Loading...
HomeMy WebLinkAbout2022 On-Call - Vanir Construction Agreement.pdf On-Call Agreement for Architectural and Engineering Consultant and Other Related Services Contents 1. OBLIGATIONS OF THE CONSULTANT ....................................................................4 2. OBLIGATIONS OF THE COUNTY..............................................................................7 O. Staff Augmentation........................................................................................................9 3. TERM OF AGREEMENT ............................................................................................9 4. TERMINATION ......................................................................................................... 10 A. Non-Allocation of Funds / Funding Requirements ...................................................... 10 B. Breach of Contract...................................................................................................... 10 C. Without Cause............................................................................................................ 11 5. COMPENSATION, ALLOWABLE COSTS AND PAYMENTS................................... 11 A. Maximum Cumulative Amount Available .................................................................... 11 B. Consultant Fee ........................................................................................................... 12 C. Not used..................................................................................................................... 14 D. Retention.................................................................................................................... 14 E. Payments ................................................................................................................... 14 F. Notice to Proceed / Task Orders / Project Cost Proposal ............................................ 16 6. INDEPENDENT CONTRACTOR.............................................................................. 17 7. MODIFICATION / CHANGE IN TERMS.................................................................... 18 8. NON-ASSIGNMENT ................................................................................................. 19 9. HOLD HARMLESS ................................................................................................... 19 10. LIABILITY INSURANCE............................................................................................20 A. Commercial General Liability.......................................................................................20 B. Automobile Liability......................................................................................................20 C. Professional Liability Insurance: ..................................................................................21 D. Worker's Compensation .............................................................................................21 E. Additional Requirements Relating to Insurance..........................................................21 11. AUDITS / RETENTION OF RECORD.......................................................................23 12. NOTICES ..................................................................................................................24 13. GOVERNING LAW ...................................................................................................24 14. DISCLOSURE OF SELF-DEALING TRANSACTIONS.............................................24 15. ELECTRONIC SIGNATURE .....................................................................................25 16. SUBCONSULTANTS................................................................................................25 I. Prompt Progress Payment............................................................................................27 J. Prompt Payment of Withheld Funds to Subconsultants ..............................................27 17. CONFLICT OF INTEREST .......................................................................................29 18. ERRORS OR OMISSIONS CLAIMS AND DISPUTES .............................................30 19. OWNERSHIP OF DATA ...........................................................................................32 20. CONSULTANT'S LEGAL AUTHORITY ....................................................................35 21. BINDING UPON SUCCESSORS..............................................................................35 22. SEVERABILITY.........................................................................................................35 23. STATE PREVAILING WAGE RATES .......................................................................35 C. Payroll Records...........................................................................................................36 E. Penalty......................................................................................................................38 1 F. Hours of Labor ..........................................................................................................40 2 G. Employment of Apprentices...................................................................................40 Articles24-39 Not used.......................................................................................................41 3 40. ENTIRE AGREEMENT .............................................................................................41 41. SIGNATURES...........................................................................................................42 4 5 Appendices 6 Appendix A— Listing of all consultants, including CONSULTANT'S "Project Manager" 7 Appendix B — Scope Appendix C — Project Team 8 Appendix D — Deliverables Appendix E — Cost Proposal 9 Appendix F — Not Used Appendix G — Self Dealing Transaction Disclosure Form 10 Appendix H — Subconsultants 11 Appendix I — Conflict of Interest Code Appendix J — Not Used 12 Appendix K — Not Used Appendix L — Not Used 13 Appendix M — Not Used 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2 1 CONSULTANT AGREEMENT 2 THIS AGREEMENT for Architectural and Engineering Consultant Services, 3 hereinafter referred to as "AGREEMENT," is made and entered into this 13th day of 4 June 2022, by and between the COUNTY OF FRESNO, a Political Subdivision of the 5 State of California, hereinafter referred to as "COUNTY"; and Vanir Construction 6 Management, Inc, a C Corporation, #C1013782, whose address is 4540 Duckhorn Drive, 7 Suite 300, Sacramento, CA 95834 hereinafter referred to as "CONSULTANT". 8 Recitals 9 WHEREAS, the COUNTY desires to retain the CONSULTANT as one of a number 10 of consultant firms to provide, pursuant to separate agreements, on-call architectural and 11 engineering consulting services and/or staff augmentation consulting services, 12 encompassing architectural, structural, mechanical, transportation, environmental, water 13 resources, surveying, geotechnical, materials testing and such other architectural and 14 engineering disciplines for which each such consultant is qualified, as necessary to assist 15 the COUNTY in performing projects (hereinafter referred to as "PROJECT(S)") proposed by 16 the COUNTY; and 17 WHEREAS, said the CONSULTANT has been selected in accordance with the 18 COUNTY's Ordinance Code Chapter 4.10 on the selection of architects, engineers, and 19 other professionals, and in accordance with Chapter 10 of the California Department of 20 Transportation's (CALTRANS) Local Assistance Procedures Manual (LAPM), to provide 21 certain professional services necessary for the PROJECTS, as specified herein; and 22 WHEREAS, the individual listed below 23 Erin Haagenson, Principal Staff Analyst 24 2220 Tulare Street, 6th Floor, Fresno, CA 93721 25 559-600-4528 26 ehaagenson fresnocountyca.gov 27 is designated as the CONTRACT ADMINISTRATOR for this Agreement on behalf of the 28 COUNTY, and shall remain so unless the CONSULTANT is otherwise notified in writing by 3 1 the COUNTY's Director of Public Works and Planning or his/her designee(s) (hereinafter 2 referred to as the "DIRECTOR"); and 3 WHEREAS, the individual listed in Appendix A, as the firm's "Consultant Project 4 Manager" is designated as the CONSULTANT'S PROJECT MANAGER for this Agreement, 5 and shall remain so unless the CONSULTANT requests and the DIRECTOR approves, in 6 writing, a change of the CONSULTANT'S PROJECT MANAGER, which approval will not 7 be unreasonably withheld; and 8 NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions 9 herein contained, the parties hereto agree as follows: 10 1. OBLIGATIONS OF THE CONSULTANT 11 A. The COUNTY hereby contracts with the CONSULTANT as an independent 12 contractor to provide the professional services enumerated in "Consultant's Scope of 13 Services" attached as Appendix B. 14 B. The CONSULTANT'S services shall be performed as expeditiously as is 15 consistent with professional skill and the orderly progress of the work, based on schedules 16 for each specific PROJECT mutually agreed upon in advance by the CONTRACT 17 ADMINISTRATOR, and the CONSULTANT. 18 C. The CONSULTANT'S PROJECT team staff shall be as listed in Appendix C, 19 attached hereto and incorporated herein. Any substitutions of personnel must be approved 20 in advance by the CONTRACT ADMINISTRATOR, which approval shall not be 21 unreasonably withheld. The CONSULTANT shall notify the CONTRACT ADMINISTRATOR 22 of the names and classifications of employees assigned to each specific PROJECT, and 23 shall not reassign such employees to other projects of the CONSULTANT without 24 notification to and prior approval by the CONTRACT ADMINISTRATOR. 25 D. The CONSULTANT may retain, as subconsultants, specialists as the 26 CONSULTANT requires to assist in completing the work in accordance with Article 16 27 "Subconsultants" (and, if applicable to this Agreement, Article 24 "Disadvantaged Business 28 Enterprises"). 4 1 E. Services provided by CONSULTANT on PROJECTS relating to the 2 construction or improvement of roads and bridges shall be done in accordance with 3 American Association of State Highway and Transportation Officials (AASHTO) 4 requirements for applicable structures. 5 F. All projects funded wholly or in part by CALTRANS must conform to all 6 requirements imposed by CALTRANS and the Federal Highway Administration (FHWA), as 7 specified in Chapter 10 of the CALTRANS LAPM. 8 G. The services that may be furnished by the CONSULTANT under this 9 Agreement are for all or a portion of the services the CONSULTANT is allowed to provide 10 within the applicable professional discipline limits, as defined in California State License 11 Law, for various PROJECTS on an as needed basis. 12 H. The CONSULTANT agrees to provide the professional services that are 13 necessary for each PROJECT when expressly authorized in writing by the CONTRACT 14 ADMINISTRATOR. Such work by the CONSULTANT shall not begin until the 15 CONSULTANT has received a written Notice to Proceed (NTP) or Task Order from the 16 CONTRACT ADMINISTRATOR authorizing the necessary service, agreed upon fee, and 17 scope of work. 18 I. The CONSULTANT shall submit proposals in response to requests issued by 19 the CONTRACT ADMINISTRATOR on a project-by-project basis. The CONSULTANT'S 20 proposal at a minimum shall include, but not be limited to, staff qualifications, proposed 21 method and schedule for completing the task(s), completed federal forms and a sealed cost 22 proposal. The CONSULTANT agrees that each professional or other individual performing 23 work on any such PROJECT(S) shall be adequately trained to perform the work and shall 24 possess the proper license, certification or registration as required by law or by accepted 25 standards of the applicable profession. The CONSULTANT agrees to provide the 26 professional services that are necessary to complete the requested tasks consistent with 27 the scope of its contracted discipline(s), as listed in Appendix B ("Scope"), when expressly 28 authorized in writing by the CONTRACT ADMINISTRATOR. 5 1 J. Submissions of reports, plans, specifications, and estimates will be submitted 2 in the formats, quantities, and delivery methods delineated in Appendix D "Deliverables" 3 hereto unless other formats, quantities, and/or delivery methods have been mutually 4 agreed upon, in writing, prior to the CONSULTANT's submittal. The CONSULTANT shall 5 verify compatible format and quantity prior to final delivery. 6 K. Assist the COUNTY, at the DIRECTOR's express, written authorization, with 7 any claim resolution process involving the construction contractor and the COUNTY as 8 specified hereunder, including serving as a witness in connection with any public hearings 9 or legal proceeding, and also including dispute resolutions required by law or hereunder. 10 The parties recognize that this clause is provided as a means of expediting resolution of 11 claims among the construction contractor, the COUNTY, and the CONSULTANT. However, 12 it is understood the construction contractor is not an intended third-party beneficiary of this 13 clause. Compensation for these services shall be computed and invoiced at the same 14 hourly rates listed in Appendix E hereto, including travel costs that are being paid for the 15 CONSULTANT's personnel services under this Agreement. Any assistance provided by the 16 CONSULTANT as described in this Article 1, Section K shall be subject to the provisions of 17 Article 5 hereinafter, and shall also be subject to the following: 18 1. The DIRECTOR may believe the CONSULTANT'S work under this 19 Agreement to have included negligent errors or omissions, or that the CONSULTANT may 20 otherwise have failed to comply with the provisions of this Agreement, either generally or in 21 connection with its duties as associated with a particular PROJECT; and that the cause(s) 22 for a claim by the construction contractor may be attributable, in whole or in part, to such 23 conduct on the part of the CONSULTANT. Upon notice by the DIRECTOR, the payments to 24 the CONSULTANT for such arguably deficient services shall be held in suspense by the 25 COUNTY until a final determination has been made, of the proportion that the 26 CONSULTANT'S fault bears to the fault of all other parties concerned. 27 2. Such amounts held in suspense shall not be paid to the 28 CONSULTANT, pending the final determination as to the CONSULTANT'S proportional 6 1 fault. However, the appropriate percentage of such amount held in suspense shall be paid 2 to the CONSULTANT, once a final determination has been made, and the CONSULTANT 3 thereafter submits a proper invoice to the COUNTY. Payment shall be issued in 4 accordance with the procedure outlined in Article 5, Section E, Paragraph 2. 5 L. The CONSULTANT'S personnel shall typically be assigned to and remain on 6 specific Department projects/deliverables until completion and acceptance of the 7 project/deliverables by the Department. Personnel assigned by the CONSULTANT shall be 8 available at the start of a Task Order and after acceptance of the project/deliverable by the 9 Department. 10 M. After the CONTRACT ADMINISTRATOR'S approval of the CONSULTANT'S 11 personnel proposal and finalization of a Task Order, the CONSULTANT may not add or 12 substitute personnel without the CONTRACT ADMINISTRATOR'S prior written approval. 13 2. OBLIGATIONS OF THE COUNTY 14 The COUNTY will: 15 A. Provide eligible consultants the opportunity to compete for Task Orders on a 16 project-by-project basis by providing a miniature Request for Proposal (mini-RFP), except 17 as specified under Section B. The CONSULTANT'S eligibility for project types, disciplines, 18 and services is listed in Appendix B. 19 B. The COUNTY reserves the right to suspend competition under this 20 AGREEMENT and engage the services of an eligible qualified consultant from the listing 21 attached as Appendix A, in the event that one or more of the following circumstances apply 22 to the needed work: 23 1. Service is available only from a single source 24 2. There is an emergency which will not permit the time necessary to 25 conduct competitive negotiations 26 3. After the mini-RFP is issued (as provided in the immediately preceding 27 Section A) competition is determined to be inadequate 28 4. Services of expert witnesses for litigation or special counsel to assist 7 1 the County. 2 C. Issue Task Orders on a project-by-project basis. Task Orders will at a 3 minimum include scope of work, location, and schedule for the PROJECT. 4 D. Provide the CONSULTANT with a PROJECT Scope and Schedule, and 5 compensate the CONSULTANT as provided in this Agreement. 6 E. Provide an individual PROJECT ADMINISTRATOR to serve as a 7 representative of the COUNTY who will coordinate and communicate with the 8 CONSULTANT on all PROJECT technical work, to the extent appropriate, in an effort to 9 facilitate the CONSULTANT'S performance of its obligations in accordance with the 10 provisions of this Agreement. 11 F. Provide basic plan sheet layouts as required. 12 G. Examine documents submitted to the COUNTY by the CONSULTANT and 13 timely render decisions pertaining thereto. 14 H. Provide aerial photographs as required. 15 I. Provide copies of any available existing as-built plans and right-of-way 16 drawings from the COUNTY'S files. 17 J. Provide list of property owners with addresses for notification of property 18 owners upon the CONSULTANT'S request. 19 K. Provide preliminary engineering survey data on existing structures and 20 topographic mapping in the formats, quantities, and delivery methods delineated in 21 Appendix D to the CONSULTANT, if available. 22 L. Prepare all legal descriptions and drawings required for right-of-way 23 acquisition and/or temporary construction permits. 24 M. Provide limited assistance to CONSULTANT, as may be appropriate under 25 the circumstances, in connection with CONSULTANT'S processing of required permits. 26 N. Give reasonably prompt consideration to all matters submitted for approval by 27 the CONSULTANT in an effort to assist the CONSULTANT in avoiding any substantial 28 delays in the CONSULTANT'S program of work. An approval, authorization or request to 8 1 the CONSULTANT given by the COUNTY will be binding upon the COUNTY under the 2 terms of this Agreement only if it is made in writing and signed on behalf of the COUNTY by 3 CONTRACT ADMINISTRATOR. 4 O. Staff Augmentation 5 The COUNTY will: 6 a. Issue Task Orders on an assignment-by-assignment basis. Task Orders 7 will at a minimum include a description of the assignments to be performed and the 8 anticipated duration of the assignments. 9 b. Provide a work station and basic work tools and supplies such as computers, printers, calculators, paper and various office supplies. Parking charges will not 10 be reimbursed by the COUNTY. 11 c. Compensate the CONSULTANT as provided in the AGREEMENT. 12 d. Provide, as to each PROJECT, designated COUNTY management staff, 13 including the member of COUNTY staff who will be the Engineer-in-Responsible Charge for 14 that PROJECT, who together shall be responsible to assign work and oversee the work of 15 CONSULTANT's staff on a day-to-day basis. 16 e. Provide an individual PROJECT ADMINISTRATOR to serve as a 17 representative of the COUNTY who will coordinate and communicate with the 18 CONSULTANT, to the extent appropriate, to facilitate the CONSULTANT'S performance of 19 its obligations in accordance with the provisions of the AGREEMENT. 20 f. Give reasonably prompt consideration to all matters submitted for approval by the CONSULTANT in an effort to assist the CONSULTANT in avoiding any 21 substantial delays in the CONSULTANT'S program of work. An approval, authorization or 22 request to the CONSULTANT given by the COUNTY will be binding upon the COUNTY 23 under the terms of the AGREEMENT only if it is made in writing and signed on behalf of the 24 COUNTY by the CONTRACT ADMINISTRATOR. 25 3. TERM OF AGREEMENT 26 A. The term of this Agreement shall be for a period of five (5) years, commencing 27 upon execution by the COUNTY, through and including the fifth anniversary of the 28 9 1 execution date. 2 B. The CONSULTANT shall commence work promptly after receipt of a Notice to 3 Proceed or Task Order issued by the CONTRACT ADMINISTRATOR. The period of 4 performance for Task Orders shall be in accordance with dates specified in the Task Order. 5 No Task Order will be written which would extend the period of performance beyond the 6 expiration date of this Agreement, the maximum term of which shall not exceed five (5) 7 years. 8 4. TERMINATION 9 A. Non-Allocation of Funds / Funding Requirements 10 The terms and conditions of this Agreement, and the services to be provided 11 hereunder, are contingent on the approval of funds by the appropriating government 12 agency. Should sufficient funds not be allocated, the services provided may be modified, or 13 this Agreement terminated, at any time by giving the CONTRACTOR thirty (30) days 14 advance written notice. This Agreement may be terminated without cause at any time by 15 the COUNTY upon thirty (30) calendar days' written notice. If the COUNTY terminates this 16 Agreement, the CONSULTANT shall be compensated for services satisfactorily completed 17 to the date of termination based upon the compensation rates and subject to the maximum 18 amounts payable agreed to in Article 5, together with such additional services satisfactorily 19 performed after termination which are expressly authorized by the COUNTY to conclude 20 the work performed to date of termination. 21 B. Breach of Contract 22 The COUNTY may immediately suspend or terminate this Agreement in whole or in 23 part, where in the determination of the COUNTY there is: 24 1. An illegal or improper use of funds; 25 2. A failure to comply with any term of this Agreement; 26 3. A substantially incorrect or incomplete report submitted to the COUNTY; 27 4. Improperly performed service. 28 In no event shall any payment by the COUNTY constitute a waiver by the COUNTY 10 1 of any breach of this Agreement or any default which may then exist on the part of the 2 CONSULTANT, nor shall any such payment impair or prejudice any remedy available to 3 the COUNTY with respect to the breach or default. The DIRECTOR shall have the right to 4 demand of the CONSULTANT the repayment to the COUNTY of any funds disbursed to 5 the CONSULTANT under this Agreement, which, in the sole judgment of the COUNTY 6 were not expended in accordance with the terms of this Agreement. The CONSULTANT 7 shall promptly refund any such funds upon demand. This Section survives the termination 8 of this Agreement. 9 C. Without Cause 10 Under circumstances other than those set forth above, this Agreement may be 11 terminated by COUNTY upon the giving of thirty (30) days advance written notice of an 12 intention to terminate to CONTRACTOR. 13 5. COMPENSATION, ALLOWABLE COSTS AND PAYMENTS 14 A. Maximum Cumulative Amount Available 15 The COUNTY has or will enter into up to fifty (50) separate agreements, including 16 this Agreement, for performance of the Scope of Services identified hereinabove in Article 17 1, Section A and more thoroughly in Appendix B attached hereto. The other Agreements 18 are to be entered into by the COUNTY with the other consultant firms listed, together with 19 the CONSULTANT, on the list of consultant firms attached hereto as Appendix A. The total 20 amount payable by the COUNTY for all the Agreements combined shall not exceed a 21 cumulative maximum total value of Twenty-two Million Two Hundred Thousand Dollars 22 ($22,200,000), which "Not to Exceed Sum" hereinafter shall be referenced as the "NTE 23 Sum". 24 It is understood and agreed that there is no guarantee, either expressed or implied, 25 that all or any specific portion of this maximum NTE Sum will be authorized under the On- 26 Call Engineering Consultant Agreements through Task Orders. It is further understood and 27 agreed that there is no guarantee, either expressed or implied, that any Task Order will be 28 assigned to the CONSULTANT or that the CONSULTANT will receive any payment 11 1 whatsoever, under the terms of this Agreement. Each time a Task Order is awarded under 2 any of the Agreements, the COUNTY shall send written notification to the CONSULTANT 3 and each of the other consultants that entered into the Agreements. Each such notice shall 4 identify the cumulative total of funds allocated under all Task Orders issued hereunder as 5 of that date, and the remaining unencumbered amount of the NTE Sum. The 6 CONSULTANT acknowledges and agrees that the COUNTY shall not pay any amount 7 under this Agreement that would cause the NTE Sum to be exceeded, and the 8 CONSULTANT shall not enter into a Task Order that exceeds the remaining 9 unencumbered amount of the NTE Sum. 10 B. Consultant Fee 11 1. The approved CONSULTANT's Cost Proposal is attached hereto 12 as Appendix E and incorporated by this reference as though fully set forth herein. If there is 13 any conflict between the provisions set forth in the text of this Agreement and the approved 14 Cost Proposal (Appendix E), this Agreement shall take precedence. 15 2. The hourly and cost rates listed in Appendix E for services 16 rendered by the CONSULTANT and subconsultants shall remain in effect for the entire 17 duration of this Agreement unless adjusted in accordance with the provisions of 18 Paragraphs 3, 5, or 6 of this Article 5, Section B. 19 3. The hourly rates paid for services performed by the CONSULTANT 20 and by subconsultants of the CONSULTANT and the rates for expenses incidental to the 21 CONSULTANT'S and its subconsultants' performance of services may be adjusted no 22 more than once annually for inflation, in accordance with the following provisions: the 23 CONSULTANT may request new labor rates and new rates for expenses incidental to the 24 CONSULTANT'S and subconsultant's performance of services subject to written approval 25 of the CONTRACT ADMINISTRATOR in accordance with the provisions of this Article 5, 26 Section B. The CONSULTANT shall initiate the rate adjustment process by submitting to 27 the CONTRACT ADMINISTRATOR a proposed adjusted fee schedule. The proposed 28 adjusted fee schedule shall include proposed hourly rates for all categories of the 12 1 CONSULTANT'S and any subconsultants' wage classifications and proposed rates for 2 incidental expenses listed in Appendix E. The proposed adjusted fee schedule shall not 3 take effect unless approved in writing by the CONTRACT ADMINISTRATOR. The 4 CONSULTANT hereby acknowledges its understanding that approval by the CONTRACT 5 ADMINISTRATOR of any upward adjustment in the hourly and cost rates shall not provide 6 a basis for any increase in the NTE Sum as set forth in Article 5, Section A. 7 4. Expenses incidental to the CONSULTANT'S and any 8 subconsultant's performance of services under Article 5 of this Agreement shall be charged 9 at the rates listed in Appendix E, subject to any adjustments that may be approved in 10 accordance with Paragraphs 3, 5, or 6 of this Article 5, Section B. Unless incorporated in an 11 adjusted fee schedule approved by the CONTRACT ADMINISTRATOR in accordance with 12 Paragraphs 3, 5, or 6 of this Article 5, Section B, all other expenses incidental to the 13 CONSULTANT'S and any subconsultant's performance of the services under Article 1 of 14 this Agreement that are not specifically listed in Appendix E shall be borne by the 15 CONSULTANT. 16 5. In the event that, in accordance with Article 1, Section D, the 17 CONTRACT ADMINISTRATOR approves the CONSULTANT to retain additional 18 subconsultants not listed in Appendix H, hourly rates paid for services performed by such 19 additional subconsultants of the CONSULTANT and the rates for expenses incidental to 20 those additional subconsultants' performance of services may be adjusted no more than 21 once annually for inflation, in accordance with Article 5, Section B, Paragraph 3. The first 22 annual adjustment of hourly and incidental expense rates for such additional 23 subconsultants shall not be submitted for approval prior to one year after the CONTRACT 24 ADMINISTRATOR'S approval of the retention of such additional subconsultant(s) by the 25 CONSULTANT. 26 6. Notwithstanding any other provisions in this Agreement, the 27 CONTRACT ADMINISTRATOR may, at any time, authorize in writing the revision of the 28 CONSULTANT'S or subconsultant's list of rates for incidental expenses to include 13 1 additional categories of such expenses if, in the opinion of the CONTRACT 2 ADMINISTRATOR, such revision is necessary to facilitate the CONSULTANT'S 3 performance of the PROJECT(S). 4 7. Reimbursement for transportation and subsistence costs shall not 5 exceed the rates as specified in the approved Cost Proposal (Appendix E). The 6 CONSULTANT will be responsible for transportation and subsistence costs in excess of 7 State rates. 8 8. The consideration to be paid to CONSULTANT as provided herein, 9 shall be in compensation for all of CONSULTANT's expenses incurred in the performance 10 hereof, including travel and per diem, unless otherwise expressly so provided. 11 C. Not used 12 D. Retention 13 In addition to any amounts withheld under Article 3, the CONSULTANT agrees that 14 the COUNTY, at the discretion of the CONTRACT ADMINISTRATOR, may withhold a five 15 percent (5%) retention from the earned compensation of the CONSULTANT. If the 16 CONTRACT ADMINISTRATOR determines that retention will not be withheld for a 17 PROJECT, the CONTRACT ADMINISTRATOR will so state in writing prior to 18 commencement of the PROJECT by the CONSULTANT. The CONTRACT 19 ADMISTRATOR will identify in writing prior to commencement of the PROJECT the 20 PROJECT-specific prerequisites (such as successful completion of a PROJECT phase, as 21 an example) for the release of retentions. 22 E. Payments 23 1. Progress payments will be made by the COUNTY upon receipt of the 24 CONSULTANT'S monthly invoices and approval by the CONTRACT ADMINISTRATOR 25 thereof based on the CONTRACT ADMINISTRATOR'S evaluation of the completion of the 26 respective components of the assigned PROJECT. Invoices shall clearly identify the 27 28 PROJECT by Name(s), the Phase and Task(s) comprising the work that is the subject of 14 1 the invoice, the Notice to Proceed or Task Order number, and the date(s) on which the 2 work was performed. Invoices shall be submitted together with the documentation identified 3 below in Paragraph 5 of this Article 5, Section E. Invoices shall be forwarded electronically 4 to: PWPBusinessOffice(a�fresnocountyca.gov 5 2. Upon receipt of a proper invoice, the CONTRACT ADMINISTRATOR 6 will take a maximum of ten (10) working days to review, approve, and submit it to the 7 COUNTY Auditor-Controller/Treasurer-Tax Collector. Unsatisfactory or inaccurate invoices 8 will be returned to the CONSULTANT for correction and resubmittal. Payment, less 9 retention, if applicable, will be issued to the CONSULTANT within forty five (45) calendar 10 days of the date the Auditor-Controller/Treasurer-Tax Collector receives the approved 11 invoice. 12 3. The COUNTY is entitled to withhold a five percent (5%) retention 13 from the CONSULTANT'S earned compensation in accordance with the provisions of 14 15 Article 5, Section D of this Agreement. 16 4. An unresolved dispute over a possible error or omission may cause 17 payment of the CONSULTANT fees in the disputed amount to be withheld by the COUNTY. 18 5. Concurrently with the invoices, the CONSULTANT shall certify 19 (through copies of issued checks, receipts, or other COUNTY pre-approved 20 documentation) that complete payment, less a five percent (5%) retention if applicable, has 21 been made to all subconsultants as provided herein for all previous invoices paid by the 22 COUNTY. However, the parties do not intend that the foregoing creates, as to any 23 subconsultants or subcontractors, any purported third-party beneficiary status or any third- 24 party beneficiary rights whatsoever, and the parties do hereby expressly disclaim any such 25 status or rights. 26 6. Final invoices, and separate invoices for retentions, shall be 27 submitted to CONTRACT ADMINISTRATOR no later than thirty (30) days after the phase 28 15 1 is completed. Payment for retentions, if any, shall not be made until all services for the 2 phase are completed. 3 7. In the event the DIRECTOR reduces the scope of the 4 CONSULTANT'S work under this Agreement for a specific PROJECT (or discontinues a 5 specific PROJECT), whether due to a deficiency in the appropriation of anticipated funding 6 or otherwise, the CONSULTANT will be compensated on a pro rata basis for actual work 7 completed and accepted by the DIRECTOR in accordance with the terms of this 8 Agreement. 9 8. Credits due CONSULTANT that include any equipment purchased 10 under the provisions of Article 26 Equipment Purchase, must be reimbursed by 11 CONSULTANT prior to the expiration or termination of this Agreement. 12 F. Notice to Proceed / Task Orders / Project Cost Proposal 13 1. Upon the acceptance of a project proposal submitted by the 14 CONSULTANT in accordance with the provisions of Article 1, Section I, and if an 15 16 agreement has been reached on the negotiable items and total cost in connection 17 therewith, then a specific PROJECT will be assigned to the CONSULTANT through 18 issuance by the CONTRACT ADMINISTRATOR of one or more Task Orders or Notices to 19 Proceed (NTP). Task Orders may be negotiated for a lump sum (Firm Fixed Price) or for 20 specific rates of compensation, both of which must be based on the labor and other rates 21 set forth in the CONSULTANT's approved Cost Proposal (Appendix E to this Agreement). 22 2. A Project Cost Proposal is of no force or effect and no expenditures 23 are authorized on a PROJECT and work shall not commence until a Notice to Proceed for 24 that PROJECT has been issued by the COUNTY. 25 3. If the CONSULTANT fails to satisfactorily complete a deliverable 26 according to the schedule set forth in a Task Order, no payment will be made until the 27 deliverable has been satisfactorily completed. 28 16 1 4. When milestone or phase cost estimates are included in the Project 2 Cost Proposal and/or Task Order, the CONSULTANT shall obtain prior written approval for 3 a revised Project Cost Proposal from the CONTRACT ADMINISTRATOR before exceeding 4 such estimate. 5 5. The CONSULTANT shall not commence performance of any work or 6 services hereunder until this Agreement has been formally approved by the COUNTY and 7 Notice to Proceed on a specific PROJECT has been issued by the COUNTY's CONTRACT 8 ADMINISTRATOR. No payment will be made prior to approval or for any work performed 9 by the CONSULTANT prior to the COUNTY'S formal approval of this Agreement. 10 6. The period of performance for each Notice to Proceed shall be in 11 accordance with dates specified in the Notice to Proceed. Consistent with the provisions of 12 Article 3, Section B, no Notice to Proceed will be issued that would extend the 13 14 CONSULTANT'S period of performance beyond the expiration date of this Agreement. 15 7. Notices to Proceed may not be used to amend any provision of this 16 Agreement or to expand the scope of the CONSULTANT'S work as authorized under the 17 provisions of this Agreement. 18 6. INDEPENDENT CONTRACTOR 19 A. In performance of the work, duties and obligations assumed by the 20 CONSULTANT under the AGREEMENT, it is mutually understood and agreed that the 21 CONSULTANT, including any and all of the CONSULTANT'S officers, agents, and employees 22 will at all times be acting and performing as an independent contractor, and shall act in an 23 independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, 24 or associate of the COUNTY. Notwithstanding the foregoing, the County will have oversight 25 responsibility over the work performed on every PROJECT pursuant hereto, and one of the 26 COUNTY's own licensed engineers shall be the Engineer-in-Responsible Charge, and 27 accordingly will approve, sign, and stamp the final plans for every PROJECT on which any of 28 17 1 CONSULTANT's employees performs any work hereunder. Furthermore, COUNTY shall 2 retain the right to administer the AGREEMENT in order to verify that the CONSULTANT is 3 performing its obligations in accordance with the terms and conditions hereof. 4 B. The CONSULTANT and the COUNTY shall comply with all applicable provisions of 5 law and the rules and regulations, if any, of governmental authorities having jurisdiction over 6 matters the subject thereof. 7 C. Because of its status as an independent contractor, the CONSULTANT shall have 8 absolutely no right to employment rights and benefits available to COUNTY employees. The 9 CONSULTANT shall be solely liable and responsible for providing to, or on behalf of, its 10 employees all legally-required employee benefits. In addition, the CONSULTANT shall be 11 solely responsible and save the COUNTY harmless from all matters relating to payment of the 12 CONSULTANT'S employees, including compliance with Social Security withholding and all 13 other regulations governing such matters. It is acknowledged that during the term of this 14 Agreement, the CONSULTANT may be providing services to others unrelated to the 15 COUNTY or to this Agreement. 16 7. MODIFICATION / CHANGE IN TERMS 17 A. This Agreement may be amended or modified only by mutual written agreement 18 of both parties. Except to the limited extent allowed under Article 5, Section B, and Article 19 7, Section C, and Article 16, Section A, any such written amendment to this Agreement 20 may be approved on the COUNTY's behalf only by its Board of Supervisors. 21 B. The CONSULTANT shall only commence work covered by an amendment after 22 the amendment has been fully executed and written notification to proceed has been 23 issued by the CONTRACT ADMINISTRATOR. 24 C. There shall be no change in CONSULTANT's Project Manager or members of the 25 project team, as listed in Appendix A and the approved Cost Proposal (Appendix E, which 26 is incorporated as a part of this Agreement as provided in Article 5, Section 1), without prior 27 written approval by the COUNTY's CONTRACT ADMINISTRATOR. Any substitutions of 28 18 1 personnel must be approved in advance by the CONTRACT ADMINISTRATOR, which 2 approval shall not be unreasonably withheld. The CONSULTANT shall notify the 3 CONTRACT ADMINISTRATOR of the names and classifications of employees assigned to 4 each specific PROJECT and shall not reassign such employees to other projects of the 5 CONSULTANT without notification to and prior approval by the CONTRACT 6 ADMINISTRATOR. 7 8. NON-ASSIGNMENT 8 Neither party shall assign, transfer or sub-contract this Agreement or any of its 9 respective rights or duties under this Agreement hereunder, without the prior written 10 consent of the other party. 11 9. HOLD HARMLESS 12 A. The CONSULTANT shall defend, hold harmless and indemnify the COUNTY, 13 its officers, agents, and employees, against the payment of any and all costs and expenses 14 (including reasonable attorney fees and court costs), damages, claims, suits, losses, and 15 liability for bodily and personal injury to or death of any person or for loss of any property, 16 economic loss or otherwise resulting from or arising out of any negligent or wrongful acts, 17 errors or omissions of the CONSULTANT, its officers, agents, and employees, in 18 performing or failing to perform any work, services, or functions under this Agreement. 19 Provided, however, and notwithstanding the immediately preceding sentence, with respect 20 to any PROJECT on which the CONSULTANT has provided design professional services 21 as defined by Civil Code Section 2782.8(c), the CONSULTANT has no obligation to pay for 22 any defense related cost prior to a final determination of its liability, based upon the 23 percentage of comparative fault (if any) finally determined to be attributable to the 24 CONSULTANT'S negligence, recklessness or willful misconduct. Following any such 25 determination, the CONSULTANT shall be responsible to pay to the COUNTY the dollar 26 amount of all such defense costs incurred by the COUNTY that is commensurate with the 27 finally determined percentage of the CONSULTANT'S liability, based upon the final 28 determination of the CONSULTANT'S comparative fault. The provisions of this Article 9, 19 1 Section A shall survive termination of this Agreement. 2 B. The COUNTY and the CONSULTANT hereby declare their mutual intent to 3 cooperate in the defense of any claim, suit, or other action alleging liability, arising from the 4 negligent performance or failure to perform of any COUNTY construction contractor (or its 5 subcontractor(s)) involved in the construction of any PROJECT(S). Such cooperation may 6 include an agreement to prepare and present a cooperative defense after consultation with 7 the CONSULTANT'S professional liability insurance carrier. 8 10. LIABILITY INSURANCE 9 Without limiting the COUNTY'S right to obtain indemnification from the 10 CONSULTANT or any third parties, the CONSULTANT, at its sole expense, shall maintain 11 in full force and effect, the following insurance policies prior to commencement of any work 12 for the COUNTY and, thereafter, throughout the entire term of this Agreement (with the 13 exception of Professional Liability Insurance, which the CONSULTANT shall maintain in full 14 force and effect for the additional period of time required by Article 20, Section A, 15 Paragraph 4). 16 A. Commercial General Liability 17 Commercial General Liability Insurance with limits of not less than Two Million 18 Dollars ($2,000,000.00) per occurrence and an annual aggregate of not less than Four 19 Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. The 20 COUNTY may require specific coverages including completed operations, products liability, 21 contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability 22 insurance deemed necessary because of the nature of this Agreement. 23 B. Automobile Liability 24 Comprehensive Automobile Liability Insurance with limits of not less than One 25 Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. 26 Coverage should include auto used in connection with this Agreement. 27 28 20 1 C. Professional Liability Insurance: 2 1. If the CONSULTANT employs licensed professional staff in providing 3 services, Professional Liability Insurance with limits of One Million Dollars ($1,000,000.00) 4 per claim, Three Million Dollars ($3,000,000.00) annual aggregate. 5 2. The Professional Liability Insurance shall be kept in full force and 6 effect for a period of five (5) years from the date of substantial completion of the 7 CONSULTANT'S work as determined by the COUNTY. 8 D. Worker's Compensation 9 A policy of Worker's Compensation insurance as may be required by the California 10 Labor Code. 11 E. Additional Requirements Relating to Insurance 12 The CONSULTANT shall obtain endorsements to the Commercial General Liability 13 insurance naming the County of Fresno, its officers, agents, and employees, individually and 14 collectively, as additional insured, but only insofar as the operations under this Agreement 15 are concerned. Such coverage for additional insured shall apply as primary insurance and 16 any other insurance, or self-insurance, maintained by the COUNTY, its officers, agents, and 17 employees shall be excess only and not contributing with insurance provided under the 18 CONSULTANT's policies required herein. This insurance shall not be cancelled or changed 19 without a minimum of thirty (30) days advance written notice given to the COUNTY. 20 The CONSULTANT hereby waives its right to recover from the COUNTY, its officers, 21 agents, and employees any amounts paid by the policy of worker's compensation insurance 22 required by this Agreement. The CONSULTANT is solely responsible to obtain an 23 endorsement to such policy that may be necessary to accomplish such waiver of subrogation, 24 but the CONSULTANT's waiver of subrogation under this paragraph is effective whether o 25 not the CONSULTANT obtains such an endorsement. 26 Prior to commencing any such work under this Agreement, the CONSULTANT shall 27 provide certificates of insurance and endorsements as stated above for all of the foregoing 28 21 1 policies, as required herein, to the County of Fresno, Erin Haagenson, Principal Staff Analyst, 2 2220 Tulare St., Sixth Floor, Fresno, CA 93721, stating that such insurance coverages have 3 been obtained and are in full force; that the County of Fresno, its officers, agents and 4 employees will not be responsible for any premiums on the policies; that for such worker's 5 compensation insurance the CONSULTANT has waived its right to recover from the 6 COUNTY, its officers, agents, and employees any amounts paid under the insurance policy 7 and that waiver does not invalidate the insurance policy; that such Commercial General 8 Liability insurance names the County of Fresno, its officers, agents and employees, 9 individually and collectively, as additional insured, but only insofar as the operations under 10 this Agreement are concerned; that such coverage for additional insured shall apply a 11 primary insurance and any other insurance, or self-insurance, maintained by the COUNTY, 12 its officers, agents and employees, shall be excess only and not contributing with insurance 13 provided under the CONSULTANT's policies herein; and that this insurance shall not b 14 cancelled or changed without a minimum of thirty (30) days advance, written notice given t 15 the COUNTY. 16 All policies shall be issued by admitted insurers licensed to do business in the State 17 of California, and such insurance shall be purchased from companies possessing a current 18 A.M. Best, Inc. rating of A FSC VII or better. 19 The CONSULTANT agrees that the bodily injury liability insurance herein provided 20 for, shall be in effect at all times during the term of this Agreement. In the event said 21 insurance coverage expires at any time or times during the term of this Agreement, 22 CONSULTANT agrees to provide at least thirty (30) calendar days prior notice to said 23 expiration date; and a new Certificate of Insurance evidencing insurance coverage as 24 provided for herein, for not less than either the remainder of the term of the Agreement, or 25 for a period of not less than one (1) year. New Certificates of Insurance are subject to the 26 approval of COUNTY. 27 In the event the CONSULTANT fails to keep in effect at all times the insurance 28 coverages as required by this Article 10, the COUNTY may, in addition to any other 22 1 remedies it may have, suspend or terminate this Agreement upon occurrence of such 2 failure, or may purchase such insurance coverage and charge the cost of the coverage to 3 the CONSULTANT. The COUNTY may offset such charges against any amounts owed by 4 the COUNTY to the CONSULTANT under this Agreement. 5 11. AUDITS / RETENTION OF RECORD 6 A. The CONSULTANT shall at any time during business hours, and as often as the 7 COUNTY may deem necessary, make available to the COUNTY for examination all of its 8 records and data with respect to the matters covered by this Agreement. The 9 CONSULTANT shall, upon request by the COUNTY, permit the COUNTY to audit and 10 inspect all of such records and data, including but not limited to, the costs of administering 11 this Agreement, necessary to ensure the CONSULTANT'S compliance with the terms of 12 this Agreement (and compliance with Public Contract Code 10115, et seq. and Title 21, 13 California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable). 14 B. For the purpose of determining compliance with Gov. Code § 8546.7, the 15 CONSULTANT, its subconsultants, and COUNTY shall maintain all books, documents, 16 papers, accounting records, Independent CPA Audited Indirect Cost Rate workpapers, and 17 other evidence pertaining to the performance of the Agreement including, but not limited to, 18 the costs of administering the Agreement. All parties, including the CONSULTANT's 19 Independent CPA, shall make such workpapers and materials available at their respective 20 offices at all reasonable times during the Agreement period and for three (3) years from the 21 date of final payment under the Agreement. The COUNTY, Caltrans Auditor, FHWA, or any 22 duly authorized representative of the Federal government having jurisdiction under Federal 23 laws or regulations (including without limitation when such jurisdiction is based upon 24 Federal funding of the PROJECT in whole or in part) shall have access to any books, 25 records, and documents of the CONSULTANT, its subconsultants, and the 26 CONSULTANT's Independent CPA, that are pertinent to the Agreement for audits, 27 examinations, workpaper review, excerpts, and transactions, and copies thereof shall be 28 furnished if requested without limitation. It shall be the responsibility of the CONSULTANT 23 1 to ensure that all subcontracts in excess of $25,000 shall contain this provision. 2 C. This Article 11 survives the termination of this Agreement. 3 12. NOTICES 4 The delivery of all notices hereunder and communications regarding interpretation of 5 the terms of this Agreement and any proposed changes thereto, shall be accomplished by 6 sending an e-mail, addressed to the CONTRACT ADMINISTRATOR and the 7 CONSULTANT'S PROJECT MANAGER as identified on Pages 3 and 4 of this Agreement. 8 For all claims arising out of or related to this Agreement, nothing in this section establishes, 9 waives, or modifies any claims presentation requirements or procedures provided by law, 10 including but not limited to the Government Claims Act (Division 3.6 of Title 1 of the 11 Government Code, beginning with section 810). 12 13. GOVERNING LAW 13 Venue for any action arising out of or related to this Agreement shall only be in 14 Fresno County, California. 15 The rights and obligations of the parties and all interpretation and performance of 16 this Agreement shall be governed in all respects by the laws of the State of California. 17 14. DISCLOSURE OF SELF-DEALING TRANSACTIONS 18 This provision is only applicable if the CONSULTANT is operating as a corporation 19 (a for-profit or non-profit corporation) or if during the term of this Agreement, the 20 CONSULANT changes its status to operate as a corporation. Members of the 21 CONSULTANT'S Board of Directors shall disclose any self-dealing transactions that they 22 are a party to while the CONSULTANT is providing goods or performing services under this 23 Agreement. A self-dealing transaction shall mean a transaction to which the CONSULTANT 24 is a party and in which one or more of its directors has a material financial interest. 25 Members of the Board of Directors shall disclose any self-dealing transactions that they are 26 a party to by completing and signing a Self-Dealing Transaction Disclosure Form, attached 27 hereto as Appendix G and incorporated herein by reference, and submitting it to the 28 COUNTY prior to commencing with the self-dealing transaction or immediately thereafter. 24 1 15. ELECTRONIC SIGNATURE 2 The parties agree that this Agreement may be executed by electronic signature as 3 provided in this section. 4 A. An "electronic signature" means any symbol or process intended by an 5 individual signing this Agreement to represent their signature, including but not limited to: 6 (1) a digital signature; (2) a faxed version of an original handwritten signature; or (3) an 7 electronically scanned and transmitted (for example by PDF document) version of an 8 original handwritten signature. 9 B. Each electronic signature affixed or attached to this Agreement: (1) is 10 deemed equivalent to a valid original handwritten signature of the person signing this 11 Agreement for all purposes, including but not limited to evidentiary proof in any 12 administrative or judicial proceeding; and (2) has the same force and effect as the valid 13 original handwritten signature of that person. 14 C. The provisions of this section satisfy the requirements of Civil Code section 15 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, 16 Part 2, Title 2.5, beginning with section 1633.1). 17 D. Each party using a digital signature represents that it has undertaken and 18 satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs 19 (1) through (5), and agrees that each other party may rely upon that representation. 20 E. This Agreement is not conditioned upon the parties conducting the 21 transactions under it by electronic means and either party may sign this Agreement with an 22 original handwritten signature. 23 16. SUBCONSULTANTS 24 A. The CONSULTANT may retain, as subconsultants, specialists in such 25 engineering disciplines (including, but not limited to, structural, mechanical, transportation, 26 environmental, water resources, electrical, surveying and geotechnical) as the 27 CONSULTANT requires to assist in completing the work. The subconsultants listed in 28 Appendix H, attached hereto and incorporated herein, shall be considered as approved by 25 1 the CONTRACT ADMINISTRATOR. Any other subconsultants proposed for use by the 2 CONSULTANT shall be approved in writing by the CONTRACT ADMINISTRATOR before 3 they are retained by the CONSULTANT, which approval shall not be unreasonably 4 withheld. 5 B. Should the CONSULTANT retain any subconsultants, the maximum amount o 6 compensation to be paid to the CONSULTANT under Article 5 shall not be increased. Any 7 additional compensation to be paid to the CONSULTANT for such subconsultants' work 8 shall be limited to administrative time as defined in the fee proposal. Additional fees other 9 than those defined in the fee proposal shall not be reimbursed. 10 C. CONSULTANT shall be as fully responsible to the COUNTY for the negligent 11 acts and omissions of its contractors and subcontractors or subconsultants, and of persons 12 either directly or indirectly employed by them, in the same manner as persons directly 13 employed by CONSULTANT. 14 D. Nothing contained in this Agreement shall create any contractual relationship 15 between the COUNTY and any of the CONSULTANT'S subconsultants, and no 16 subconsultant agreement shall relieve the CONSULTANT of any of its responsibilities and 17 obligations hereunder. The CONSULTANT agrees to be as fully responsible to the 18 COUNTY for the acts and omissions of its subconsultants and of persons either directly or 19 indirectly employed by any of them as it is for the acts and omissions of persons directly 20 employed by the CONSULTANT. The CONSULTANT'S obligation to pay its subconsultants 21 is a separate and independent obligation that is entirely unrelated to the COUNTY's 22 obligation to make payments to the CONSULTANT. 23 E. The CONSULTANT shall perform the work contemplated with resources 24 available within its own organization; and no portion of the work pertinent to this contract 25 shall be subcontracted without prior written authorization by the CONTRACT 26 ADMINISTRATOR, excepting only those portions of the work and the responsible 27 subconsultants that are expressly identified in Appendix H. 28 F. Any subcontract in excess of $25,000 entered into as a result of this 26 1 Agreement, shall contain all the provisions stipulated in this Agreement to be applicable to 2 subcontractors. 3 G. The CONSULTANT shall pay its subconsultants within fifteen (15) calendar 4 days from receipt of each progress payment made to the CONSULTANT by the COUNTY. 5 H. Any substitution of subconsultant(s) must be approved in writing by the 6 CONTRACT ADMINISTRATOR in advance of assigning work to a substitute 7 Subconsultant. 8 I. Prompt Progress Payment 9 The CONSULTANT or subconsultant shall pay to any subconsultant, not later than 10 fifteen (15) days after receipt of each progress payment, unless otherwise agreed to in 11 writing, the respective amounts allowed CONSULTANT on account of the work performed 12 by the subconsultants, to the extent of each subconsultant's interest therein. In the event 13 that there is a good faith dispute over all or any portion of the amount due on a progress 14 payment from the CONSULTANT or subconsultant to a subconsultant, the CONSULTANT 15 or subconsultant may withhold no more than 150 percent of the disputed amount. Any 16 violation of this requirement shall constitute a cause for disciplinary action and shall subject 17 the licensee to a penalty, payable to the subconsultant, of two percent (2%) of the amount 18 due per month for every month that payment is not made. 19 In any action for the collection of funds wrongfully withheld, the prevailing party shall 20 be entitled to his or her attorney's fees and costs. The sanctions authorized under this 21 requirement shall be separate from, and in addition to, all other remedies, either civil, 22 administrative, or criminal. This clause applies to both DBE and non-DBE subconsultants. 23 J. Prompt Payment of Withheld Funds to Subconsultants 24 The COUNTY may hold retainage from the CONSULTANT as provided in Article 5, 25 Section D. 26 1. If the COUNTY has elected to hold retainage for a PROJECT under 27 Article 5, Section D, the COUNTY shall hold retainage from the CONSULTANT and shall 28 make prompt and regular incremental acceptances of portions, as determined by the 27 1 COUNTY of the contract work and pay retainage to the CONSULTANT based on these 2 acceptances. The CONSULTANT or subconsultant shall return all monies withheld in 3 retention from all subconsultants within 15 days after receiving payment for work 4 satisfactorily completed and accepted including incremental acceptances of portions of the 5 contract work by the COUNTY. Any delay or postponement of payment may take place 6 only for good cause and with the COUNTY's prior written approval, in order to ensure 7 prompt and full payment of any retainage kept by the CONSULTANT or subconsultant to a 8 subconsultant. 9 Any violation of these provisions shall subject the violating CONSULTANT or 10 subconsultant to the penalties, sanctions, and other remedies specified in Section 3321 of 11 the California Civil Code. This requirement shall not be construed to limit or impair any 12 contractual, administrative or judicial remedies otherwise available to the CONSULTANT or 13 subconsultant in the event of a dispute involving late payment or nonpayment by the 14 CONSULTANT, or deficient subconsultant performance and/or noncompliance by a 15 subconsultant. This clause applies to both DBE and non-DBE subconsultants. 16 2. If the COUNTY has elected not to hold retainage for a PROJECT under 17 Article 5, Section D, no retainage will be held by the COUNTY from progress payments due 18 to the CONSULTANT; and in such case, the CONSULTANT and its subconsultants are 19 prohibited from holding retainage from their subconsultants. Any delay or postponement of 20 payment may take place only for good cause and with the COUNTY'S prior written 21 approval. 22 Any violation of these provisions shall subject the violating CONSULTANT or 23 subconsultant to the penalties, sanctions, and other remedies specified in Section 3321 of 24 the California Civil Code. This requirement shall not be construed to limit or impair any 25 contractual, administrative or judicial remedies, otherwise available to the CONSULTANT 26 or subconsultant in the event of a dispute involving late payment or nonpayment by the 27 CONSULTANT, or deficient subconsultant performance and/or noncompliance by a 28 subconsultant. This clause applies to both DBE and non-DBE subconsultants. 28 1 2 17. CONFLICT OF INTEREST 3 A. The CONSULTANT shall comply with the provisions of the Fresno County 4 Department of Public Works and Planning Conflict of Interest Code, attached hereto as 5 Appendix I and incorporated herein by this reference. Such compliance shall include the 6 filing of annual statements pursuant to the regulations of the State Fair Political Practices 7 Commission including, but not limited to, portions of Form 700. 8 B. During the term of this Agreement, the CONSULTANT shall disclose any 9 financial, business, or other relationship with the COUNTY that may have an impact upon 10 the outcome of this contract, or any ensuing COUNTY construction project. The 11 CONSULTANT shall also list current clients who may have a financial interest in the 12 outcome of this contract, or any ensuing COUNTY construction project, which will follow. 13 C. The CONSULTANT certifies that it has disclosed to the COUNTY any actual, 14 apparent, or potential conflicts of interest that may exist relative to the services to be 15 provided pursuant to this AGREEMENT. The CONSULTANT agrees to advise the 16 COUNTY of any actual, apparent or potential conflicts of interest that may develop 17 subsequent to the date of execution of this AGREEMENT. The CONSULTANT further 18 agrees to complete any statements of economic interest if required by either COUNTY 19 ordinance or State law. 20 D. The CONSULTANT hereby certifies that it does not now have nor shall it acquire 21 any financial or business interest that would conflict with the performance of services under 22 this AGREEMENT. 23 E. The CONSULTANT hereby certifies that the CONSULTANT or subconsultant 24 and any firm affiliated with the CONSULTANT or subconsultant that bids on any 25 construction contract or on any Agreement to provide construction inspection for any 26 construction project resulting from this AGREEMENT, has established necessary controls 27 to ensure a conflict of interest does not exist. An affiliated firm is one, which is subject to 28 the control of the same persons, through joint ownership or otherwise. 29 1 F. The CONSULTANT and affiliated subconsultants shall not submit bids, or sub- 2 bids, for the contract construction phase of the PROJECT(S) assigned to the 3 CONSULTANT. The CONSULTANT and its subconsultants, and all other service providers, 4 shall not provide any PROJECT-related services for, or receive any PROJECT-related 5 compensation from any construction contractor, subcontractor or service provider awarded 6 a construction contract (hereinafter referred to as "contractor") for all or any portion of the 7 PROJECT(S) for which the CONSULTANT provides services hereunder. The 8 CONSULTANT and its subconsultants, and all other service providers, may provide 9 services for, and receive compensation from a contractor who has been awarded a 10 construction contract for all or any portion of the PROJECT(S), provided that any such 11 services which are rendered, and any compensation which is received therefor, relates to 12 work outside the scope of the AGREEMENT and does not pose a conflict of interest. 13 G. Except for subconsultants or subcontractors whose services are limited to 14 providing surveying or materials testing information, no subcontractor who has provided 15 design services in connection with this contract shall be eligible to bid on any construction 16 contract, or on any contract to provide construction inspection for any construction project 17 resulting from this contract; provided, however, that this shall not be construed as 18 disallowing subcontractors who have provided design services for the PROJECT from 19 performing, pursuant to this Agreement or other agreement with the COUNTY, construction 20 inspection services on behalf of the COUNTY for the PROJECT. 21 18. ERRORS OR OMISSIONS CLAIMS AND DISPUTES 22 A. Definitions: 23 1. A "Consultant" is a duly licensed Architect or Engineer, or other provider of 24 professional services, acting as a business entity (owner, partnership, corporation, joint 25 venture or other business association) in accordance with the terms of an agreement with 26 the COUNTY. 27 2. A "Claim" is a demand or assertion by one of the parties seeking, as a 28 matter of right, adjustment or interpretation of contract terms, payment of money, extension 30 1 of time, change orders, or other relief with respect to the terms of the contract. The term 2 "Claim" also includes other disputes and matters in question between the COUNTY and the 3 CONSULTANT arising out of or relating to the contract. Claims must be made by written 4 notice. The provisions of Government Code section 901, et seq., shall apply to every claim 5 made to the COUNTY. The responsibility to substantiate claims shall rest with the party 6 making the claim. The term "Claim" also includes any allegation of an error or omission by 7 the CONSULTANT. 8 B. In the spirit of cooperation between the COUNTY and the CONSULTANT, the 9 following procedures are established in the event of any claim or dispute alleging a 10 negligent error, act, or omission, of the CONSULTANT. 11 1. Claims, disputes or other matters in question between the parties, arising 12 out of or relating to this Agreement, shall not be subject to arbitration, but shall be subject 13 to the following procedures. 14 2. The COUNTY and the CONSULTANT shall meet and confer and attempt 15 to reach agreement on any dispute, including what damages have occurred, the measure 16 of damages and what proportion of damages, if any, shall be paid by either party. The 17 parties agree to consult and consider the use of mediation or other form of dispute 18 resolution prior to resorting to litigation. 19 3. If the COUNTY and the CONSULTANT cannot reach agreement under 20 Article 18, Section B, Paragraph 2, the disputed issues may, upon concurrence by all 21 parties, be submitted to a panel of three (3) for a recommended resolution. The 22 CONSULTANT and the COUNTY shall each select one (1) member of the panel, and the 23 third member shall be selected by the other two panel members. The discovery rights 24 provided by California Code of Civil Procedure for civil proceedings shall be available and 25 enforceable to resolve the disputed issues. Either party requesting this dispute resolution 26 process shall, when invoking the rights to this panel, give to the other party a notice 27 describing the claims, disputes and other matters in question. Prior to twenty (20) working 28 days before the initial meeting of the panel, both parties shall submit all documents such 31 1 party intends to rely upon to resolve such dispute. If it is determined by the panel that any 2 party has relied on such documentation but has failed to previously submit such 3 documentation on a timely basis to the other party, the other party shall be entitled to a 20- 4 working-day continuance of such initial meeting of the panel. The decision by the panel is 5 not a condition precedent to arbitration, mediation or litigation. 6 4. Upon receipt of the panel's recommended resolution of the disputed 7 issue(s), the COUNTY and the CONSULTANT shall again meet and confer and attempt to 8 reach agreement. If the parties still are unable to reach agreement, each party shall have 9 recourse to all appropriate legal and equitable remedies. 10 C. The procedures to be followed in the resolution of claims and disputes may be 11 modified any time by mutual agreement of the parties hereto. 12 D. The CONSULTANT shall continue to perform its obligations under this 13 Agreement pending resolution of any dispute, and the COUNTY shall continue to make 14 payments of all undisputed amounts due under this Agreement. 15 E. When a claim by either party has been made alleging the CONSULTANT'S 16 negligent error, act, or omission, the COUNTY and the CONSULTANT shall meet and 17 confer within twenty-one (21) working days after the written notice of the claim has been 18 provided. 19 19. OWNERSHIP OF DATA 20 A. All documents, including preliminary documents, calculations, and survey data, 21 required in performing services under this Agreement shall be submitted to, and shall 22 remain at all times the property of the COUNTY regardless of whether they are in the 23 possession of the CONSULTANT or any other person, firm, corporation or agency. 24 B. The CONSULTANT understands and agrees the COUNTY shall retain full 25 ownership rights of the drawings and work product of the CONSULTANT for the PROJECT, 26 to the fullest extent permitted by law. In this regard, the CONSULTANT acknowledges and 27 agrees the CONSULTANT'S services are on behalf of the COUNTY and are "works made 28 for hire," as that term is defined in copyright law, by the COUNTY; that the drawings and 32 1 work product to be prepared by the CONSULTANT are for the sole and exclusive use of 2 the COUNTY, and that the COUNTY shall be the sole owner of all patents, copyrights, 3 trademarks, trade secrets and other rights and contractual interests in connection therewith 4 which are developed and compensated solely under this Agreement; that all the rights, title 5 and interest in and to the drawings and work product will be transferred to the COUNTY by 6 the CONSULTANT to the extent the CONSULTANT has an interest in and authority to 7 convey such rights; and the CONSULTANT will assist the COUNTY to obtain and enforce 8 patents, copyrights, trademarks, trade secrets, and other rights and contractual interests 9 relating to said drawings and work product, free and clear of any claim by the 10 CONSULTANT or anyone claiming any right through the CONSULTANT. The 11 CONSULTANT further acknowledges and agrees the COUNTY's ownership rights in such 12 drawings or work product, shall apply regardless of whether such drawings or work product, 13 or any copies thereof, are in possession of the CONSULTANT, or any other person, firm, 14 corporation, or entity. For purposes of this Agreement the terms "drawings and work 15 product" shall mean all reports and study findings commissioned to develop the PROJECT 16 design, drawings and schematic or preliminary design documents, certified reproducibles of 17 the original final construction contract drawings, specifications, the approved estimate, 18 record drawings, as-built plans, and discoveries, developments, designs, improvement, 19 inventions, formulas, processes, techniques, or specific know-how and data generated or 20 conceived or reduced to practice or learning by the CONSULTANT, either alone or jointly 21 with others, that result from the tasks assigned to the CONSULTANT by the COUNTY 22 under this Agreement. 23 C. If this Agreement is terminated during or at the completion of any phase under 24 Article 3, electronic and reproducible copies of report(s) or preliminary documents shall be 25 submitted by the CONSULTANT to the COUNTY, which may use them to complete the 26 PROJECT(S) at a future time. 27 D. If the PROJECT is terminated at the completion of a construction document 28 phase of the PROJECT, electronic and certified reproducibles on 4 mil thick double matte 33 1 film of the original final construction contract drawings, specifications, and approved 2 engineer's estimate shall be submitted by the CONSULTANT to the COUNTY. 3 E. Documents, including drawings and specifications, prepared by the 4 CONSULTANT pursuant to this Agreement are intended to be suitable for reuse by the 5 COUNTY or others on extensions of the services provided for PROJECT. Any use of 6 completed documents for projects other than PROJECT(S) and/or any use of uncompleted 7 documents will be at the COUNTY'S sole risk and without liability or legal exposure to the 8 CONSULTANT. g The electronic files provided by the CONSULTANT to the COUNTY are submitted 10 for an acceptance period lasting until the expiration of this Agreement (i.e., throughout the 11 duration of the contract term, including any extensions). Any defects the COUNTY 12 discovers during such acceptance period will be reported to the CONSULTANT and will be 13 corrected as part of the CONSULTANT'S "Basic Scope of Work." 14 F. The CONSULTANT shall not be liable for claims, liabilities or losses arising out 15 of, or connected with (1) the modification or misuse by the COUNTY or anyone authorized 16 by the COUNTY, of such CAD data, or (2) decline of accuracy or readability of CAD data 17 due to inappropriate storage conditions or duration; or (3) any use by the COUNTY, or 18 anyone authorized by the COUNTY, of such CAD data or other PROJECT documentation 19 for additions to the PROJECT for the completion of the PROJECT by others, or for other 20 projects; except to the extent that said use may be expressly authorized, in writing, by the 21 CONSULTANT. 22 G. The COUNTY, in the discretion of its Board of Supervisors, may permit the 23 copyrighting of reports or other products. If copyrights are permitted, the CONSULTANT 24 hereby agrees and this Agreement shall be deemed to provide that the Federal Highway 25 Administration shall have the royalty-free nonexclusive and irrevocable right to reproduce, 26 publish, or otherwise use, and to authorize others to use, the work for government 27 purposes. 28 34 1 20. CONSULTANT'S LEGAL AUTHORITY 2 The CONTRACTOR represents and warrants to the COUNTY that:. 3 A. The CONTRACTOR is duly authorized and empowered to sign and perform 4 its obligations under this Agreement; and 5 B. The individual signing this Agreement on behalf of the CONTRACTOR is duly 6 authorized to do so and his or her signature on this Agreement legally binds the 7 CONTRACTOR to the terms of this Agreement. 8 21. BINDING UPON SUCCESSORS 9 This Agreement shall be binding upon and inure to the benefit of the parties and 10 their respective successors in interest, assigns, legal representatives, and heirs. 11 22 SEVERABILITY 12 If any part of this Agreement is determined by a court of competent jurisdiction to be 13 unlawful or otherwise unenforceable, then this Agreement shall be construed as not 14 containing such provision, and all other provisions which are otherwise lawful shall remain 15 in full force and effect, and to this end the provisions of this Agreement are hereby declared 16 to be severable. 17 23. STATE PREVAILING WAGE RATES 18 A. No CONSULTANT or Subconsultant may be awarded an Agreement containing 19 public work elements unless registered with the Department of Industrial Relations (DIR) 20 pursuant to Labor Code §1725.5. Registration with DIR must be maintained throughout the 21 entire term of this Agreement, including any subsequent amendments. 22 B. The CONSULTANT shall comply with all of the applicable provisions of the 23 California Labor Code requiring the payment of prevailing wages. The General Prevailing 24 Wage Rate Determinations applicable to work under this Agreement are available from the 25 Department of Industrial Relations website http://www.dir.ca.gov. These wage rates are 26 made a specific part of this Agreement by reference pursuant to Labor Code §1773.2 and 27 will be applicable to work performed at a construction project site. Prevailing wages will be 28 35 1 applicable to all inspection work performed at COUNTY construction sites, at COUNTY 2 facilities and at off-site locations that are set up by the construction contractor or one of its 3 subcontractors solely and specifically to serve COUNTY projects. Prevailing wage 4 requirements do not apply to inspection work performed at the facilities of vendors and 5 commercial materials suppliers that provide goods and services to the general public. 6 C. Payroll Records 7 1. Each CONSULTANT and Subconsultant shall keep accurate certified 8 payroll records and supporting documents as mandated by Labor Code §1776 and as 9 defined in 8 CCR §16000 showing the name, address, social security number, work 10 classification, straight time and overtime hours worked each day and week, and the actual 11 per diem wages paid to each journeyman, apprentice, worker, or other employee employed 12 by the CONSULTANT or Subconsultant in connection with the public work. Each payroll 13 record shall contain or be verified by a written declaration that it is made under penalty of 14 perjury, stating both of the following: 15 a. The information contained in the payroll record is true and correct. 16 b. The employer has complied with the requirements of Labor Code §1771, 17 §1811, and §1815 for any work performed by his or her employees on the public works 18 project. 19 2. The payroll records enumerated under paragraph (1) above shall be 20 certified as correct by the CONSULTANT under penalty of perjury. The payroll records and 21 all supporting documents shall be made available for inspection and copying by COUNTY 22 representatives at all reasonable hours at the principal office of the CONSULTANT. The 23 CONSULTANT shall provide copies of certified payrolls or permit inspection of its records 24 as follows: 25 a. A certified copy of an employee's payroll record shall be made 26 available for inspection or furnished to the employee or the employee's authorized 27 representative on request. 28 b. A certified copy of all payroll records enumerated in paragraph (1) 36 1 above, shall be made available for inspection or furnished upon request to a representative 2 of the COUNTY, the Division of Labor Standards Enforcement and the Division of 3 Apprenticeship Standards of the Department of Industrial Relations. Certified payrolls 4 submitted to the COUNTY, the Division of Labor Standards Enforcement and the Division 5 of Apprenticeship Standards shall not be altered or obliterated by the CONSULTANT. 6 C. The public shall not be given access to certified payroll records by the 7 CONSULTANT. The CONSULTANT is required to forward any requests for certified 8 payrolls to the COUNTY Contract Administrator by both email and regular mail on the g business day following receipt of the request. 10 3. Each CONSULTANT shall submit a certified copy of the records 11 enumerated in paragraph (1) above, to the entity that requested the records within ten (10) 12 calendar days after receipt of a written request. 13 4. Any copy of records made available for inspection as copies and 14 furnished upon request to the public or any public agency by the COUNTY shall be marked 15 or obliterated in such a manner as to prevent disclosure of each individual's name, address, 16 and social security number. The name and address of the CONSULTANT or Subconsultant 17 performing the work shall not be marked or obliterated. 18 5. The CONSULTANT shall inform the COUNTY of the location of the 19 records enumerated under paragraph (1) above, including the street address, city and 20 county, and shall, within five (5) working days, provide a notice of a change of location and 21 address. 22 6. The CONSULTANT or Subconsultant shall have ten (10) calendar 23 days in which to comply subsequent to receipt of written notice requesting the records 24 enumerated in paragraph (1) above. In the event the CONSULTANT or Subconsultant fails 25 to comply within the ten (10) day period, he or she shall, as a penalty to the COUNTY, 26 forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each 27 worker, until strict compliance is effectuated. Such penalties shall be withheld by the 28 COUNTY from payments then due. The CONSULTANT is not subject to a penalty 37 1 assessment pursuant to this section due to the failure of a Subconsultant to comply with 2 this section. 3 D. When prevailing wage rates apply, the CONSULTANT is responsible for 4 verifying compliance with certified payroll requirements. Invoice payment will not be made 5 until the invoice is approved by the COUNTY Contract Administrator. 6 E. Penalty 7 1. The CONSULTANT and any of its Subconsultants shall comply with 8 Labor Code §1774 and §1775. Pursuant to Labor Code §1775, the CONSULTANT and any 9 Subconsultant shall forfeit to the COUNTY a penalty of not more than two hundred dollars 10 ($200) for each calendar day, or portion thereof, for each worker paid less than the 11 prevailing rates as determined by the Director of DIR for the work or craft in which the 12 worker is employed for any public work done under the Agreement by the CONSULTANT 13 or by its Subconsultant in violation of the requirements of the Labor Code and in particular, 14 Labor Code §§1770 to 1780, inclusive. 15 2. The amount of this forfeiture shall be determined by the Labor 16 Commissioner and shall be based on consideration of mistake, inadvertence, or neglect of 17 the CONSULTANT or Subconsultant in failing to pay the correct rate of prevailing wages, o 18 the previous record of the CONSULTANT or Subconsultant in meeting their respective 19 prevailing wage obligations, or the willful failure by the CONSULTANT or Subconsultant to 20 pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to 21 pay the correct rates of prevailing wages is not excusable if the CONSULTANT or 22 Subconsultant had knowledge of the obligations under the Labor Code. The 23 CONSULTANT is responsible for paying the appropriate rate, including any escalations that 24 take place during the term of the Agreement. 25 3. In addition to the penalty and pursuant to Labor Code §1775, the difference 26 between the prevailing wage rates and the amount paid to each worker for each calendar 27 day or portion thereof for which each worker was paid less than the prevailing wage rate 28 shall be paid to each worker by the CONSULTANT or Subconsultant. 38 1 4. If a worker employed by a Subconsultant on a public works project is 2 not paid the general prevailing per diem wages by the Subconsultant, the prime 3 CONSULTANT of the project is not liable for the penalties described above unless the 4 prime CONSULTANT had knowledge of that failure of the Subconsultant to pay the 5 specified prevailing rate of wages to those workers or unless the prime CONSULTANT fails 6 to comply with all of the following requirements: 7 a. The Agreement executed between the CONSULTANT and the 8 Subconsultant for the performance of work on public works projects shall include a copy of 9 the requirements in Labor Code §§ 1771, 1775, 1776, 1777.5, 1813, and 1815. 10 b. The CONSULTANT shall monitor the payment of the specified general 11 prevailing rate of per diem wages by the Subconsultant to the employees by periodic 12 review of the certified payroll records of the Subconsultant. 13 C. Upon becoming aware of the Subconsultant's failure to pay the 14 specified prevailing rate of wages to the Subconsultant's workers, the CONSULTANT shall 15 diligently take corrective action to halt or rectify the failure, including but not limited to, 16 retaining sufficient funds due the Subconsultant for work performed on the public works 17 project. 18 d. Prior to making final payment to the Subconsultant for work performed 19 on the public works project, the CONSULTANT shall obtain an affidavit signed under 20 penalty of perjury from the Subconsultant that the Subconsultant had paid the specified 21 general prevailing rate of per diem wages to the Subconsultant's employees on the public 22 works project and any amounts due pursuant to Labor Code §1813. 23 5. Pursuant to Labor Code §1775, the COUNTY shall notify the 24 CONSULTANT on a public works project within fifteen (15) calendar days of receipt of a 25 complaint that a Subconsultant has failed to pay workers the general prevailing rate of per 26 diem wages. 27 6. If the COUNTY determines that employees of a Subconsultant were 28 not paid the general prevailing rate of per diem wages and if the COUNTY did not retain 39 1 sufficient money under the Agreement to pay those employees the balance of wages owed 2 under the general prevailing rate of per diem wages, the CONSULTANT shall withhold an 3 amount of moneys due the Subconsultant sufficient to pay those employees the general 4 prevailing rate of per diem wages if requested by the COUNTY. 5 F. Hours of Labor 6 Eight (8) hours labor constitutes a legal day's work. The CONSULTANT shall forfeit, 7 as a penalty to the COUNTY, twenty-five dollars ($25) for each worker employed in the 8 execution of the Agreement by the CONSULTANT or any of its Subconsultants for each 9 calendar day during which such worker is required or permitted to work more than eight (8) 10 hours in any one calendar day and forty (40) hours in any one calendar week in violation of 11 the provisions of the Labor Code, and in particular §§1810 to 1815 thereof, inclusive, 12 except that work performed by employees in excess of eight (8) hours per day, and forty 13 (40) hours during any one week, shall be permitted upon compensation for all hours 14 worked in excess of eight (8) hours per day and forty (40) hours in any week, at not less 15 than one and one half (1.5) times the basic rate of pay, as provided in §1815. 16 G. Employment of Apprentices 17 1. Where either the prime Agreement or the subconsultant agreement 18 exceeds thirty thousand dollars ($30,000), the CONSULTANT and any subconsultants 19 under him or her shall comply with all applicable requirements of Labor Code §§ 1777.5, 20 1777.6 and 1777.7 in the employment of apprentices. 21 2. CONSULTANT and all subconsultants are required to comply with all 22 Labor Code requirements regarding the employment of apprentices, including mandatory 23 ratios of journey level to apprentice workers. Prior to commencement of work, the 24 CONSULTANT and subconsultants are advised to contact the DIR Division of 25 Apprenticeship Standards website at https://www.dir.ca.gov/das/, for additional information 26 regarding the employment of apprentices and for the specific journey-to-apprentice ratios 27 for the Agreement work. The CONSULTANT is responsible for all subconsultants' 28 compliance with these requirements. Penalties are specified in Labor Code §1777.7. 40 1 Articles 24-39 Not used 2 40. ENTIRE AGREEMENT 3 This Agreement constitutes the entire agreement between the CONSULTANT and 4 COUNTY with respect to the subject matter hereof and supersedes all previous 5 negotiations, proposals, commitments, writings, advertisements, publications, and 6 understandings of any nature whatsoever unless expressly included in this Agreement. In 7 the event of any inconsistency in interpreting the documents which constitute this 8 Agreement, the inconsistency shall be resolved by giving precedence in the following order 9 of priority: (1) the text of this Agreement (2) the COUNTY'S Request for Qualification "On- to Call A&E, Staff Augmentation and Related Services"; and (3) the CONSULTANT's 11 Statement of Qualification made in response to COUNTY'S Request for Qualification. In 12 consideration of promises, covenants and conditions contained in this Agreement, the 13 CONSULTANT and the COUNTY, and each of them, do hereby agree to diligently perform 14 in accordance with the terms and conditions of this Agreement, as evidenced by the 15 signatures below. 16 17 18 19 20 21 22 23 24 25 26 27 28 41 1 41. SIGNATURES 2 IN WITNESS WHEREOF, the parties have executed this Agreement on the date 3 set forth above. 4 5 CONTRA, R COUNTY OF FRESNO Digitally signed by Steve White 6 Steve White 07002022.06.1314:08:42 .,(Authoriz d Signature) Steven White, Director 7 Department of Public Works and g��� p Planning 8 �csw�eswt•-rvc-�SecJ�PMT Print Name &Title 9 10 Vanir Construction Management, Inc. 4540 Duckhorn Drive, Suite 300, 11 Sacramento, CA 95834 12 13 APPROVED AS TO LEGAL FQRM Daniel C. Cederborg, Coun y Cbuhlsel 14 d 15 By. ar 16 17 APPROVED AS TO ACCOUNTING FORM 18 Oscar J. Garcia, CPA, Auditor-Controller/Treasurer- 19 Tax Collector 20 By: �; `UX 21 L, 22 �f 23 FOR ACCOUNTING USE ONLY: Fund: 0001 10010 /0400 1 0700 /0701 / 0710 1 0720/0801 24 Subclass: 10000 / 11000/ 15000/ 15001 / 16900 / 10052 /10053 ! 10061 ( 10063 / 10065 25 10067 26 Org: 4360/4365/45104511 /45104512/45104513/45104514/7205/7910/8852 18853 / 8861 /8863/8865/8867/9015/9020 i 9026 / 9028/9140 27 Account: 7295 28 42 Appendix A — List of All Consultants and Project Managers A&M Consulting Engineers Bedrock Engineering, Inc. 220 North Locust Street, Visalia, CA PO Box 25783, Fresno, CA 93729 93291 Project Manager: Michael Hartley Project Manager: Orfil Muniz (559) 645-4849 x303 (559) 429-4747 mike@bedrockeng.com orfil@am-engr.com Blair, Church & Flynn Consulting Applied EarthWorks Engineers 1391 Shaw Ave., Suite C Suite 201, 451 Clovis Ave. Suite 200, Clovis, CA Fresno, CA 93711 93611 Project Manager: Erin Enright Project Manager: Jeffrey Brians (805) 594-1590 x316 (559) 326-1400 eenright@appliedearthworks.com jbrians@bcf-engr.com Area West Environmental, Inc. Blue Ridge Services Montana, Inc. 6248 Main Avenue, Suite C, 601 Kelly Ridge Road, Victor, MT 59875 Orangevale, CA 95662 Project Manager: Jason Todaro Project Manager: Becky Rozumowicz- Kodsuntie 6685 Morro Road, Atascadero, CA 93422 (916) 987-3362 (805) 461-6850 becky@areawest.net jason@blueridgeservices.com Avila & Associates Borrelli And Associates, Inc 1300 Galaxy Way, Suite 12, Concord, 2032 N. Gateway Blvd., Fresno, CA CA 94520 93727 Project Manager: Catherine Avila Project Manager: John Borrelli (925) 672-0549 (559) 285-6086 cavila@avilaassociates.com johnb@borrelliengineering.com 1 of 7 BSK Associates Dewberry Engineers, Inc. 550 W Locust Avenue, Fresno, CA 575 East Locust Avenue, Suite 204, 93650 Fresno, CA 93720 Project Manager: Michael Collins Project Manager: Mike Pugh (559) 497-2880 x182 (916) 420-1985 mcollins@bskassociates.com mpugh@dewberry.com Civil & Environmental Consultants, Electrical Power Systems, Inc Inc. 2187 Herndon Avenue, #102, Clovis, 333 Baldwin Road, Pittsburgh, PA CA 93611 15205 Project Manager: Joseph P. Prevendar Project Manager: Darrell Thompson (559) 221-7230 2356 Mountain View Ave, Sacramento, joe@epsfresno.com CA 95670 (760) 977-8106 dthompson@cecinc.com Geo-Logic Associates 2777 East Guasti Rd. Suite 1, Ontario, Cogstone Resource Management, CA 91761 Inc. (DBA: Cogstone) Project Manager: Jake Russell 1518 W. Taft Ave., Orange, CA 92865 143E Spring Hill Drive, Grass Valley, CA Project Manager: Molly Valasik 95945 (530) 272-2448 (714) 974-8300 jrussell@geo-logic.com mvalasik@cogstone.com Ghirardelli Associates, Inc. Cornerstone Structural Engineering Group, Inc. 2990 Lava Ridge Ct. Suite 120, Roseville, CA 95661 986 W Alluvial Ave Ste. 201, Fresno, CA 93711 Project Manager: Hugo Mejia Project Manager: Mark Weaver (559) 250-9682 hmejia@ghirardelliassoc.com (559) 320-3200 mweaver@cseg.com 2of7 Golder Associates USA Inc. / WSP Kleinfelder, Inc. USA Inc. 3731 W. Ashcroft Avenue, Fresno, CA 1000 Enterprise Way, Suite 190, 93722 Roseville, CA, 95678 Project Manager: Stephen Plauson Project Manager: Jeff Dobrowolski (559) 577-1449 (949) 396-5737 splauson@kleinfelder.com jdobrowolski@golder.com Krazan & Associates, Inc. Huber & Huber ARCHITECTS 215 W Dakota Ave, Clovis, CA 93612 10796 N. Tea Party Lane, Fresno, CA 93730-5920 Project Manager: David R. Jarosz Project Manager: Ann Huber (559) 348-2200 DaveJ@krazan.com (559) 470-7721 ann@hharchitects.net Lawrence Engineering Group JLB Traffic Engineering, Inc. 7084 North Maple Avenue, Suite 101, Fresno, CA 93720 516 W Shaw Ave, Ste. 103, Fresno, CA 93704 Project Manager: Ryan Carlson Project Manager: Jose Luis Benavides (559) 431-0101 x103 ryan@legfresno.com (559) 570-8991 jenavides@jlbtraffic.com Live Oak Associates, Inc. Kitchell 39930 Sierra Way, Suite B, Oakhurst, CA 93644 2344 Tulare Street, Suite 102 Fresno, Project Manager: Austin Pearson CA 93721 Project Manager: Rick Barton (559) 760-3065 apearson@loainc.com (559) 936-2360 rbarton@kitchell.com 3 of 7 LSA Associates, Inc. (doing business Montrose Environmental Solutions, as LSA) Inc. 2565 Alluvial Avenue, Suite 172, Clovis, 1801 7th Street Suite 100, Sacramento, CA 93611 CA 95811 Project Manager: Amanda Durgen Project Manager: Kt Alonzo 1504 Eureka Road, Suite 310, (916) 447-3479 x15817 Roseville, CA 95661 kalonzo@montrose-env.com (916) 905-3937 Amanda.Durgen@lsa.net NV5, Inc. Mark Thomas 2109 West Bullard Avenue, Suite 145, Fresno, CA 93711 7571 North Remington Avenue, Suite 102, Fresno, CA 93711 Project Manager: Kevin Reisz Project Manager: Ed Noriega (559) 417-1008 kevin.reisz@nv5.com (559) 374-3111 enoriega@markthomas.com OCMI, Inc. Michael Baker International 1300 Clay Street, Suite 900 Oakland, CA 94612 500 Ygnacio Valley Road, Suite 300, Walnut Creek, CA 94596 Project Manager: Conor Clarke Project Manager: Nabaz Saieed (925) 426-1578 conor.clarke@ocmi.com (510) 879-0977 nabaz.saieed@mbakerintl.com O'Dell Engineering MKN & Associates 7045 N Chestnut Avenue, Suite 103, Fresno, CA 93720 8405 N. Fresno Street, Suite 120, Fresno, CA 93720 Project Manager: Dylan Crawford Project Manager: Henry Liang (209) 497-4065 dcrawford@odellengineering.com (559) 500-4750 x1102 hliang@mknassociates.us 4of7 PARIKH Consultants, Inc. Robina Wright Architect and 1497 N Milpitas Boulevard, Milpitas, CA Associates Inc. 95035 4025 N Fresno Ste, 107, Fresno, CA Project Manager: David Wang 93726 (408) 690-8839 Project Manager: Robina Wright DWang@parikhnet.com (559) 307-7232 robina@robinawrightarchitect.com Peters Engineering Group 862 Pollasky Ave, Clovis, CA 93612 Stantec Consulting Services, Inc. 6780 North West Ave., Suite 103, Project Manager: David Peters Fresno, CA 93711 (559) 299-1544 x111 Project Manager: Ralph Carson dpeters@peters-engineering.com (559) 904-1344 Provost & Pritchard Consulting ralph.carson@stantec.com Group 455 W Fir Avenue, Clovis, CA 93711 Stearns, Conrad and Schmidt,Consulting Engineers, Inc. Project Manager: Matthew W. Kemp 3900 Kilroy Airport Way, Suite 100, (559) 449-2700 Long Beach, CA 90806 mkemp@ppeng.com Project Manager: Pat Sullivan Quad Knopf. Inc. (dba QK) 3117 Fite Circle, Suite 108, Sacramento, CA 95827 601 Pollasky Avenue, Suite 301, Clovis, (916) 503-2956 CA 93612 psullivan@scsengineers.com Project Manager: Ernie Escobedo SWCA, Incorporated dba SWCA (559) 449-2400 Environmental Consultants Ernie.Esobedo@gkinc.com 1422 Monterey Street, Suite C200, San Quincy Engineering Luis Obispo, CA 93401 11017 Cobblerock Dr., Suite 100 Project Manager: Bill Henry 1422 Monterey Street, Suite B-C200, Project Manager: Mark Reno San Luis Obispo, CA 93401 (916) 368-9181 (805) 903-1193 markr@quincyeng.com bhenry@swca.com 5 of 7 SWT Engineering, Inc TRC Engineers, Inc. 800 S Rochester Ave., STE C, Ontario, 575 E. Locust Avenue, Suite 105, CA 91761 Fresno, CA 93720 Project Manager: Michael A, Cullinane Project Manager: Robin Yates (909) 390-1328 (559) 304-1240 mac@swteng.com RYates@trccompanies.com T2 UES, Inc. d/b/a T2 Utility Triple HS, INc. dba H. T. Harvey & Engineers Associates 5622 Research Drive, Huntington 8080 N. Palm Avenue, Suite 205, Beach, CA 92649 Fresno, CA 93711 Project Manager: Glen Robison Project Manager: Amy Sparks (714) 487-5783 (510) 225-5109 glen.robison@t2ue.com asparks@harveyecology.com Temple Andersen Moore Architects Vanir Construction Management, Inc. 6781 N. Palm Avenue, Suite 120, 2444 Main Street, Suite 130, Fresno, Fresno, CA 93704 CA 93721 Project Manager: Jared Ramirez Project Manager: Scott Murphy (559) 435-4750 (559) 801-1569 jramirez@tamarchitects.com scott.murphy@vanir.com Tetra Tech BAS, Inc. Willbanks Environmental Consulting, 21700 Copley Drive, Suite 200, Inc Diamond Bar, CA 91765 8413 N Millbrook Ave Suite 110, Fresno, Project Manager: Caleb Moore CA 93720 (909) 655-3256 Project Manager: Noelle Willbanks caleb.moore@tetratech.com (559) 797-4181 Noelle@wecenvironmental.com 6of7 Wood Wiley and Jebian 4685 N Cedar Ave. Suite B, Fresno, CA 93726 Project Manager: Anthony Jebian (559) 225-3633 tjebian@wwjeng.com 7 of 7 Consultant's Scope of Services — Appendix B Consultant Eligible Services Form Consultant Firm: Vanir Construction Management CONSULTANT is approved for these services: Staff Federally Discipline On-Call Funded Augmentation projects Archaeology /Architectural History/ Paleontology Architectural Drafting and Design Assessment Engineering Biology Building Commissioning (LEED) X X Building Plan Checking Certified Access Specialist (CASP) Certification Civil Engineering Construction Management X X Cost Estimating X X Electrical Engineering Encroachment Permit Inspections Environmental Planning Services Geotechnical Engineering Grant Writing Hydraulic Engineering Industrial Hygiene, Hazardous Material, Lead and Asbestos Compliance Land Use / Planning Landscaping Architecture Materials Testing Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Staff Federally Discipline On-Call Funded Augmentation projects Pavement Management Permit Technicians Plumbing and Mechanical Engineering Solid Waste Engineering Structural Engineering Surveying Traffic and Transportation Engineering Utility Locating Water Resource Operators Water Resources Engineering CONSULTANT is responsible for all services listed within this scope document for the discipline(s), funding sources and category of service (on-call and/or on-call staff augmentation) which they have been indicated above as well as services listed across discipline. 2of11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Table of Contents Consultant Eligible Services Form .............................................................................. 1 Tableof Contents............................................................................................................ 3 Descriptions of Work by Discipline ..................................................................................4 Building Commissioning (LEED)..................................................................................4 ConstructionManagement...........................................................................................4 CostEstimating............................................................................................................4 On-Call Services ............................................................................................................. 5 TechnicalReports........................................................................................................ 5 Preparation of Various Reports and Studies................................................................ 5 Construction Observation ............................................................................................ 6 Staff Augmentation On-Call Services.............................................................................. 9 All Staff Augmentation Services................................................................................... 9 EngineeringSupport.................................................................................................. 11 3of11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Descriptions of Work by Discipline Building Commissioning (LEED) Commissioning services during Pre-Construction Phase, Construction Phase, and Post Construction Phase, in accordance with the principles of Leadership in Energy and Environmental Design (LEED), to include but not be limited to: a. Development of Commissioning Plan with design team and user group b. Regular meetings as needed with design team and contractors c. Submittal Review for related systems d. Design Review Forms e. Site Observation Reports f. Issue Logs g. Pre-functional Testing h. Start-up reports i. Final Commissioning report and Systems manual Construction Management 1. Jobsite inspections/evaluations 2. Construction logs for RFIs, ASIs, Change Orders, Submittals, Pay Apps, etc. 3. Coordination of inspections and County provided trades (low voltage, FF&E, etc.) with Contractor 4. Regular meetings as needed with architect, contractor, user-group, etc. 5. Responsible for collecting and distributing closeout documents (as-built drawings and specs, signed off inspection cards, OMMs, Warranties, etc.) Cost Estimating 1. Construction cost estimates for apartment complexes 2. Construction Cost estimating at Schematic, Design Development, and/or Construction Documents 3. Recommendations for value engineering 4of11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services On-Call Services Technical Reports Applies to all disciplines Description of Work Prepare a detailed preliminary engineering report for the project in Department format. The report shall contain all necessary information in sufficient detail to propose the project design. Requirements of Specified Services 1. Ascertain the requirements for Technical Reports through meetings with the PROJECT ADMINISTRATOR and a review of existing information on the PROJECT(S). 2. The CONSULTANT shall prepare and submit technical reports to the PROJECT ADMINISTRATOR for each assigned PROJECT. Technical reports shall be prepared in accordance with the appropriate format required by local, state and federal laws, regulations and guidelines. 3. When requested by the PROJECT ADMINISTRATOR, the CONSULTANT shall attend meetings with the COUNTY, federal, state and/or local representatives to discuss and review the technical report. The CONSULTANT shall prepare brief minutes of meetings attended and promptly submit the minutes to the PROJECT ADMINISTRATOR within seven (7) days. 4. The CONSULTANT shall submit each technical report to the PROJECT ADMINISTRATOR for transmittal to other appropriate agencies for their review and approval. The CONSULTANT shall revise and resubmit each technical report as necessary until approved by all appropriate agencies. 5. The CONSULTANT shall prepare and submit technical studies and estimates in the formats, quantities, and delivery methods delineated in Appendix C. The CONSULTANT shall verify compatible format and quantity prior to final delivery. Preparation of Various Reports and Studies Applies to all disciplines Description of Work 1. Analyze project budget; 5of11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services 2. Review existing engineering reports from the Department as available; 3. Prepare a detailed project cost estimate, which shall identify the components and requirements of the project; and 4. Prepare a detailed report or study in Department format. Construction Observation Applies to the following disciplines: Architectural Design and Drafting Building Commissioning Certified Access Specialist (CASP) Civil Engineering Certification Construction Management Construction Quality Assurance Cost Estimating Electrical Engineering Geotechnical Engineering Hydraulics Industrial Hygiene Land Use / Planning Landscape Architecture Plumbing and Mechanical Engineering Solid Waste (Landfill) Structural Engineering Traffic Engineering Water Resources General Description of Work 1. Attend the pre-construction conference scheduled by the Department; and 2. Provide services during construction including, but not limited to: a. Make recommendations to the Department on all claims of the Department or construction contractor and all other matters relating to the execution and progress of work, including interpretation of the Agreement documents b. Review and make recommendations for samples, schedules, shop drawings and other submissions for general conformance with the design concept of the project and for general compliance with the plans and specifications and information given by the consultant's contract documents c. Respond timely to requests from the Department and contractor for information needed from consultant in order to clarify construction plans and specification to review the contractor's estimates for all other charges d. Recommend and prepare necessary change orders and associated engineer's estimate e. Assist the Department, at the Department's express, written authorization, with any claim resolution process involving the Department's construction contractor 6of11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services and the Department, including serving as a witness in connection with any legal proceedings or dispute resolution processes required by law Requirements of Specified Services When Requested The CONSULTANT shall: 1. When requested by the PROJECT ADMINISTRATOR, attend meetings with the COUNTY, and/or any federal, state and/or local representatives. The CONSULTANT shall prepare brief minutes of all meetings attended and promptly submit those minutes to the PROJECT ADMINISTRATOR within seven (7) calendar days. 2. Make recommendations to the COUNTY on all claims of the COUNTY or the construction contractor and all other matters relating to the execution and progress of work, including interpretation of the contract documents for the PROJECT. 3. Within seven (7) calendar days of the COUNTY'S request, review and make recommendations for samples, schedules, shop drawings, and other submissions for general conformance with the design concept of the PROJECT(S) and for general compliance with the plans and specifications and information provided by the contract documents for the PROJECT. 4. Within two (2) working days, respond to requests from the PROJECT ADMINISTRATOR for information needed from the CONSULTANT in order to clarify construction plans and specifications and to review the construction contractor's cost estimates for all change orders. 5. Recommend and assist in the preparation of such change orders as deemed necessary with supporting documentation, calculations and estimate, for review and issuance of change orders by the COUNTY Construction Engineer to obtain appropriate agency acceptance and approval. 6. At intervals appropriate to the stage of construction, or as otherwise deemed necessary by the CONSULTANT, visit the site of the PROJECT(S) as necessary to become familiar generally with the progress and quality of the work and to determine whether the work is proceeding in general accordance with the contract documents. The CONSULTANT shall not be required to make exhaustive or continuous onsite inspections but shall give direction to the Construction Inspector as hereinafter more specifically provided. The CONSULTANT shall not be responsible for the construction contractor's failure to carry out the construction work in accordance with the contract documents. However, the CONSULTANT shall immediately advise the PROJECT ADMINISTRATOR of any known or observed deviation from the contract documents. 7. Not have control over or charge of, and shall not be responsible for construction means, methods, techniques, sequence, or procedure, or for the safety 7of11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services precautions, programs, or equipment in use in connection with the work, since these are solely the construction contractor's responsibility under the contract for construction. 8. Submit progress reports on each specific PROJECT in accordance with the task order. These reports shall be submitted at least once a month. The report shall be sufficiently detailed for PROJECT ADMINISTRATOR to determine if the CONSULTANT is performing to expectations or is on schedule, to provide communication of interim findings, and so sufficiently address any difficulties or special problems encountered so remedies can be developed. 9. Advise the PROJECT ADMINISTRATOR of defects and deficiencies observed in the work of the construction contractor and may recommend that the DIRECTOR reject work as failing to conform to the contract documents. 10. Conduct site visits and field observations to facilitate recommendations by the CONSULTANT regarding: a. dates of substantial completion b. dates of final completion c. the DIRECTOR'S acceptance of the work d. the DIRECTOR'S filing of the Notice of Completion and Issuance of Final Certificate for payment e. other issues which may require site visits 11. Control of Construction Project Site The COUNTY agrees that in accordance with generally accepted practices, the COUNTY'S construction contractor will be required to assume sole and complete responsibility for job site conditions during the course of construction projects; including safety of all persons and property, and that this requirement shall be made to apply continuously during projects and not be limited to normal working hours. The CONSULTANT shall not have control over or charge of, and shall not be responsible for, project means, methods, techniques, sequences or procedures, as these are solely the responsibility of the construction contractor. The CONSULTANT shall not have the authority to stop or reject the work of the construction contractor. 8of11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Staff Augmentation On-Call Services All Staff Augmentation Services Applies to all disciplines Requirements of Specified Services The Department's Project Administrator may interview the Consultant's personnel to confirm the requisite qualifications and experience for the Project or Task Order services. The decision of the Department's Project Administrator to select the Consultant's personnel shall be binding upon the Consultant and its Subconsultants. The Consultant shall provide adequate qualified personnel to be interviewed by the Department's Project Administrator within one (1) week of receiving the request. The Department's Project Administrator shall evaluate the adequacy (quality and quantity) of the work performed by the Consultant's personnel and determine whether the deliverables satisfy the acceptance tests and criteria. Any Consultant personnel may be rejected if it is determined that they lack the minimum qualifications. If at any time the level of performance is below expectations, the Department's Project Administrator may direct the Consultant to immediately remove Consultant personnel from the project specified in a Task Order and request that another qualified person be assigned as needed. The substitute personnel shall meet the qualifications required by this Agreement for performance of the work as demonstrated by a resume and copies of current certifications submitted by the Consultant. Substitute personnel shall receive prior written approval from Department's Project Administrator. Invoices with charges for personnel not pre-approved by the Department's Project Administrator for work on the Agreement and for each Task Order shall not be reimbursed. The Consultant shall not remove or replace any existing personnel assigned to Task Orders without the prior written consent of the Department's Project Administrator. The removal or replacement of personnel without the written approval from the Department's Project Administrator shall be violation of the Agreement and may result in termination of the Agreement. When assigned consultant personnel is on approved leave and required by the Department's Project Administrator, the Consultant Project Manager shall provide a substitute employee until the assigned employee returns to work from the approved leave. The substitute personnel shall have the same job classification, as set forth herein or in the Consultant's Cost Proposal, not exceed the billing rate and meet or exceed the qualifications and experience level of the previously assigned personnel, at no additional cost to the Department. Substitute personnel shall receive prior written approval from the Department's Contract Administrator to work on this Agreement. The Consultant is responsible to provide fully trained personnel to efficiently perform the work. The Consultant's personnel may be asked to attend certain special training if 9of11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services recommended by the Department's Project Administrator. On such occasions, with the approval of the Department's Project Administrator, the Department shall compensate the Consultant for the Consultant's actual cost for time spent in training only. All other costs, fees, and expenses associated with the training, including any transportation costs and training fees, shall be the Consultant's responsibility. In addition, services to train the Department's personnel shall not be provided by the Consultant under this Agreement. In location(s) where the Consultant personnel is expected to work for extended period(s) of time, the Consultant shall either relocate the personnel or make every effort to hire local persons. In addition to other specified responsibilities, the Consultant Contract Manager shall be responsible for all matters related to the Consultant's personnel, Subconsultants, and Consultant's and Sub-Consultants' operations including, but not limited to, the following: 1. Ensuring that deliverables are clearly defined, and that criteria are specific, measurable, attainable, realistic and time-bound; and that the deliverables satisfy the criteria. 2. Supervising, reviewing, monitoring, training, and directing the Consultant's and Subconsultants' personnel. 3. Managing Subconsultants. 4. Assigning qualified personnel to complete the required Task Order work as specified on an "as-needed" basis in coordination with the Department's Contract Administrator. 5. Administering personnel actions for Consultant personnel and ensuring appropriate actions taken for Subconsultant personnel. 6. Maintaining and submitting organized project files for record tracking and auditing. 7. Developing, organizing, facilitating, and attending scheduled coordination meetings, and preparation and distribution of meeting minutes. 8. Implementing and maintaining quality control procedures to manage conflicts, ensure product accuracy, and identify critical reviews and milestones. 9. Assuring that all applicable safety measures are in place. 10. Providing invoices in a timely manner and providing monthly Agreement expenditures. 11. Reviewing invoices for accuracy and completion before billing to the Department. 12. Managing overall budget for Agreement and provide report to the Department's Contract Administrator. 13. Ensuring compliance with the provisions in this Agreement and all specific Task Order requirements. 14. Monitor the health and safety of personnel working in a hazardous environment in accordance with all applicable Federal, State, and Local regulations. 15. Knowledge, experience, and familiarity with prevailing wage issues and requirements in State of California, if applicable. 10 of 11 Appendix B — Consultant's Scope of Services On-Call Architectural and Engineering Consultant and Related Services Engineering Support Applies to all disciplines Description of Work 1. Provide technical data for the preparation of various funding paperwork 2. Provide technical data for the preparation of various permit applications 3. Provide technical data for the preparation of cooperative agreements 4. Provide technical data for the preparation of utility agreements 5. Prepare and stamp legal descriptions for the acquisition of right of way 6. Conduct meetings with property owners regarding projects 7. Review of existing designs for compliance with development plans 8. Provide presentation materials for the Board of Supervisors to be presented by COUNTY staff 9. Prepare various tables, maps, charts and diagrams 10. Provide technical support for request for proposal processes 11. Serve as a plan checker and independent quantity checker 11 of 11 Appendix C County of Fresno On-Call Architectural&Engineering Consultant Services b. Firm Principal Jerry Avalos,CCM, LEED AP, EIT Principal/Vice President Summary of Qualifications Jerry has over 25 years of experience in the construction industry and he has served in e ; varying capacities for a number of large construction projects. He is knowledgeable in preparing management strategies for planning and scheduling,organization,contracts EDUCATION and specifications,construction inspection,construction safety,estimating,as well as Bachelor of Science,Civil equipment and methods. He is an expert in the design of concrete and steel construction Engineering,California and has a keen geotechnical understanding.Jerry has led the charge of many projects Polytechnic State University, facing the challenge of maintaining existing facilities and operations throughout San Luis Obispo construction. He is skilled in administering A/E and general contractor agreements, in Electrical Airman Apprentice addition to resolving conflicts and disputes through proactive management techniques. Program,U.S.Navy He possesses a strong ability to deliver on time and within budget under complex, political PROFESSIONAL LICENSE environments. Engineer in Training(EIT) Project Experience CERTIFICATIONS CMAA,Certified Construction City of Clovis,Fire Station No.6,Clovis,CA.Project Director,$4.5 million, Design-Bid- Manager(CCM) Build.Vanir is providing project and construction management services for the new Clovis USGBC Leadership in Energy Fire Station No.6 Project.The fire station includes Spanish style architecture,three bay and Environmental Design apparatus room,office,five sleeping quarters,kitchen, lounge,workout room, maintenance (LEED)Accredited Professional room and associated restrooms.Work also includes a new 150-foot communication tower (AP) and pedestrian paths leading to the city parkway and new Loma Vista development.Vanir ACI Certified Concrete Field will provide design estimates and a constructability review,assist the City of Clovis with bid Testing Technician participation and bid/award,and manage and inspect the construction of the fire station. AFFILIATIONS Cityof Selma,New Rockwell Park,Selma,CA.Senior Program Manager, $11.3 million,28 Construction Management g g Association of America Acres,State-Funded, Design-Bid-Build.Vanir is providing full project management services (CMAA) for the new Rockwell Pond Park which is being funded through the California State Parks Lean Construction Institute Proposition 68 grant.The 28-acre park's amenities will consist of, but is not limited to: (LCI) youth soccer and football lighted practice space,two lighted basketball courts and water United States Green Building play park,ADA compliant playground equipment, picnic shelters,walking/jogging trails, Council(USGBC) restrooms and parking. California State University, City of Visalia,Energy Efficiency Measures Retrofit,Visalia,CA.Project Director, $3.5 Fresno Instructor, million, Design-Bid-Build. Provided construction management services,with an emphasis Construction Management Professional Development on inspection and commissioning of work performed by a general contractor performing energy-efficiency measure on 19 city-owned facilities. VANIR 8 County of Fresno I On-Call Architectural&Engineering Consultant Services c. Key Personnel Scott Murphy,CCM Project Director Summary of Qualifications Scott has nearly 25 years of experience in the construction industry. He has managed every aspect of the project lifecycle from initial conception through completion and is well-versed in a variety of market segments including criminal justice, public works, EDUCATION education, healthcare in both the public and private sector. His project and construction Bachelor of Science, management responsibilities have consisted of front-end specification writing,design, Construction Management, project setup,design reviews,constructability reviews,estimating,value engineering, California State University, program and project scheduling,contract negotiations, bid solicitation,code compliance, Fresno LEED charrettes,claims negotiation,ADA compliance and inspection. Associate of Science,Forestry, Kings River College Project Experience CERTIFICATIONS City of Los Banos,New Police Headquarters/Station,Los Banos,CA.Project Director, CMAA,Certified Construction $24 million,26,500 SF, Design-Build. Project consists of a main building and adjacent Manager(CCM) outbuilding.The new headquarters will include a new dispatch center,community 10-Hour OSHA outreach space,community meeting space,as well as police department divisions that AFFILIATIONS include the traffic and code enforcement department,detectives,detention area,sally port, Construction Management briefing room and evidence storage.Additional space within the main building includes a Association of America men's and a women's locker room,training room, break room,sleeping quarters, K-9 area (CMAA) and several conference rooms.The outbuilding includes two vehicle processing bays and Lean Construction Institute additional storage. (LCI) City of Clovis,Fire Station No.6,Clovis,CA.Project/Construction Manager, $8.2 million, US Green Building Council Design-Bid-Build.Vanir is providing project and construction management services for the (USGBC) new Clovis Fire Station No.6 Project.The fire station includes,Spanish style architecture, three bay apparatus room,office,five sleeping quarters, kitchen,lounge,workout room, maintenance room and associated restrooms.Work also includes a new 150, communication tower, pedestrian paths leading to the city parkway and new Loma Vista development.Vanir will provide design estimates and a constructability review,assist the City of Clovis with bid participation and bid/award, manage and inspect the construction. Judicial Council of CA,Administrative office of the Courts, New Madera County Courthouse,Madera,CA.Project Manager,$80 million, LEED Silver,CMAR. Project consisted of a new four-story,ten-courtroom building with a full holding cell basement, and a four-story parking structure. VANIR 9 Section 2 County of Fresno On-Call Architectural&Engineering Consultant Services Robert Nash,AIA, NCARB Project Director Summary of Qualifications Robert has proven experience in facilities assessments, planning, programing,and designing outstanding public sector projects throughout the State of California and nationally. He has developed an expertise in team building and fostering strong working relationships between team members to assure that planning and design solutions EDUCATION respond to all functional,financial and aesthetic goals for each project. Bachelor of Architecture, Temple University, Robert is an architect and planner with over 38 years of experience working with public Philadelphia,PA sector clients including city,county and state agencies. He recently led the team that PROFESSIONAL LICENSE developed the Los Angeles County Jail Master Plan,which identified nearly$2 billion California Registered Architect #28592 in new facilities,additions and renovations,and maintenance and repairs.The Board of Supervisors approved the master plan and is proceeding with design and construction of CERTIFICATIONS the projects identified in the master plan. National Council of Architectural Registration Project Experience Boards AFFILIATIONS City of Los Banos, New Police Headquarters/Station,Los Banos,CA. Project Manager, American Institute of $24 million,26,500 SF, Design-Build. Project consists of a main building and adjacent Architects(AIA) outbuilding.The new headquarters will include a new dispatch center,community outreach space,community meeting space,as well as police department divisions that include the traffic and code enforcement department,detectives,detention area,sally port, briefing room and evidence storage.Additional space within the main building includes a men's and a women's locker room,training room, break room,sleeping quarters, K-9 area and several conference rooms.The outbuilding includes two vehicle processing bays and additional storage. San Luis Obispo County,Co-Located Dispatch Center,Templeton,CA.Project Manager, $18 million, 17,000 SF, New Construction, Essential Services Facility, Design-Build. The project will replace and co-locate emergency services and dispatching for the Sheriff's Office Dispatch Center(SODC)which provides dispatching for both Law Enforcement and Ambulances(MEDCOM).The facility will also house the CalFire/San Luis Obispo County Fire Emergency Command Center with a floor capacity for 24 dispatching consoles. Responsible for design management and subconsultant coordination. Judicial Council of California,New Los Banos Courthouse,Los Banos,CA.Project Manager,29,511 square foot, $27 million,CMAR.The project replaced the existing one- courtroom courthouse and included two new courtrooms,court support space for court management services,self-help,family court services,court clerk,court security operations and holding. Responsibilities included construction management services and facilitating inspections,and State Fire Marshal review. VANIR 10 Section 2 County of Fresno I On-Call Architectural&Engineering Consultant Services Jim Brackett, CCM Sr.Construction Manager Summary of Qualifications Jim has over 30 years of combined experience in design,general construction and construction management with involvement in all aspects of modernizations and new construction projects ranging from $150,000 to$14 million in construction costs. His professional experiences include supervising multiple projects,staff, multiple prime EDUCATION contractors,subcontractors and vendors simultaneously. He has been involved with the Bachelor of Science, Construction Management, management and administration of all aspects of projects from the design phase, pre-bid, California State University, bidding,construction,closeout and warranty period of numerous projects throughout his Fresno continuous career in the industry. Associate of Science, Architecture,Bakersfield Project Experience Junior College Fresno County,Sheriff Substation,Fresno,CA.Sr.Construction Manager, $11.3 million, PROFESSIONAL LICENSE 58,220 SF, New Construction, Essential Services Facility, Design-Bid-Build.The project Contractor's State License consists of a new 22,700-SF pre-manufactured steel-framed,single-story Sheriff Substation, Board,Class B#828757,CA a 35,520-SF Vehicle and Evidence Storage building with approximately 50 parking spaces, CERTIFICATIONS parking lot and associated site improvements.Vanir was asked by the County to provide CMAA Certified Construction construction management services from mid-point of construction to completion.Vanir's Manager(CCM) work includes facilitating weekly progress meetings,providing meeting minutes,and 30-Hour OSHA managing the RFI,Submittal,ASI,and Pay Application processes. Tulare Visalia Library Remodel and Expansion,Visalia,CA.Sr.Construction Manager. Golden Hills Community Center,Tehachapi,CA.Sr.Construction Manager,$2.5 million. Bakersfield College, Industrial Technology Building Modernization,Bakersfield,CA. Sr.Construction Manager. Cerro Coso College,Theater Modernization and Upgrade,Ridgecrest,CA.Sr. Construction Manager. Porterville College,Science Building Modernization,Porterville,CA.Sr.Construction Manager. Porterville College, Library Expansion and Upgrade, Porterville,CA.Sr.Construction Manager. Wasco Correctional and North Kern Correctional Facilities,Health Care Improvement Facilities Program,Wasco,CA.Sr.Construction Manager, $60 million. VANIR n Section 2 County of Fresno On-Call Architectural&Engineering Consultant Services Andres Enciso,CMIT WWI Construction Manager Summary of Qualifications Andres has over 15 years of experience in the construction industry providing dedicated results driven design and construction management services to public and private sector clients.Andres has worked as a draftsman and a construction administrator for architectural firms which provided him with the knowledge and expertise to identify constructability EDUCATION issues early and to prevent potential cost and schedule impacts.Andres has a wide ranging Bachelor of Science, Construction Management, and diverse set of skills for office and field work with a clear focus on the fundamentals of California State University, projects completion on time,under budget,safely,and to the client's satisfaction. Fresno Associate of Science, Project Experience Architecture,College of the City of Los Banos,New Police Headquarters/Station,Los Banos,CA.Construction Sequoias,Visalia Manager, $24 million,26,500 SF, Design-Build. Project consists of a main building CERTIFICATIONS and adjacent outbuilding.The new headquarters will include a new dispatch center, 10-Hour OSHA community outreach space,community meeting space,as well as police department CMAA,Construction divisions that include the traffic and code enforcement department,detectives,detention Manager-in-Training(OMIT) area,sally port, briefing room and evidence storage.Additional space within the main building includes a men's and a women's locker room,training room, break room,sleeping AFFILIATIONS quarters, K-9 area and several conference rooms.The outbuilding Construction Management q g Includes two vehicle Association of America processing bays and additional storage. (CMAA) City of Selma,New Police Station,Selma,CA.Assistant Construction Manager, $8.3 million,10,175 SF, New Construction, Essential Services Facility, Design-Bid-Build.Vanir is providing project and construction management services to the City of Selma for their new police stations.The New Police Department Facility will include patrol squad room, detective room,sergeant room,lieutenant offices,evidence room,and a secure prisoner processing area with five holding cells.Squad room has direct access to the rear parking area,which will be fenced for patrol cars. Responsibilities include running project meetings, processing submittals and RFI's,reviewieng PCOs, pay applications and schedule updates. City of Corcoran,New Police Station,Corcoran,CA.Construction Manager, $5.5 million, 11,500 SF, New Construction,Modular, Design/Build.Vanir was the Owner's representative for the new modular Police Headquarters building project.The new headquarters is approximately 11,500 SF with four holding cells to accommodate nine in-custodies. Responsible for conducting Owner's meetings,evaluating all RFI's,submittals, pay applications, potential change orders,and change orders,and coordinating with utility companies and City staff. Tulare County,South County Detention Facility(AB900),Porterville,CA.Assistant Construction Manager, $60 million, 119,000 SF,500-beds,State Funded.Vanir is providing project management services for the planning,design and construction of the new jail,the first in southern Tulare County. Responsibilities include processing RFIs,reviewing PCOs, pay applications and xchedules updates. VANIR 12 Section 2 County of Fresno I On Call Architectural&Engineering Consultant Services Jennifer Garcia Assistant Construction Manager Summary of Qualifications Jennifer is an accomplished construction professional with three years of experience managing a range of public and private projects.She is experienced with construction processes,field processes,value engineering, processing change orders,CPM scheduling, constructability,and estimating.Jennifer's experience includes field documents;daily, EDUCATION weekly,and monthly reports;change order review support; RFIs,transmittals,and Bachelor of Science, Construction Management, submittals;and document control. California State University, Fresno Project Experience Associate of Arts,Interior Tulare County,South County Detention Facility(AB900),Porterville,CA.Project Design,California State Engineer,$60 million, 119,000 SF,519-beds,State Funded.Vanir is provided project University,Fresno management services for the planning,design and construction of the new jail,the first CERTIFICATIONS in southern Tulare County.The building is equipped with a medical center,administration 30-Hour OSHA center,visitation center,and kitchen. Responsibilities include processing RFIs, reviewing AFFILIATIONS PCOs, pay applications and schedules updates. Construction Management Association of America Kings County,Kings County Jail Phase II Expansion, Hanford,CA.Project Engineer, (CMAA) $33.2 million,67,000 SF,252-bed,State Funded.Vanir provided project and construction management services for the planning,design,and construction of Phase II,the project was a critical expansion. It included additional housing,renovation, medical,intake and booking, programming,and support services. SoCalGas,Regional Base,Bakersfield,CA.Project Engineer,$22 million,31,000 SF, New Construction, LEED Gold, Net-Zero Energy, Design-Bid-Build. This facility will serve more than a hundred thousand homes and businesses that use natural gas in the region.The facility also includes an employee training facility and customer demonstration center, separate storage building and garage.The project also included a photovoltaic solar energy system and compressed natural gas (CNG)fueling station for company and public use. Central Union School District,Admiral Akers Elementary School,Lemoore,CA. Project Engineer, $25 million, Design-Bid-Build.Vanir is providing full construction management services for the new classroom wing with 14 new classrooms, removal of 12 existing portable classrooms,new gymnasium, modernization of kitchen services and library media center,and relocation of administration offices. VANIR 13 Section 2 County of Fresno I On-Call Architectural&Engineering Consultant Services Barry Winningham Quality Control/Inspector Summary of Qualifications Barry has 35 years of experience in construction and building maintenance. He has superior knowledge of International Building Codes and California Building Codes and an understanding of building materials, methods of construction and principles of building inspection.As construction supervisor, Barry observes proper inspection techniques and EDUCATION applies his technical knowledge to examine workmanship and materials to determine College of the Sequoias, Industrial Technology and conformance to approve plans,specifications,codes and standards. He is experienced in Engineering blueprint reading; bidding,estimating construction schedules;and overseeing carpenters, PROFESSIONAL LICENSE electricians,plumbers, ironworkers,masons,and sheet metal workers. Barry establishes and CA General Contractor B, maintains great relationships with contractors,engineers,architects,and management. #403307 Project Experience CERTIFICATIONS ICC Commercial Building City of Los Banos,New Police Headquarters/Station,Los Banos,CA.Inspector, Inspector,#8028646 $24 million,26,500 SF, Design-Build. Project consists of a main building and adjacent ICC Structural Masonry outbuilding.The new headquarters will include a new dispatch center,community Special Inspector,#8028646 outreach space,community meeting space,as well as police department divisions that ICC Reinforced Concrete include the traffic and code enforcement department,detectives,detention area,sally port, Special Inspector,#8028646 briefing room and evidence storage.Additional space within the main building includes a men's and a women's locker room,training room, break room,sleeping quarters, K-9 area ICC Prestressed Concrete and several conference rooms.The outbuilding includes two vehicle processing bays and Special Inspector,#802646 additional storage. ICC Structural Steel and Bolting Special Inspector, City of Corcoran,New Police Station,Corcoran,CA.Construction Inspector,$5.5 million, #802646 11,500 SF, New Construction,Modular, Design-Build.Vanir was the Owner's representative ICC Structural Welding Special for the new modular police headquarters building project.The new headquarters is Inspector,#802646 approximately 11,500 SF with four holding cells to accommodate nine in-custodies. ICC Spray Applied Responsibilities included construction inspection, proper inspection technique and P Y pp Fireproofing Special Inspector, procedure observation; project file maintenance;building code interpretation;and #802646 contractor communication regarding conforming to approved plans,specifications or ACI Concrete Field Testing applicable codes. Technician Grade 1,#012755102 Tulare County, y,South Count Detention Center(AB900),Porterville,CA. Construction Inspector, $52 million, 100,000 SF, Design-Bid-Build. Project consisted of a new detention center with 510 beds across 15 acres of County-owned land located in Porterville.The facility is constructed of steel and concrete for long-term durability.The housing space includes dayrooms;exercise yards;multi-purpose space for parenting, life skills and education classes and religious services housing unit control and storage space;and interview,video and in-person visitation space.The facility also includes a centralized control room;a kitchen;intake, release and transportation space;laundry; and administrative,staff support, medical and mental health space. Project components included electrical, plumbing,mechanical, heating,ventilation and air conditioning, security and fire protection systems.A secure perimeter including vehicular and pedestrian sally ports were also included. VANIR 14 Section 2 County of Fresno I On-Call Architectural&Engineering Consultant Services Tony Shinali Estimator Summary of Qualifications Tony has 25 years of experience in the construction industry working with multiple delivery methods including Design-Build,Design-Bid-Build,and Lump Sum. He has performed a variety of tasks including budget planning,cost estimating, procurement strategy, feasibility planning,cost forecasting,contracts,value engineering and constructability EDUCATION risk management. He has a diverse background in high-profile, mega design projects Master of Science,Civil Engineering and Urban with both private and public entities domestically and internationally.Tony conducted Planning,University of strategic pricing planning and oversight of cost proposal preparation including the basis Loughborough,UK of estimate(BOE) in compliance with the estimating and pricing procedures;managed full Bachelor of Science,Civil service of cost volume preparation as well as other written sections related to contracts Engineering and Geodetic management Of costing accountability.Tony has extensive experience in using both Surveying,University of wales traditional Design-Build, Design-Bid-Build, pricing staff, project control and cost forecasting, of Science and Technology value engineering,contracts, logistics and management,submittals, P6, best value, lump Cardiff,UKg g p sum, negotiation,and other alternative delivery methods. PROFESSIONAL LICENSE CA General Contractor, Project Experience #834255 City of Clovis,New Fire Station No.6,Clovis,CA.Chief Estimator, $4.5 million, Design- CERTIFICATIONS Bid-Build. Provided project and construction management services for this fire station 10-Hour OSHA which includes a Spanish style architecture,three bay apparatus room,office,five sleeping 30-Hour OSHA quarters, kitchen, lounge,workout room,maintenance room and associated restrooms. AFFILIATIONS Work also includes a new 150-foot communication tower and pedestrian paths leading Building Industry Association to the city parkway and new Loma Vista development. Responsible for preconstruction (BIA) services including estimating and value engineering.Vanir will provide design estimates Member&Association and a constructability review,assist the City of Clovis with bid participation and bid/award, for the Advancement of and manage and inspect the construction. Cost Engineering(AACE International) City of Los Banos, New Police Headquarters/Station,Los Banos,CA.Estimator, Member of Project $24 million,26,500 SF, Design-Build. Project consists of a main building and adjacent Management Institute(PMI) outbuilding.The new headquarters will include a new dispatch center,community outreach space,community meeting space,as well as police department divisions that include the traffic and code enforcement department,detectives,detention area,sally port, briefing room and evidence storage.Additional space within the main building includes a men's and a women's locker room,training room, break room,sleeping quarters, K-9 area and several conference rooms.The outbuilding includes two vehicle processing bays and additional storage. Kern County,Behavioral Health and Recovery Services New Psychiatric Health Facility,Bakersfield,CA.Chief Estimator,30,000 SF, New Construction,46-beds, Design- Build.The new facility will provide a safe and secure locked environment for individuals, adults and minors,who are experiencing an acute psychiatric crisis.The project includes two facilities under one roof,one 26-bed adult inpatient facility and one 20-bed adolescent and children inpatient facility. VANIR 15 County of Fresno I On-Call Architectural&Engineering Consultant Services Theresa Hungate,Assoc.AIA Project Engineer Summary of Qualifications Theresa has over 19 years of experience in the construction industry.Theresa has been responsible for document control for both new construction and renovation projects for public and federal projects.Theresa's experience includes assisting in the management of project controls,cost,and performance activities and procedures, project logistics, EDUCATION organization,systems and project closeout. Coursework in Construction Management,Contract Law, Specifications Writing,Illinois Project Experience Central College Veterans Affairs,VA Hospital,Fresno,CA.Construction Manager, $20 million, Talent Management System, Renovation. Provided project management services for the VA's health and life safety Coursework in Contracts and projects.These projects ran in tandem and at various hours of the day so as to not disturb Health and Safety,veteran's patients and staff.Worked with the VA in controlling schedules, budgets,quality control/ Administration,Fresno quality assurance,maintaining as-builts,and site safety.Also responsible for performing CERTIFICATIONS peer review on specifications. 30-Hour OSHA Table Mountain Casino Hotel,Friant,CA.Project Coordinator, $350 million, New Manage Quality Control Construction. Worked close) with the Rancheria construction staff as point of contact Manager Certification y for invoicing and monthly payments and oversaw monthly subcontractor percentage Associate AIA Certification, completion. Developed and managed document control for Requests for Information, American Institute of Architects submittals,contracts,and other project documents. Developed and coordinated Requests for Qualifications and Requests for Proposals and assisted with drafting contracts. U.S.Navy,F-35C Operations Training Facility and F-35C Centralized Engine Repair Facility.Project Engineer, $26.5 million, New Construction. Participated in the development and execution of the project schedule,work plans,contracts, purchase orders,change orders,and design changes. Established and maintained document control for submittals, certifications,and Navy contract requirements.Assisted the Quality Control Manager in the review of submittals and maintaining as-builts while aiding with subcontractor compliance issues. Planned,coordinated,and managed $2.5 million Furniture, Fixtures,and Equipment package. VANIR 16 County of Fresno I On-Call Architectural&Engineering Consultant Services Makenna Hogan Administrative Assistant -- Summary of Qualifications Makenna is an experienced administrative assistant with six years providing leadership in an administrative role supporting management and executive teams.She is skilled at building strong vendor and customer relationships,drafting correspondence,Microsoft Office,accounts payables,accounts receivables,and document management. EDUCATION Bachelor of Science,Business Project Experience Administration Management, California State University, City of Los Banos, New Police Headquarters/Station,Los Banos,CA.Administrative Fresno Assistant, $24 million,26,500 SF, Design-Build. Project consists of a main building and adjacent outbuilding.The new headquarters will include a new dispatch center, community outreach space,community meeting space,as well as police department divisions that include the traffic and code enforcement department,detectives,detention area,sally port, briefing room and evidence storage.Additional space within the main building includes a men's and a women's locker room,training room, break room,sleeping quarters, K-9 area and several conference rooms.The outbuilding includes two vehicle processing bays and additional storage. Kern County,Behavioral Health and Recovery Services New Psychiatric Health Facility,Bakersfield,CA.Administrative Assistant,30,000 SF, New Construction,46-beds, Design-Build.The new facility will provide a safe and secure locked environment for individuals,adults and minors,who are experiencing an acute psychiatric crisis.The project includes two facilities under one roof,one 26-bed adult inpatient facility and one 20-bed adolescent and children inpatient facility. Fresno County,Sheriff Area 2 Substation,Fresno,CA.Administrative Assistant, 58,200 SF, New Construction, Design-Bid-Build.The new facility consists of a new 22,700 SF pre-manufactured steel-framed,single-story Sheriff Substation,a 35,520 SF Vehicle and Evidence Storage building with approximately 50 parking spaces,parking lot,and associated site improvements.This substation will serve as the headquarters for all patrol operations in the metropolitan area. VANIR 17 Section 2 County of Fresno On-Call Architectural&Engineering Consultant Services Orry Nottingham, PE, LEED AP,CCP,CxAP T ; f' Commissioning Consultant Summary of Qualifications Orry has more than 30 years of experience as an engineer,designer and construction manager,and provides high performance building enhanced commissioning and energy measurement and verification services. He has provided design/construction phase commissioning for over 75 commercial buildings and assists owners regarding life-cycle EDUCATION cost analysis,energy use assessment,quality process and deployment. Bachelor of Science,Electrical Engineering,Virginia Polytechnic Institute and Project Experience State University City of San Marcos, Fire Station#4,San Marcos,CA.Commissioning, $4.1 million, 14,069 PROFESSIONAL LICENSE SF. CA Professional Engineer(PE) #14890 Mother's Club Community Center,Pasadena,CA.Commissioning, $2.5 million,9,575 SF. CERTIFICATIONS Building A, Riverwalk, Bakersfield,CA.Commissioning, $6.1 million,22,450 SF. USGBC Leadership in Energy and Environmental Design Building J,Riverwalk,Bakersfield,CA.Commissioning, $6.3 million,23,550 SF. (LEED)Accredited Professional (AP) Department of General Services,Porterville Kitchen's Veteran's Building, Porterville, Building Commissioning CA.Commissioning,$9 million, 18,450 SE Association,Certified Commissioning Professional St.Elizabeth Ann Seton Church and Multipurpose Building.Commissioning, $7.5 (CCP) million,25,000 SF. The University of Wisconsin, Commissioning Process City of Berkeley,West Branch Library,Berkeley,CA.Commissioning, $12 million,39,000 Authority Professional(CxAP) SF, LEED Platinum,Zerno Net Energy(ZNE) building. AFFILIATIONS County of Los Angeles,Hall of Justice Building,Retro-Commissioning,Los Angeles, United States Green Building Council(USGBC) CA.Commissioning,$24 million,225,000 SF. City of Gilroy,Public Library,Gilroy,CA.Commissioning, $4.5 million,7,500 SE Placer County,Adult Correctional Facility,Roseville,CA.Commissioning, $175 million, 275,000 SF. State of California,State Library and Courts Building Rehabilitation,Sacramento,CA. Commissioning, $56 million, 188,600 SF. Los Angeles Police Department,Administration Building,Los Angeles,CA. Commissioning, $231 million,400,000 SF. Port of Long Beach,Pier G Maintenance and Repair Buildings,Long Beach,CA. Commissioning, $125 million,250,000 SF. VANIR 18 Section 2 County of Fresno I On-Call Architectural&Engineering Consultant Services ( Rafael Martin, PE F Project Controls Manager Summary of Qualifications Rafael Martin has over 23 years of professional engineering and construction experience in civil and building projects. He has demonstrated success in proactively determining a potential areas of constraint and developing feasible alternatives to ensure that project progress remains on track.Typical responsibilities have included program/project EDUCATION planning, baseline critical path method (CPM) schedules, review of monthly progress Master of Science,Civil and Environmental Engineering, schedules, potential schedule and cost impact analysis,monthly status reports preparation, Construction,and change order evaluation and negotiation,and project controls system and procedure Engineering Management, establishment. Stanford University Bachelor of Science,Civil Rafael's project controls background includes courthouses,correctional facilities, Engineering,California State transportation,water and wastewater treatment facilities,commercial,industrial and claims University,Sacramento remediation and analysis. He has dealt with varying levels of project complexity including PROFESSIONAL LICENSE detailed work breakdown structure(WBS),coding,cost loading and control, resource CA Professional Civil Engineer loading including manpower curves and crew structure,variance reporting on projects (PE) #C63486 with multiple project/contract interfaces and varying project values. CERTIFICATIONS 10-Hour OSHA Project Experience AFFILIATIONS Contra Costa County,Administration Building,Emergency Operations Center& Construction Management Public Safety Building,Martinez,CA.Scheduler, $100 million, 139,000 SF, LEED Gold, Association of America New Construction, Municipal Building, Essential Services Facilities, Parking Lot, Demolition, (CMAA) Design-Build.Vanir provided construction management services for the new County American Public Works Administration Building, Emergency Operations Center and Public Safety Building for the Association(APWA) County Sheriff's Office. Design-Build Institute of Southern California Gas Company,Facilities Management Program,Southern America(DBIA) CA.Senior Project Controls Manager,Various projects.As the nation's largest natural Lean Construction Institute gas distribution utility,SoCalGas delivers clean,safe and reliable energy to 21.8 million (LCI) consumers in more than 500 communities. Rafael is responsible for leading Vanir's technical support services team,that is providing budget and schedule management services to SoCalGas Project Managers. Rafael is also providing guidance in the development of project controls procedures and tools,including the use of SharePoint and PowerBl for executive reporting Tule River Tribe,(Eagle Mountain)Casino Resort Relocation Project,Porterville, CA.Scheduler, $200 million to $350 million, 125-key to 250-key Hotel, 1,700-Seat Events Center,29,000 SF Conference Center.Vanir provided pre-construction services,including evaluation of project delivery method,development of conceptual master schedule; evaluation/selection of the WWTP;design team,review of all pertinent studies, including EIS,City and County requirements;and preparation of project and construction budget. The New Casino Resort Relocation project consists of a new 250-key hotel and 100,000 SF casino,surface and garage parking areas,outdoor amphitheater,fire station,and water treatment facility. VANIR 19 Section 2 County of Fresno I On-Call Architectural&Engineering Consultant Services Anthony Foster-Davis Scheduling Manager Summary of Qualifications Anthony Foster-Davis'building information modeling (BIM) background allows him to use various software programs to produce three-dimensional models and incorporate these models into the construction process by using the software to develop scheduling, estimating and constructability reports. EDUCATION Bachelor of Science, As a Scheduler, he has been responsible for producing monthly schedule update reviews Construction Management. submitted by contractors for conformance to contract requirements on multiple projects. Option:Architectural Project Management,California State His experience also includes development of master schedules,cash flow analysis and University,Chico Constructware implementation. Associate of Arts,Architecture As a part ofVanir's Virtual Project Management group,Anthony is actively involved in using Mesa College,San Diego NavisWorks®and Synchro, LTD.to provide real-time visualization of project schedules.The CERTIFICATIONS scheduling is enhanced by integrating the 3D design model with a 4D project schedule Autodesk Authorized simulation. Training Center NavisWorks Fundamentals Certificate Project Experience AFFILIATIONS El Dorado County, El Dorado County Public Safety Facility,Placerville,CA.Scheduler, Construction Management Association of America $56 million, 110,000 SF, Design-Build.Vanir prepared the 400+ page original programming (CMAA) and loan application for the project,securing a low interest, long-term loan from the Lean Construction Institute United State Department of Agriculture.The five-building complex is located on 12 acres (LCI) of a 30.34-acre site. It includes a Public Safety Building with Emergency Operation Services US Green Building Council and a 911 Dispatch Center;a morgue;an evidence building;a special operations and (USGBC) training building;and an indoor,ten-lane,50-yard shooting range and armory.The site includes additional space for a future seven-acre solar project. CA Department of General Services,Library and Courts Building Renovation, Sacramento,CA.$57.8 million,Scheduler, 188,000 SF, LEED Silver, Design-Bid-Build, Renovation Project.The project consisted of upgrades to the interior and exterior of the historic Library and Courts Building in downtown Sacramento.The primary project goals were to gain back the historic character of the landmark State Library and Courts Building and to upgrade the building's infrastructure systems to support future needs.The building included office equipment for approximately 125 staff, FF&E for a large public library, works of art and antiques,22 law libraries and over thirty miles of additional compact library shelving. Responsible for monthly schedule reviews,time impact analysis,change management and mitigation schedule review. VANIR 20 County of Fresno On-Call Architectural&Engineering Consultant Services d. List of Current Staff PEI Personnel — Classification Jerry . . PrincipalNice President Scott Murphy,CCM Project Director Robert ': Project Director Jim Brackett,CCM Sr.Construction Manager Andres . Construction Manager Jennifer Garcia Assistant Construction Manager BarryWinningham Quality Control/Inspector Tony ShinaliEstimator Theresa •. - Assoc. Project Engineer HoganMakenna Administrative Assistant Orry Nottingham, Commissioning Consultant Rafael Martin, PIE Project Controls Manager Anthony Foster-Davis Scheduling Manager VANIR 21 Section 2 County of Fresno On-Call Architectural&Engineering Consultant Services g. Firm Organization Chart co 0 o Project Directors Principal/Vice President Scott Murphy,CCM Jerry Avalos,CCM,LEED AP,EIT Robert Nash,AIA,NCARB QualitySr.Construction Manager Construction Managers Jim Brackett,CCM Andres Enciso,CMIT Barry Winningham Jennifer Garcia Theresa Hun ate,Assoc.AIA Support„ an Makenna Hogan g Project Engineer Administrative Assistant SPECIALIZED CORPORATE RESOURCES Toni Shinali Orry Nottingham,PE,LEED AP,CCP,CxAP Chief Estimator Commissioning Consultant Rafael Martin,PE Anthony Foster-Davis Project Controls Manager Scheduling Manager VANIR 32 Deliverables — Appendix D Last updated: November 23, 2021 Prior to submissions, the CONSULTANT shall request from the PROJECT ADMINISTRATOR examples of acceptable drafting format and reproducible standards. Verification of compatible format will be required prior to final file delivery. A. Technical Report Standard Submittal Formats: 1. Standard submittal formats: a. Electronic copy sent via email: i. Microsoft Word (.docx) formatted for printing on 8 '/2" by 11" pages ii. Microsoft Excel (.xlsx) formatted for printing on 8 '/2" by 11" or 11" by 17" pages iii. Adobe (.pdf) formatted for printing on 8 '/2" by 11" or 11" by 17" pages iv. AutoCAD Civil 3D, as .DXF or .DWG files V. Other mutually agreed upon format. Hardcopies upon request. 2. Technical studies and estimates: a. Electronic copy sent via email: i. Microsoft Word (.docx) ii. Microsoft Excel (.xlsx) iii. Signed Final Version in Adobe (.pdf) iv. Other mutually agreed upon format. Hardcopies upon request. 3. Drawings: a. Electronic copy sent via email: i. AutoCAD Civil 3D as .DXF or .DWG files ii. Hardcopies upon request. B. Design Plans, Technical Specifications and Construction Estimate: 1. 30%, 60% and 90% plans, specifications and estimates for review a. Progress prints and final originals of the plans, specifications, and estimates. b. Standard submittal format c. Hardcopies on 22" X 34" pages (up to 10 copies) upon request. 2. Accepted Final original plans, specifications and estimates shall include a. Hardcopies i. Plan Set: One (1) original reproducible plan set on 22" by 34" sheets of 4 mil thick double matte film. ii. Cross Sections: One (1) reproducible copy of cross sections on 22" by 34" sheets of 4 mil thick double matte film. iii. Final Specifications and Engineer's Estimates: One (1) stamped and wet signed paper copy on 8 '/2" by 11" pages. b. Electronic copy sent via email i. Final plans, cross sections and slope stake information, design calculations, quantity calculations, and other design information as applicable to the PROJECT. ii. Final specifications and estimates iii. Plan sheets, cross sections, earthwork calculations and slope stake information shall be in: • AutoCAD Civil 3D iv. Specifications shall be in: • Microsoft Word (.docx) formatted for printing on 8 '/2" by 11" pages V. Final engineer's estimates shall be in: • Microsoft Excel (.xlsx) C. County-provided preliminary engineering survey data on existing structures and topographic mapping shall be in: a. AutoCAD Civil 3D b. Or other mutually agreed upon format Appendix E Non-Federal Cost Proposal NON FEDERAL-COST PROPOSAL SPECIFIC RATE OF COMPENSATION Note:Mark-ups are Not Allowed Consultant Vanir Construction Management,Inc. ® Prime Consultant ❑ Subconsultant ❑ 2'Tier Subconsultant Project No. Contract No. Participation Amount$ Date 3/21/2021 BILLING INFORMATION CALCULATION INFORMATION Name/Job Title/Classification' Hourly Billing Rates Effective Date of Hourly Rate Actual or Avg. %or$ Hourly Range- Straight3 OT(1.5x) OT(2x) From To Hourly Rate' Increase for Classifications Only Jerry Avalos-Principal in Charge $235.00 $235.00 $235.00 04/01/2022 3/31/2023 $235.00 3.5%/Year Not Applicable Scott Murphy-Sr.Project Director* $210.00 $210.00 $210.00 04/01/2022 3/31/2023 $210.00 3.5%/Year Not Applicable Project Director $200.00 $200.00 $200.00 04/01/2022 3/31/2023 $200.00 3.5%/Year Not Applicable Chief Estimator $185.00 $185.00 $185.00 04/01/2022 3/31/2023 $185.00 3.5%/Year Not Applicable Estimator $165.00 $165.00 $165.00 04/01/2022 3/31/2023 $165.00 3.5%/Year Not Applicable Commissioning Agent $150.00 $150.00 $150.00 04/01/2022 3/31/2023 $150.00 3.5%/Year Not Applicable Administrative Assistant $95.00 $95.00 $95.00 04/01/2022 03/31/23 $95.00 3.5%/Year Not Applicable Senior Project Manager $190.00 $190.00 $190.00 04/01/2022 03/31/23 $190.00 3.5%/Year Not Applicable Senior Construction Manager $185.00 $185.00 $185.00 04/01/2022 03/31/23 $185.00 3.5%/Year Not Applicable Project Manager $175.00 $175.00 $175.00 04/01/2022 03/31/23 $175.00 3.5%/Year Not Applicable Construction Manager $170.00 $170.00 $170.00 04/01/2022 03/31/23 $170.00 3.5%/Year Not Applicable Assistant Project Manager $155.00 $155.00 $155.00 04/01/2022 03/31/23 $155.00 3.5%/Year Not Applicable Assistant Construction Manager $150.00 $150.00 $150.00 04/01/2022 03/31/23 $150.00 3.5%/Year Not Applicable Senior Project Engineer $140.00 $140.00 $140.00 04/01/2022 03/31/23 $140.00 3.5%/Year Not Applicable Project Engineer $135.00 $135.00 $135.00 04/01/2022 03/31/23 $135.00 3.5%/Year Not Applicable Project Coordinator $125.00 $125.00 $125.00 04/01/2022 03/31/23 $125.00 3.5%/Year Not Applicable Page 1 of 4 Non-Federal Cost Proposal Senior Scheduler $180.00 $180.00 $180.00 04/01/2022 03/31/23 $180.00 3.5%/Year Not Applicable Scheduler $170.00 $170.00 $170.00 04/01/2022 03/31/23 $170.00 3.5%/Year Not Applicable Inspector IV $150.00 $150.00 $150.00 04/01/2022 03/31/23 $150.00 3.5%/Year Not Applicable Inspector III $140.00 $140.00 $140.00 04/01/2022 03/31/23 $140.00 3.5%/Year Not Applicable Inspector II $130.00 $130.00 $130.00 04/01/2022 03/31/23 $130.00 3.5%/Year Not Applicable Inspector I $125.00 $125.00 $125.00 04/01/2022 03/31/23 $125.00 3.5%/Year Not Applicable (Add pages as necessary) NOTES: 1. Key personnel must be marked with an asterisk(*)and employees that are subject to prevailing wage requirements must be marked with two asterisks(**).All costs must comply with the Federal cost principles.Subconsultants will provide their own cost proposals. 2. The cost proposal format shall not be amended. 3. For named employees and key personnel enter the actual hourly rate. For classifications only,enter the Average Hourly Rate for that classification. Page 2 of 4 Non-Federal Cost Proposal NON FEDERAL-COST PROPOSAL SPECIFIC RATE OF COMPENSATION Consultant Vanir Construction Management,Inc. M Prime Consultant ❑ Subconsultant Project No. Contract No. Date 3/21/2022 SCHEDULE OF OTHER COST ITEMS (Add additional pages as necessar Description of Item Quantity Unit Unit Cost Total Mileage Costs Current Federal Rate As needed Office Supplies (i.e. paper, shipping, toner, ink, As needed pencils,pens, etc. Overnight Accommodations As needed Meals As needed Note:Add additional pages if necessary. NOTES: 1. List other direct cost items with estimated costs.These costs should be competitive in their respective industries and supported with appropriate documentation. 2. Proposed ODC items should be consistently billed regardless of client and contract type. 3. Items when incurred for the same purpose,in like circumstance,should not be included in any indirect cost pool or in the overhead rate. 4. Items such as special tooling,will be reimbursed at actual cost with supporting documentation(invoice). 5. Items listed above that would be considered"tools of the trade"are not reimbursable as other direct cost. 6. Travel related costs should be pre-approved by the contracting agency and shall not exceed current State Department of Personnel Administration rules. 7. 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. 8. If a consultant proposes rental costs for a vehicle,the company must demonstrate that this is its standard procedure for all of their contracts and that they do not own any vehicles that could be used for the same purpose. 9. The cost proposal format shall not be amended.All costs must comply with the Federal cost principles. 10. Add additional pages if necessary. 11. Subconsultants must provide their own cost proposals. Page 3 of 4 Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal NON FEDERAL-COST PROPOSAL 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 actual,reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 1. Generally Accepted Accounting Principles(GAAP) 2. Terms and conditions of the contract All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Prime Consultant or Subconsultant Certifying: Name: Jerry Avalon Title *:.Vice President / Date of Certification(mm/dd/yyyy): 03/21/2022 Signature :_ _�L Email: jerry.avalos(a,vanir.com Phone Number: (559) 496-0536 Address: 2444 Main Street, Suite 130,Fresno,CA 93721 *An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent,who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: Estimating Commissioning Page 4 of 3 County of Fresno - On-Call A&E Consultant Services Appendix G SELF-DEALING TRANSACTION DISCLOSURE FORM In order to conduct business with the County of Fresno (hereinafter referred to as "County'), members of a contractor's board of directors (hereinafter referred to as "County Contractor"), must disclose any self-dealing transactions that they are a party to while providing goods, performing services, or both for the County. A self-dealing transaction is defined below: "A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its directors has a material financial interest" The definition above will be utilized for purposes of completing this disclosure form. INSTRUCTIONS (1) Enter board member's name,job title (if applicable), and date this disclosure is being made. (2) Enter the board member's company/agency name and address. (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: a. The name of the agency/company with which the corporation has the transaction; and b. The nature of the material financial interest in the Corporation's transaction that the board member has. (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. (5) Form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). County of Fresno - On-Call Engineering Consultant Services Appendix G (1)Company Board Member Information: Name: N/A Date: 05/31/2022 Job Title: N/A (2)Company/Agency Name and Address: Vanir Construction Management, Inc. 4540 Duckhorn Drive, Suite 300 Sacramento, CA 95834 (3) Disclosure(Please describe the nature of the self-dealing transaction you are a party to): N/A (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233(a): N/A (5)Authorized Signature Signature: Date: Appendix H Section 2 County of Fresno I On-Call Architectural&Engineering Consultant Services e. Subconsultants Forth is on-call contract,Van ir does not intend to use any subconsultants. VANIR 22 County of Fresno�rchifecluralTan-"Engineering and Related Appendix-I Consultant Services Resolution No. 07-525 { i BEFORE THE BOARD OF SUPERVISORS 2 OF THE COUNTY OF FRESNO 3 STATE OF CALIFORNIA 4 No. 5 In the matter of ) 6 Amendment of Standard Conflict of ) Interest Cade for All County ) 7 Departments ) s s Whereas, the Political Reform Act, Government Code section 81000 et seq., 10 requires state and local government agencies to adopt and promulgate conflict of interest 11 codes; and 12 Whereas, the Fair Political Practices Commission has adopted a regulation, Title 13 2, California Code of Regulations, section 18730, which contains the terms of a standard 14 conflict of interest code, and which may be amended by the Fair Political Practices 15 Commission after public notices and hearings to conform to amendments to the Political 16 Reform Act; and j 17 Whereas, any local agency may incorporate this standard conflict of interest code, 18 and thereafter need not amend its code to conform to future amendments to the Political 19 Reform Act or its regulations; and 20 Whereas, the Board of Supervisors may adopt the standard conflict of interest 21 code on behalf of all County departments. 22 Now therefore be it resolved, that the terms of Title 2, California Code of 23 Regulations, section 18730, and any amendments to it duly adopted by the Fair Political 24 Practices Commission, are hereby incorporated by reference and, along with the Exhibits A 25 and B approved previously, today, or in the future, by this Board for each County 26 department, in which officers and employees are designated and disclosure categories are 27 set forth, constitute the conflict of interest codes of each County department. 28 COUNTY OF FRESNO Ftamo,Call[arnle 1 - County of Fresno - Architectural and Engineering and Related- Appendix I Consultant Services Conflict of interest forms shall be filed as follows: 2 1. As required by Government Code section 87500,subdivision (e),the County 3 Administrative Officer, District Attorney, County Counsel, and Auditor-Controller/Treasurer- 4 Tax Collector shall file one original of their statements with the County Clerk,who shall make 5 and retain a copy and forward the original to the Fair Political Practices Commission,which s - shall be the filing officer. 2. As required by Government Code section 87500, subdivision 0), all other a department heads shall file one original of their statements with their departments. The filing I 9 officer of each department shall make and retain a copy and forward the original to the Clerk 10 to the Board of Supervisors, who shall be the filing officer. 11 3. All other designated employees shall file one original of their statements 12 with their departments. 3 Adopted at a regular meeting of the Board of Supervisors, held on the 2nd day of t 14 October, 2007, by the following vote, to wit: I 15 Ayes: Supervisors Larson, Perea, Anderson, Case and Waterston I 16 Noes: None 17 Absent: None 1$ 0000 19 20 Chairman, Board of Supervisors 21 22 Attest: 23 24 jXJ� 25 Clerk yy�� 26 27 28 i COUNTY OF FRESNO ' Fraeno,CettFoin3a 2 County of rrcm f resno.C,11&nia County of Fresno - Architectural and Engineering and Related Appendix I Consultant Services EXHIBIT "A" PUBLIC WORKS AND PLANNING Classification Category Accountant I / II 2 Architect 1 Assistant Director of Public Works & Planning 1 Assistant Real Property Agent 1 Asser--iate ReProperty gent 1- Building Inspector I / 11 1 Building Plans Engineer 1 Ri icinocc Systems ARalyst 1 / 11 / III `2 Chief Building Inspector 1 Chief of Field Surveys 1 Consultant Deputy Director of Public Works 1 Development Services & Capital Projects Manager 1 Director of Public Works and Planning 1 Disposal Site Supervisor 2 Engineer I / II / III 1 Field Survey Supervisor 3 Financial Analyst I / 11 / 111 1 Housing Rehabilitation Specialist I / 11 1 Information Technology Analyst I / II / III / IV 2 Landfill Operations Manager 1 Planner I / II / III 1 Principal Accountant 1 Principal Planner 1 Principal Staff Analyst 1 Public Works and Planning Business Manager 1 Public Works and Planning Information Technology Manager 2 Public Works Division Engineer 1 Resources Division Manager 1 Right-of-Way Agent II / I11 1 Road Maintenance & Operations Division Manager 1 Road Maintenance Supervisor 1 Road Superintendent 1 Senior Accountant 2 Senior Engineer 1 Senior Engineering Technician 2 Senior Information Technology Analyst 2 Senior Planner 1 County of Fresno - Architectural and Engineering and Related Appendix I Consultant Services Classification Category 2-enin�-rvr-va��e88 SystemsnaIyst 0 Senior Staff Analyst 1 Staff Analyst I / II / III 1 Supervising Accountant 1 Supervising Building Inspector 1 Supervising Engineer 1 Supervising Water/Wastewater Specialist 1 Systems and DrnrorJi iroc M-an-ager 2 Traffic Maintenance Supervisor 2 Water & Natural Resources Manager 1 Consultants shall be included in the list of designated employees and shall disclose pursuant to the broadest disclosure category in the code subject to the following limitation: The Director of Public Works and Planning may determine in writing that a particular consultant, although a "designated position", is hired to perform a range of duties that is limited in scope and thus is not required to fully comply with the disclosure requirements in this section. Such written determination shall include a description of the consultant's duties and, based upon that description, a statement of the extent of disclosure requirements. The Director of Public Works and Planning's determination is a public record and shall be retained for public inspection in the same manner and location as this conflict of interest code. County of Fresno - Architectural and Engineering and Related Appendix I Consultant Services EXHIBIT "B" PUBLIC WORKS AND PLANNING 1. Persons in this category shall disclose all reportable investments, interests in real property, sources of income (including gifts), and business positions. Financial interests (other than gifts) are reportable only if located within or subject to the jurisdiction of Fresno County, or if the business entity is doing business or planning to do business in the jurisdiction, or has done business within the jurisdiction at any time during the two years prior to the filing of the statement. Real property shall be deemed to be within the jurisdiction of the County if the property or any part of it is located within or not more than two miles outside the boundaries of the County (including its incorporated cities) or within two miles of any land owned or used by the County. 2. Persons in this category shall disclose all reportable investments in, income from (including gifts), and business positions with any business entity which, within the last two years, has contracted or in the future foreseeably may contract with Fresno County through its Public Works and Planning Department, Solid Waste Commissions within the jurisdiction, or to any other joint powers agency which Fresno County is a member to provide services, supplies, materials, machinery, or equipment to the County. 3. Persons in this category shall disclose all interests in real property within the jurisdiction of Fresno County. Real Property shall be deemed to be within the jurisdiction if the property or any part of it is located within or not more than two miles outside the boundaries of Fresno County (including its incorporated cities) or within two miles of any land owned or used by the County.