with the FAR Cost Principles contained in 48 CFR, Part 31. 23 CFR Part 172.3 Definitions state: Consultant means the individual or firm providing engineering and design related services as a party to the contract. Therefore, subconsultants as parties of a contract must complete a certification and send originals to A&I and keep copies in Local Agency Project Files.

Distribution:

LPP 15-01

1) Original to Caltrans Audits and Investigations 2) Retained in Local Agency Project Files

Page 2 of 2 January 14, 2015

Local Assistance Procedures Manual

Exhibit 10-O1 Consultant Proposal DBE Commitment

EXHIBIT 10-O1 CONSULTANT PROPOSAL DBE COMMITMENT

1. Local Agency:

2. Contract DBE Goal:

3. Project Description: 4. Project Location: 6. Prime Certified DBE: 

5. Consultant's Name:

7. Description of Work, Service, or Materials Supplied

8. DBE Certification Number

9. DBE Contact Information

10. DBE %

Local Agency to Complete this Section 17. Local Agency Contract Number:

11. TOTAL CLAIMED DBE PARTICIPATION

%

18. Federal-Aid Project Number: 19. Proposed Contract Execution Date: Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate.

IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Written confirmation of each listed DBE is required.

20. Local Agency Representative's Signature

21. Date

12. Preparer's Signature

13. Date

22. Local Agency Representative's Name

23. Phone

14. Preparer's Name

15. Phone

24. Local Agency Representative's Title

16. Preparer's Title

DISTRIBUTION: Original – Included with consultant’s proposal to local agency.

ADA Notice:

For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 6543880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

Page 1 of 2 July 23, 2015

Local Assistance Procedures Manual

Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS – CONSULTANT PROPOSAL DBE COMMITMENT CONSULTANT SECTION 1. Local Agency - Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc.). 4. Project Location - Enter the project location as it appears on the project advertisement. 5. Consultant’s Name - Enter the consultant’s firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 8. DBE Certification Number - Enter the DBE’s Certification Identification Number. All DBEs must be certified on the date bids are opened. 9. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants. Also, enter the prime consultant’s name and phone number, if the prime is a DBE. 10. DBE % - Percent participation of work to be performed or service provided by a DBE. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 11. Total Claimed DBE Participation % - Enter the total DBE participation claimed. If the total % claimed is less than item “Contract DBE Goal,” an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 12. Preparer’s Signature - The person completing the DBE commitment form on behalf of the consultant’s firm must sign their name. 13. Date - Enter the date the DBE commitment form is signed by the consultant’s preparer. 14. Preparer’s Name - Enter the name of the person preparing and signing the consultant’s DBE commitment form. 15. Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form. 16. Preparer’s Title - Enter the position/title of the person signing the consultant’s DBE commitment form. LOCAL AGENCY SECTION 17. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 18. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 19. Proposed Contract Execution Date - Enter the proposed contract execution date. 20. Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 21. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 22. Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the consultant’s DBE commitment form. 23. Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form. 24. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the consultant’s DBE commitment form.

Page 2 of 2 July 23, 2015

Local Assistance Procedures Manual

Exhibit 10-O2 Consultant Contract DBE Commitment

EXHIBIT 10-O2 CONSULTANT CONTRACT DBE COMMITMENT

1. Local Agency:

2. Contract DBE Goal:

3. Project Description: 4. Project Location: 6. Prime Certified DBE: 

5. Consultant's Name: 8. Total Dollar Amount for ALL Subconsultants:

7. Total Contract Award Amount:

9. Total Number of ALL Subconsultants:

11. DBE Certification Number

10. Description of Work, Service, or Materials Supplied

13. DBE Dollar Amount

12. DBE Contact Information

Local Agency to Complete this Section $

20. Local Agency Contract Number: 21. Federal-Aid Project Number:

14. TOTAL CLAIMED DBE PARTICIPATION %

22. Contract Execution Date: Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate.

IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Written confirmation of each listed DBE is required.

23. Local Agency Representative's Signature

24. Date

15. Preparer's Signature

16. Date

25. Local Agency Representative's Name

26. Phone

17. Preparer's Name

18. Phone

27. Local Agency Representative's Title

19. Preparer's Title

DISTRIBUTION: 1. Original – Local Agency 2. Copy – Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract.

ADA Notice:

For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 6543880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

Page 1 of 2 July 23, 2015

Local Assistance Procedures Manual

Exhibit 10-O2 Consultant Contract DBE Commitment

INSTRUCTIONS – CONSULTANT CONTRACT DBE COMMITMENT CONSULTANT SECTION 1. Local Agency - Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 4. Project Location - Enter the project location as it appears on the project advertisement. 5. Consultant’s Name - Enter the consultant’s firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Total Contract Award Amount - Enter the total contract award dollar amount for the prime consultant. 8. Total Dollar Amount for ALL Subconsultants – Enter the total dollar amount for all subcontracted consultants. SUM = (DBEs + all Non-DBEs). Do not include the prime consultant information in this count. 9. Total number of ALL subconsultants – Enter the total number of all subcontracted consultants. SUM = (DBEs + all Non-DBEs). Do not include the prime consultant information in this count. 10. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 11. DBE Certification Number - Enter the DBE’s Certification Identification Number. All DBEs must be certified on the date bids are opened. 12. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants. Also, enter the prime consultant’s name and phone number, if the prime is a DBE. 13. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 14. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the “DBE Dollar Amount” column. %: Enter the total DBE participation claimed (“Total Participation Dollars Claimed” divided by item “Total Contract Award Amount”). If the total % claimed is less than item “Contract DBE Goal,” an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 15. Preparer’s Signature - The person completing the DBE commitment form on behalf of the consultant’s firm must sign their name. 16. Date - Enter the date the DBE commitment form is signed by the consultant’s preparer. 17. Preparer’s Name - Enter the name of the person preparing and signing the consultant’s DBE commitment form. 18. Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form. 19. Preparer’s Title - Enter the position/title of the person signing the consultant’s DBE commitment form. LOCAL AGENCY SECTION 20. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 21. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 22. Contract Execution Date - Enter the date the contract was executed. 23. Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 24. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 25. Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the consultant’s DBE commitment form. 26. Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form. 27. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the consultant’s DBE commitment form. Page 2 of 2 July 23, 2015

APPENDIX B – SAMPLE AGREEMENT FOR PROFESSIONAL SERVICES

Page 14 of 14 RFP Construction Management and Inspection Services Big Flat Road at Hurdygurdy Creek Bridge Replacement Project

AGREEMENT FOR PROFESSIONAL SERVICES Big Flat Road at Hurdygurdy Creek Bridge Replacement Project Construction Management and Inspection Services ARTICLE I. INTRODUCTION A. This contract is between the following named, hereinafter referred to as, Consultant and the following named, hereinafter referred to as, County: The name of the “Consultant” is as follows: Click here to enter text. Click here to enter text. Click here to enter text. Incorporated in the State of (NAME OF STATE) The Project Manager for the “Consultant” will be (NAME) The name of the “County” is as follows: County of Del Norte 981 H Street, Suite 110 Crescent City, CA 95531 A legal subdivision of the State of California The Contract Administrator for “County” will be Rosanna Bower B. The work to be performed under this contract is described in Article II entitled Statement of Work and the approved Consultant’s Cost Proposal dated (DATE). The approved Consultant’s Cost Proposal is attached hereto (Attachment A) and incorporated by reference. If there is any conflict between the approved Cost Proposal and this contract, this contract shall take precedence. C. Consultant agrees to indemnify and hold harmless County, its officers, agents, and employees from any and all claims, demands, costs, or liability arising from or connected with the services provided hereunder due to negligent acts, errors, or omissions of Consultant. Consultant will reimburse County for any expenditure, including reasonable attorney fees, incurred by County in defending against claims ultimately determined to be due to negligent acts, errors, or omissions of Consultant. D. Consultant and the agents and employees of Consultant, in the performance of this contract, shall act in an independent capacity and not as officers or employees or agents of County. E. Without the written consent of County, this contract is not assignable by Consultant either in whole or in part.

Page 1 of 21

F. No alteration or variation of the terms of this contract shall be valid, unless made in writing and signed by the parties hereto; and no oral understanding or agreement not incorporated herein, shall be binding on any of the parties hereto. G. The consideration to be paid to Consultant as provided herein, shall be in compensation for all of Consultant’s expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so provided. ARTICLE II. STATEMENT OF WORK The Consultant shall furnish the following services in a professional manner. The Scope of Services is attached as Attachment B. ARTICLE III. CONSULTANT’S REPORTS OR MEETINGS A. Consultant shall submit progress reports at least once a month. The report should be sufficiently detailed for the Contract Administrator to determine, if Consultant is performing to expectations, or is on schedule; to provide communication of interim findings, and to sufficiently address any difficulties or special problems encountered, so remedies can be developed. B. Consultant’s Project Manager shall meet with County’s Contract Administrator, as needed, to discuss progress on the contract. ARTICLE IV. PERFORMANCE PERIOD A. This contract shall go into effect on DATE, contingent upon approval by County, and Consultant shall commence work after notification to proceed by County’s Contract Administrator. The contract shall end on DATE, unless extended by contract amendment. B. Consultant is advised that any recommendation for contract award is not binding on County until the contract is fully executed and approved by County. ARTICLE V. ALLOWABLE COSTS AND PAYMENTS A. The method of payment for this contract will be based on actual cost plus a fixed fee. County will reimburse Consultant for actual costs (including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs) incurred by Consultant in performance of the work. Consultant will not be reimbursed for actual costs that exceed the estimated wage rates, employee benefits, travel, equipment rental, overhead, and other estimated costs set forth in the approved Consultant’s Cost Proposal, unless additional reimbursement is provided for by contract amendment. In no event, will Consultant be reimbursed for overhead costs at a rate that exceeds County’s approved overhead rate set forth in the Cost Proposal. In the event, that County determines that a change to the work from that specified in the Cost Proposal and contract is required, the contract time or actual costs reimbursable by County shall be adjusted by contract amendment to accommodate the Page 2 of 21

changed work. The maximum total cost as specified in Paragraph “H” shall not be exceeded, unless authorized by contract amendment. B. In addition to the allowable incurred costs, County will pay Consultant a fixed fee of $AMOUNT. The fixed fee is nonadjustable for the term of the contract, except in the event of a significant change in the scope of work and such adjustment is made by contract amendment. C. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. D. When milestone cost estimates are included in the approved Cost Proposal, Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate. E. Progress payments will be made monthly in arrears based on services provided and allowable incurred costs. A pro rata portion of Consultant’s fixed fee will be included in the monthly progress payments. If Consultant fails to submit the required deliverable items according to the schedule set forth in the Statement of Work, County shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination. F. No payment will be made prior to approval of any work, nor for any work performed prior to approval of this contract. G. Consultant will be reimbursed, as promptly as fiscal procedures will permit upon receipt by County’s Contract Administrator of itemized invoices in triplicate. Invoices shall be submitted no later than 45 calendar days after the performance of work for which Consultant is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title. Final invoice must contain the final cost and all credits due County including any equipment purchased under the provisions of Article XI Equipment Purchase of this contract. The final invoice should be submitted within 60 calendar days after completion of Consultant’s work. Invoices shall be mailed to County’s Contract Administrator at the following address: County of Del Norte Community Development Department Rosanna Bower, Contract Administrator 981 H Street, Suite 110 Crescent City, CA 95531 H. The total amount payable by County including the fixed fee shall not exceed $Amount. I. Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by County’s Contract Administrator.

Page 3 of 21

J. For personnel subject to prevailing wage rates as described in the California Labor Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable. ARTICLE VI. TERMINATION A. County reserves the right to terminate this contract upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice. B. County may terminate this contract with Consultant should Consultant fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, County may proceed with the work in any manner deemed proper by County. If County terminates this contract with Consultant, County shall pay Consultant the sum due to Consultant under this contract prior to termination, unless the cost of completion to County exceeds the funds remaining in the contract. In which case the overage shall be deducted from any sum due Consultant under this contract and the balance, if any, shall be paid to Consultant upon demand. C. The maximum amount for which the LOCAL AGENCY shall be liable if this contract is terminated is Click here to enter text. dollars. Section A, Section B, and Section C of this Article shall take precedence over Section D. D. If in the opinion of County, Consultant fails to perform the services required under this Agreement within the time limits specified herein, or otherwise fails to comply with the terms of this Agreement, or violates any ordinance, regulation, or other law which applies to its performance herein, County may terminate this Agreement immediately, upon notice. In such event, County shall pay to Consultant only for the services performed in accordance with this agreement up to and including the date of termination, less the amount of any damages sustained by County as a result of Consultant’s breach of this Agreement. At any time for any reason, upon thirty days written notice to Consultant, County may terminate this Agreement and pay only for those services and material rendered as of the date when termination is effective, however, County shall not in any manner be liable for lost profits which might have been made by Consultant had Consultant completed the services required by this Agreement. The foregoing is cumulative and does not affect any right or remedy which County may have in law or equity. Consultant may terminate its duties under this Agreement upon thirty (30) days written notice to the County if Consultant is not compensated according to the provisions of the Agreement or upon any other material breach of the Agreement by County. These terms are effective until terminated by either party. The County reserves the right, in its sole discretion, to terminate Consultant’s access to any or all of the confidential information and the related services or any portion thereof at any time, without notice.

Page 4 of 21

ARTICLE VII. COST PRINCIPLES AND ADMINISTRATIVE REQUIREMENTS A. Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the cost allowability of individual items B. Consultant also agrees to comply with federal procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. C. Any costs for which payment has been made to Consultant that are determined by subsequent audit to be unallowable under 49 CFR, Part 18 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by Consultant to County. ARTICLE VIII. RETENTIONS OF RECORDS/AUDIT For the purpose of determining compliance with Public Contract Code 10115, et seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the contract pursuant to Government Code 8546.7; Consultant, subconsultants, and County shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The state, State Auditor, County, FHWA, or any duly authorized representative of the Federal Government shall have access to any books, records, and documents of Consultant and it’s certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. ARTICLE IX. AUDIT REVIEW PROCEDURES A. Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement, shall be reviewed by County’s Auditor. B. Not later than 30 days after issuance of the final audit report, Consultant may request a review by County’s Auditor of unresolved audit issues. The request for review will be submitted in writing. C. Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance, in accordance with the terms of this contract. D. Consultant and subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an ICR Audit, or a CPA ICR audit work paper review. If selected for audit or review, the contract, cost proposal and ICR and related work papers, if applicable, will be reviewed to verify

Page 5 of 21

compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Consultant’s responsibility to ensure federal, state, or local government officials are allowed full access to the CPA’s work papers including making copies as necessary. The contract, cost proposal, and ICR shall be adjusted by Consultant and approved by County contract manager to conform to the audit or review recommendations. Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by County at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensure that the federal, state or local governments have access to CPA work papers, will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs. ARTICLE X. SUBCONTRACTING A. Nothing contained in this contract or otherwise, shall create any contractual relation between County and any subconsultant(s), and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder. Consultant agrees to be as fully responsible to County for the acts and omissions of its subconsultant(s) and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by Consultant. Consultant’s obligation to pay its subconsultant(s) is an independent obligation from County’s obligation to make payments to the Consultant. B. Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by County’s Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. C. Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by County. D. All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants. E. Any substitution of subconsultant(s) must be approved in writing by County’s Contract Administrator prior to the start of work by the subconsultant(s). ARTICLE XI. EQUIPMENT PURCHASE A. Prior authorization in writing, by County’s Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order, or subcontract exceeding $5,000 for supplies, equipment, or Consultant services. Consultant shall provide an evaluation of the necessity or desirability of incurring such costs. B. For purchase of any item, service or consulting work not covered in Consultant’s Cost Proposal and exceeding $5,000 prior authorization by County’s Contract Administrator; three

Page 6 of 21

competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. C. Any equipment purchased as a result of this contract is subject to the following: “Consultant shall maintain an inventory of all nonexpendable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $5,000 or more. If the purchased equipment needs replacement and is sold or traded in, County shall receive a proper refund or credit at the conclusion of the contract, or if the contract is terminated, Consultant may either keep the equipment and credit County in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established County procedures; and credit County in an amount equal to the sales price. If Consultant elects to keep the equipment, fair market value shall be determined at Consultant’s expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by County.” 49 CFR, Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the project. ARTICLE XII. STATE PREVAILING WAGE RATES A. Consultant shall comply with the State of California’s General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1770, and all Federal, State, and local laws and ordinances applicable to the work. B. Any subcontract entered into as a result of this contract, if for more than $25,000 for public works construction or more than $15,000 for the alteration, demolition, repair, or maintenance of public works, shall contain all of the provisions of this Article, unless the awarding agency has an approved labor compliance program by the Director of Industrial Relations. C. When prevailing wages apply to the services described in the scope of work, transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination. See http://www.dir.ca.gov. ARTICLE XIII. CONFLICT OF INTEREST A. Consultant shall disclose any financial, business, or other relationship with County that may have an impact upon the outcome of this contract, or any ensuing County construction project. Consultant shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing County construction project, which will follow. B. Consultant hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract.

Page 7 of 21

C. Consultant hereby certifies that neither Consultant, its employees, nor any firm affiliated with Consultant providing services on this project prepared the Plans, Specifications, and Estimate for any construction project included within this contract. An affiliated firm is one, which is subject to the control of the same persons through joint- ownership, or otherwise. D. Consultant further certifies that neither Consultant, nor any firm affiliated with Consultant, will bid on any construction subcontracts included within the construction contract. Additionally, Consultant certifies that no person working under this contract is also employed by the construction contractor for any project included within this contract. E. Except for subconsultants whose services are limited to materials testing, no subconsultant who is providing service on this contract shall have provided services on the design of any project included within this contract. ARTICLE XIV. REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration, either promised or paid to any County employee. For breach or violation of this warranty, County shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; or to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. ARTICLE XV. PROHIBITION OF EXPENDING LOCAL AGENCY STATE OR FEDERAL FUNDS FOR LOBBYING A. Consultant certifies to the best of his or her knowledge and belief that: 1. No state, federal or local agency appropriated funds have been paid, or will be paid byor-on behalf of Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the awarding of any state or federal contract; the making of any state or federal grant; the making of any state or federal loan; the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. 2. If any funds other than federal appropriated funds have been paid, or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this federal contract, grant, loan, or cooperative agreement; Consultant shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions.

Page 8 of 21

B. 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. C. Consultant also agrees by signing this document that he or she shall require that the language of this certification be included in all lower-tier subcontracts, which exceed $100,000 and that all such sub recipients shall certify and disclose accordingly. ARTICLE XVI. STATEMENT OF COMPLIANCE A. Consultant’s signature affixed herein, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Contract, Consultant and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (af) et seq.) and the 5applicable regulations promulgated there under (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (af), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Contract by reference and made a part hereof as if set forth in full. Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. C. The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation – Title 49 Code of Federal Regulations, Part 21 - Effectuation of Title VI of the 1964 Civil Rights Act). Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the state of California shall, on the basis of race, color, national origin, religion, sex, age, disability, be excluded from participation in, denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. D. The Consultant, with regard to the work performed by it during the Agreement shall act in accordance with Title VI. Specifically, the Consultant shall not discriminate on the basis of race, color, national origin, religion, sex, age, or disability in the selection and retention of

Page 9 of 21

Subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the U.S. DOT’s Regulations, including employment practices when the Agreement covers a program whose goal is employment. ARTICLE XVII. DEBARMENT AND SUSPENSION CERTIFICATION A. Consultant’s signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that Consultant has complied with Title 2 CFR, Part 180, “OMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)”, which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to County. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining Consultant responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. C. Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration. ARTICLE XVIII. FUNDING REQUIREMENTS A. It is mutually understood between the parties that this contract may have been written before ascertaining the availability of funds or appropriation of funds, for the mutual benefit of both parties, in order to avoid program and fiscal delays that would occur if the contract were executed after that determination was made. B. This contract is valid and enforceable only, if sufficient funds are made available to County for the purpose of this contract. In addition, this contract is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress, State Legislature, or County governing board that may affect the provisions, terms, or funding of this contract in any manner. C. It is mutually agreed that if sufficient funds are not appropriated, this contract may be amended to reflect any reduction in funds. D. County has the option to void the contract under the 30-day termination clause pursuant to Article VI, or by mutual agreement to amend the contract to reflect any reduction of funds.

Page 10 of 21

ARTICLE XIX. CHANGE IN TERMS A. This contract may be amended or modified only by mutual written agreement of the parties. B. Consultant shall only commence work covered by an amendment after the amendment is executed and notification to proceed has been provided by County’s Contract Administrator. C. There shall be no change in Consultant’s Project Manager or members of the project team, as listed in the approved Cost Proposal, which is a part of this contract without prior written approval by County’s Contract Administrator. ARTICLE XX. PARTICIPATION)

DISADVANTAGED

BUSINESS

ENTERPRISES

(DBE

A. This contract is subject to 49 CFR, Part 26 entitled “Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs”. Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal. B. The goal for DBE participation for this contract is Click here to enter text.%. Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1), or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part of the Contract. If a DBE subconsultant is unable to perform, Consultant must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. C. DBEs and other small businesses, as defined in 49 CFR, Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds. Consultant or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Consultant shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of US DOT-assisted agreements. Failure by Consultant 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 County deems appropriate. D. Any subcontract entered into as a result of this contract shall contain all of the provisions of this section. E. A DBE firm may be terminated only with prior written approval from County and only for the reasons specified in 49 CFR 26.53(f). Prior to requesting County consent for the termination, Consultant must meet the procedural requirements specified in 49 CFR 26.53(f). F. A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a CUF, the DBE must also be responsible with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing

Page 11 of 21

G.

H.

I.

J.

K.

(where applicable) and paying for the material itself. To determine whether a DBE is performing a CUF, evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the, contract is commensurate with the work it is actually performing, and other relevant factors. A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. In determining whether a DBE is such an extra participant, examine similar transactions, particularly those in which DBEs do not participate. If a DBE does not perform or exercise responsibility for at least thirty percent (30%) of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of the contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that it is not performing a CUF. Consultant shall maintain records of materials purchased or supplied from all subcontracts entered into with certified DBEs. The records shall show the name and business address of each DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all firms. DBE prime consultants shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. Upon completion of the Contract, a summary of these records shall be prepared and submitted on the form entitled, “Final Report-Utilization of Disadvantaged Business Enterprise (DBE), First-Tier Subconsultants” CEM-2402F [Exhibit 17-F, of the LAPM], certified correct by Consultant or Consultant’s authorized representative and shall be furnished to the Contract Administrator with the final invoice. Failure to provide the summary of DBE payments with the final invoice will result in twenty-five percent (25%) of the dollar value of the invoice being withheld from payment until the form is submitted. The amount will be returned to Consultant when a satisfactory “Final Report-Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subconsultants” is submitted to the Contract Administrator. If a DBE subconsultant is decertified during the life of the contract, the decertified subconsultant shall notify Consultant in writing with the date of decertification. If a subconsultant becomes a certified DBE during the life of the Contract, the subconsultant shall notify Consultant in writing with the date of certification. Any changes should be reported to County’s Contract Administrator within 30 days.

ARTICLE XXI. CONTINGENT FEE Consultant warrants, by execution of this contract that no person or selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees, or bona fide established commercial or selling agencies maintained by Consultant for the purpose of securing business. For breach or violation of this warranty, County has the right to annul this contract without liability; pay only for the value of the work actually performed, or in its discretion to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. ARTICLE XXII. DISPUTES

Page 12 of 21

A. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of County’s Contract Administrator and Community Development Director, who may consider written or verbal information submitted by Consultant. B. Not later than 30 days after completion of all work under the contract, Consultant may request review by County Governing Board of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. C. Neither the pendency of a dispute, nor its consideration by the committee will excuse Consultant from full and timely performance in accordance with the terms of this contract. ARTICLE XXIII. INSPECTION OF WORK Consultant and any subconsultant shall permit County, the state, and the FHWA if federal participating funds are used in this contract; to review and inspect the project activities and files at all reasonable times during the performance period of this contract including review and inspection on a daily basis. ARTICLE XXIV. SAFETY A. Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures. Consultant shall comply with safety instructions issued by County Safety Officer and other County representatives. Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site. B. Pursuant to the authority contained in Section 591 of the Vehicle Code, County has determined that such areas are within the limits of the project and are open to public traffic. Consultant shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles. C. Any subcontract entered into as a result of this contract, shall contain all of the provisions of this Article. D. Consultant must have a Division of Occupational Safety and Health (CAL-OSHA) permit(s), as outlined in California Labor Code Sections 6500 and 6705, prior to the initiation of any practices, work, method, operation, or process related to the construction or excavation of trenches which are five feet or deeper. ARTICLE XXV. INSURANCE A. Prior to commencement of the work described herein, Consultant shall furnish County a Certificate of Insurance stating that there is general comprehensive liability insurance Page 13 of 21

presently in effect for Consultant with a combined single limit (CSL) of not less than one million dollars ($1,000,000) per occurrence. B. The Certificate of Insurance will provide: 1. That the insurer will not cancel the insured’s coverage without 30 days prior written notice to County. 2. That County, its officers, agents, employees, and servants are included as additional insureds, but only insofar as the operations under this contract are concerned. 3. That County will not be responsible for any premiums or assessments on the policy. C. Consultant agrees that the bodily injury liability insurance herein provided for, shall be in effect at all times during the term of this contract. In the event said insurance coverage expires at any time or times during the term of this contract, Consultant agrees to provide at least thirty (30) days prior notice to said expiration date; and a new Certificate of Insurance evidencing insurance coverage as provided for herein, for not less than either the remainder of the term of the contract, or for a period of not less than one (1) year. New Certificates of Insurance are subject to the approval of County. In the event Consultant fails to keep in effect at all times insurance coverage as herein provided, County may, in addition to any other remedies it may have, terminate this contract upon occurrence of such event. ARTICLE XXVI. OWNERSHIP OF DATA A. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produce as part of this contract will automatically be vested in County; and no further agreement will be necessary to transfer ownership to County. Consultant shall furnish County all necessary copies of data needed to complete the review and approval process. B. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine-readable form, are intended for one-time use in the construction of the project for which this contract has been entered into. C. Consultant is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or misuse by County of the machine-readable information and data provided by Consultant under this contract; further, Consultant is not liable for claims, liabilities, or losses arising out of, or connected with any use by County of the project documentation on other projects for additions to this project, or for the completion of this project by others, except only such use as many be authorized in writing by Consultant. D. Applicable patent rights provisions regarding rights to inventions shall be included in the contracts as appropriate (48 CFR 27, Subpart 27.3 - Patent Rights under Government Contracts for federal-aid contracts).

Page 14 of 21

E. County may permit copyrighting reports or other agreement products. If copyrights are permitted; the agreement shall provide that the FHWA shall have the royalty-free nonexclusive and irrevocable right to reproduce, publish, or otherwise use; and to authorize others to use, the work for government purposes. ARTICLE XXVII. CLAIMS FILED BY COUNTY’S CONSTRUCTION CONTRACTOR A. If claims are filed by County’s construction contractor relating to work performed by Consultant’s personnel, and additional information or assistance from Consultant’s personnel is required in order to evaluate or defend against such claims; Consultant agrees to make its personnel available for consultation with County’s construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. B. Consultant’s personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for Consultant’s personnel services under this contract. C. Services of Consultant’s personnel in connection with County’s construction contractor claims will be performed pursuant to a written contract amendment, if necessary, extending the termination date of this contract in order to resolve the construction claims. ARTICLE XXVIII. CONFIDENTIALITY OF DATA A. All financial, statistical, personal, technical, or other data and information relative to County’s operations, which are designated confidential by County and made available to Consultant in order to carry out this contract, shall be protected by Consultant from unauthorized use and disclosure. B. Permission to disclose information on one occasion, or public hearing held by County relating to the contract, shall not authorize Consultant to further disclose such information, or disseminate the same on any other occasion. C. Consultant shall not comment publicly to the press or any other media regarding the contract or County’s actions on the same, except to County’s staff, Consultant’s own personnel involved in the performance of this contract, at public hearings or in response to questions from a Legislative committee. D. Consultant shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this contract without prior review of the contents thereof by County, and receipt of County’s written permission. E. Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article.

Page 15 of 21

ARTICLE XXIX. NATION LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, Consultant hereby states under penalty of perjury that no more than one final unappealable finding of contempt of court by a federal court has been issued against Consultant within the immediately preceding two-year period, because of Consultant’s failure to comply with an order of a federal court that orders Consultant to comply with an order of the National Labor Relations Board. ARTICLE XXX. EVALUATION OF CONSULTANT Consultant’s performance will be evaluated by County. A copy of the evaluation will be sent to Consultant for comments. The evaluation together with the comments shall be retained as part of the contract record. ARTICLE XXXI. RETENTION OF FUNDS A. Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section. B. No retainage will be withheld by the Agency from progress payments due the prime consultant. Retainage by the prime consultant or subconsultants is prohibited, and no retainage will be held by the prime consultant from progress due subconsultants. Any violation of this provision shall subject the violating prime consultant or subconsultants to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant or deficient subconsultant performance, or noncompliance by a subconsultant. This provision applies to both DBE and non-DBE prime consultants and subconsultants. ARTICLE XXXII. NOTIFICATIONS All notices hereunder and communications regarding interpretation of the terms of this contract and changes thereto, shall be effected by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid, and addressed as follows: Consultant: Consultant Name, Project Manager Address City, State Zip County:

Page 16 of 21

County of Del Norte Community Development Department Rosanna Bower, Contract Administrator 981 H Street, Suite 110 Crescent City, CA 95531 ARTICLE XXXIII. INDEMNITY Article I shall take precedence over Article XXXIII. A. To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant’s sole cost and expense and with legal counsel approved by County, which approval shall not be unreasonably withheld), protect and hold harmless County and County’s Related Parties (collectively, the “Indemnified Parties”), from and against any and all Liabilities of every kind and nature whatsoever (individually, a “Claim”; collectively, “Claims”) which may arise from or in any manner relate to (directly or indirectly), arise out of this agreement or as the result of any cause whatsoever regardless of any passive negligence or strict liability of an Indemnified Party. Consultant understands and acknowledges that the indemnification obligation hereunder is intended to constitute a “Type I” indemnity under California law and extends to and includes Claims arising from the active or passive negligence of Indemnified Parties. Without limiting Consultant’s obligation to indemnify County upon County’s request, Consultant shall indemnify, hold harmless, protect and defend with legal counsel acceptable to the County at Consultant’s sole cost, County from and against all Liabilities, paid, incurred or suffered by, or asserted against County in a judicial, administrative or regulatory forum or otherwise, whether well founded or not, for regardless of nature or type that arise out of, pertain to, or relate to the negligence, reckless, or willful misconduct of the Consultant or Consultant’s Related Parties, any of Consultant’s Activities. For purposes of defense and indemnification relating to this Agreement: a. “Liabilities” means liabilities, lawsuits, claims, judgments, demands, clean-up orders, damages (whether in contract or tort, including personal injury, death at any time, or property damage), costs, expenses, loss, penalties and other detriments of every nature and description whatsoever, including all costs and expenses of litigation or arbitration, attorneys fees (whether County’s or Consultant’s staff attorneys or outside attorneys) and court costs, whether under state or federal law except for liabilities caused by the sole negligence or willful misconduct of the indemnified party. b. “County’s Activities” means actions that are the sole negligence of County or the willful misconduct of County. c. “County and County’s Related Parties” means County and County’s elected officials, officers, volunteers, representatives, partners, designees, attorneys, employees, consultants, agents, successors and assigns, and any lender of County with an interest in

Page 17 of 21

the Project that is the subject of this contract. d. “Consultant Activities” means any actions or omissions of Consultant or Consultant’s Related Parties in the performance of this Agreement, directly or indirectly arising from Consultant’s operations, as well as any breach of any representation or warranty of Consultant set forth in this Agreement. e. “Consultant and Consultant’s Related Parties” includes Consultant and its respective officers, directors, shareholders, members, partners, agents, employees, subconsultants, consultants, licensees, invitees, guarantors or affiliates. "Affiliates" means a person that directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control with, the Consultant, where construction or interpretation of "control" shall be governed by Rule 144 of the Securities Act of 1993. Consultant shall use best efforts, or cause such persons to use best efforts, to provide County's legal counsel all reasonably necessary information relevant to such persons, including proper and legal corporate names and relationship (or lack thereof) to Consultant’s articles of incorporation, certificates of good standing, and other documentation related directly or indirectly to alleged liabilities. The County will be held harmless from any federal/state disallowance resulting from payments made to the Consultant. If the Consultant has received payments, it shall be liable for any federal/state disallowance made with respect to those payments. County shall recoup from the Consultant, the amount of any disallowance in the manner authorized by applicable laws and regulations. In addition, the Consultant agrees to pay to County the amount of Del Norte County's liability to the federal/state government that results from the Consultant’s failure to perform the services or comply with the conditions required by this Agreement as identified by an audit exception. To the extent that a federal/state audit disallowance, with or without interest, disallows a claim or claims that has or have resulted in payment by Consultant for services performed by a third-party non-governmental entity under this Agreement, or by County where such payment has been approved by Consultant, County shall be held harmless by Consultant for one hundred percent of the amount of such final audit disallowance, along with any interest thereon. Both parties to this Agreement recognize that the Consultant is liable only for its own audit exceptions that relate to services under this Agreement, and has no liability for any other entity that may enter into a similar Agreement with the County for the performance of services. The provisions of this section shall survive termination of this Agreement.

Page 18 of 21

Acceptance of insurance required by this Agreement does not relieve Consultant from indemnification liability. Indemnification shall apply to all damages or claims for damages caused by Consultant’s Activities regardless if any insurance is applicable or not. ARTICLE XXXIV. ATTORNEY’S FEES Article I shall take precedence over Article XXXIV. If any action at law or in equity, excepting an action for declaratory relief, is brought to enforce provisions of this Agreement by reason of the alleged failure of the other to perform or keep any provision or this Agreement to be performed or kept, the prevailing party in such action or proceeding (including appeal) shall be entitled to recover court costs, reasonable litigation costs including discovery expenses and expert witness fees, and reasonable attorney’s fees (including reasonable value of services rendered by attorney’s employed by COUNTY) which may be set by the Court in the same action or in a separate action brought for that purpose, in addition to any other relief to which such party may be entitled. As used herein, the “prevailing party” means the party who dismisses an action or proceeding in exchange for payment of substantially all sums due, performance of provisions allegedly breached, or other considerations substantially equal to the relief sought by said party, as well as the party in whose favor final judgment is rendered. ARTICLE XXXV. INDEPENDENT CONTRACTOR It is understood that Consultant, in the performance of the work and services agreed to be performed, shall act as and be an independent contractor and shall not act as an agent or employee of the County. Consultant shall obtain no rights to retirement benefits or other benefits which accrue to County’s employees, and Consultant hereby expressly waives any claim it may have to any such rights. Consultant is not a designated employee within the meaning of the Political Reform Act because Consultant: a. Will conduct research and arrive at conclusions with respect to his/her rendition of information, advice, recommendation or counsel independent of the control and direction of the County or of any County official, other than normal agreement monitoring; and b. Possesses no authority with respect to any County decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(B)(2).) ARTICLE XXXVI. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. ARTICLE XXXVII. CONTROLLING LAW VENUE

Page 19 of 21

This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Del Norte. ARTICLE XXXVIII. LICENSES Consultant represents and warrants to County that it has all licenses, permits, qualifications, insurance and approvals of whatsoever nature, which are legally required of Consultant to practice its profession. Consultant represents and warrants to County that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Consultant to practice its profession. ARTICLE XXXIX. AUTHORITY TO ENTER AGREEMENT Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. ARTICLE XL. PROFESSIONAL ABILITY OF CONSULTANT County has relied upon the professional training and ability of Consultant to perform the services hereunder as a material inducement to enter into this Agreement. Consultant shall therefore provide properly skilled professional and technical personnel to perform all services under this Agreement. All work performed by Consultant under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent professionals in Consultant’s field of expertise. ARTICLE XLI. CONTRACT The two parties to this contract, who are the before named Consultant and the before named County, hereby agree that this contract constitutes the entire agreement which is made and concluded in duplicate between the two parties. Both of these parties for and in consideration of the payments to be made, conditions mentioned, and work to be performed; each agree to diligently perform in accordance with the terms and conditions of this contract as evidenced by the signatures below. ARTICLE XLII. SIGNATURES Consultant’s Name

County of Del Norte

______________________________

______________________________

Page 20 of 21

Name, Title

Chris Howard, Chair

Date:

Date:

______________________________

______________________________ Approved as to Form:

______________________________ Elizabeth Cable, County Counsel

Page 21 of 21

ATTACHMENT A AGREEMENT FOR PROFESSIONAL SERVICES Big Flat Road at Hurdygurdy Creek Bridge Replacement Project Consultant’s Cost Proposal

PLACEHOLDER

Page 1 of 1

ATTACHMENT B AGREEMENT FOR PROFESSIONAL SERVICES Big Flat Road at Hurdygurdy Creek Bridge Replacement Project Scope of Services

PLACEHOLDER

Page 1 of 1

2017-03-30 Construction Management and Inspection Services RFP ...

2017-03-30 Construction Management and Inspection Services RFP.pdf. 2017-03-30 Construction Management and Inspection Services RFP.pdf. Open. Extract.

2MB Sizes 2 Downloads 173 Views

Recommend Documents

RFP - Substitute Staffing Services RFP 2015-16.pdf
service. Page 3 of 16. RFP - Substitute Staffing Services RFP 2015-16.pdf. RFP - Substitute Staffing Services RFP 2015-16.pdf. Open. Extract. Open with. Sign In.

RFP: OCIP Insurance Services (S9010408).DOC - Victor Valley College
site in the Town of Apple Valley, approximately 14 miles from the main campus. ... c) Describe your company's overall experience in providing construction risk ...

Product Management Services & Substance Management Services ...
New data management approaches for industry, NCAs and the EMA: - Data synchronisation on an ongoing basis. - Possible need for data transformation/enrichment. SPOR data is accessible via a web User Interface. (UI) and SPOR APIs*. (Application Program

CONSTRUCTION MANAGEMENT & SAFETY ENGINEERING.pdf ...
Page 1 of 3. Page 1 of 3. Page 2 of 3. Page 2 of 3. Page 3 of 3. Page 3 of 3. Main menu. Displaying CONSTRUCTION MANAGEMENT & SAFETY ...

HOME INSPECTION SERVICES The City of Mobile is soliciting the ...
Apr 25, 2013 - Scope of Service: Homes are to be inspected for compliance ASHI local ... for defective paint according to the Lead Safe Housing Regulations.

HOME INSPECTION SERVICES The City of Mobile is soliciting the ...
Apr 25, 2013 - The City of Mobile is soliciting the professional services of qualified home ... All interested parties must include the following information in their ...

construction management
skills, labor, and equipment are considerably different for ..... 4.1 Basic work-performing unit and organization for a small construction company. 4.4 n Section ...

RFP - Town.pdf
... Review Page 14. • Contract Commencement & Completion Page 15. • Insurance Verficiation Page 16. IV. ATTACHEMENTS. • Attachment A – Web Hosting ...

DOC-20170330-WA0015[1].pdf
www.alliancesystemclub.com. Page 1 of 24 ... ALLIANCE SYSTEM CLUB SAPI DE C.V.. Page 2 of 24 ... Displaying DOC-20170330-WA0015[1].pdf. Page 1 of ...

RFP - NGN.pdf
Email: [email protected]. Proposals ... C. Simplify network operations from deployment, service activation, channel growth, ... RFP - NGN.pdf.

pdf construction management
Sign in. Loading… Whoops! There was a problem loading more pages. Retrying... Whoops! There was a problem previewing this document. Retrying.