Loading...
HomeMy WebLinkAboutTRC_Agmt-#SA-19-08.pdf 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 WHEREAS, the individual listed below Mark Imbriani, PE, Project Manager 575 East Locust Avenue, Suite 105 Fresno, CA 93720 (559) 439-2576 mimbriani@trcsolutions.com is designated as the CONSULTANT’S PROJECT MANAGER for the AGREEMENT, and shall remain so unless the CONSULTANT requests and the DIRECTOR approves, in writing, a change of the CONSULTANT’S PROJECT MANAGER, for which approval will not be unreasonably withheld; and WHEREAS, said AGREEMENT is subject to 49 Code of Federal Regulations (hereinafter referred to as “49 CFR”), Part 26 Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs, Disadvantaged Business Enterprise programs established by other federal agencies and/or the COUNTY’S Disadvantaged Business Enterprise Program (all of which are hereinafter referred to as "DBE PROGRAM(S)"), NOW, THEREFORE, in consideration of the promises and covenants set forth herein, the above named parties agree as follows: I. GENERAL PROVISIONS A. The COUNTY hereby contracts with the CONSULTANT as an independent contractor to provide engineering staff augmentation services on an as-needed, on-call basis. Said services are described generally in Article II and more specifically enumerated in Article III herein. B. The CONSULTANT'S services shall be performed in a manner consistent with professional skill and the orderly progress of the assignments, based on schedules for each specific assignment mutually agreed upon in advance by the CONTRACT ADMINISTRATOR and the CONSULTANT. C. The CONSULTANT’S PROJECT team staff shall be as listed in Appendix A, attached hereto and incorporated herein. Any substitutions of personnel must be approved in advance by the CONTRACT ADMINISTRATOR, for which approval shall not be unreasonably withheld. The CONSULTANT shall notify the CONTRACT ADMINISTRATOR of the name(s) and classification(s) of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 employees proposed for each specific assignment and shall not reassign such employees to other projects of the CONSULTANT without notification to and prior approval by the CONTRACT ADMINISTRATOR. D. The CONSULTANT may retain, as subconsultants, specialists in such engineering disciplines (including, but not limited to, structural, mechanical, transportation, environmental, water resources, electrical, surveying and geotechnical) as the CONSULTANT desires to have available to provide services hereunder. All subconsultants used by the CONSULTANT shall be approved in writing by the CONTRACT ADMINISTRATOR before they are retained by the CONSULTANT, which approval shall not be unreasonably withheld. The subconsultants listed in Appendix B, attached hereto and incorporated herein, shall be considered as approved by the CONTRACT ADMINISTRATOR. Should the CONSULTANT retain any subconsultants, the maximum amount of compensation to be paid to the CONSULTANT under Article VI below shall not be increased. Any additional compensation to be paid to the CONSULTANT for such subconsultants’ work shall be limited to administrative time spent by CONSULTANT in administering and overseeing the work. Additional fees other than those hourly rates for subconsultant oversight defined in the fee proposal shall not be reimbursed. E. The CONSULTANT and affiliated subconsultants shall not submit bids, or sub-bids, for the contract construction phase of any PROJECT. The CONSULTANT and its subconsultants, and all other service providers, shall not provide any PROJECT-related services for, or receive any PROJECT- related compensation from any construction contractor, subcontractor or service provider awarded a construction contract (hereinafter referred to as “contractor”) for all or any portion of the PROJECT(S) for which the CONSULTANT provides services hereunder. The CONSULTANT, its subconsultants, and all other service providers, may provide services for, and receive compensation from a contractor who has been awarded a construction contract for all or any portion of the PROJECT(S), provided that any such services which are rendered, and any compensation which is received therefor, relates to work outside the scope of the AGREEMENT and does not pose a conflict of interest. F. Any subcontract in excess of $25,000 entered into as a result of the AGREEMENT, shall contain all the provisions stipulated in the AGREEMENT to be applicable to subconsultants. 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 G. The CONSULTANT is responsible for being fully informed regarding the requirements of 49 CFR, Part 26 and the CALTRANS Disadvantaged Business Enterprise program developed pursuant to the regulations, as detailed in Appendix C, attached hereto and incorporated herein. II. DESCRIPTION OF THE WORK COVERED BY THE AGREEMENT A. The work to be performed by the CONSULTANT under the AGREEMENT includes on- call professional engineering staff augmentation services under Article III for various COUNTY PROJECTS, including but not limited to, general civil and transportation engineering, structural engineering, geotechnical engineering and materials testing, water resources engineering, electrical and control systems engineering, and surveying. Work on roads and bridges shall be done in accordance with American Association of State Highway and Transportation Officials (AASHTO) requirements for applicable structures. All projects funded wholly or in part by CALTRANS must conform to all requirements imposed in connection therewith by CALTRANS and the Federal Highway Administration (FHWA) as contained in Section 11 of CALTRANS LAPM Volume 1. B. The CONSULTANT agrees to provide engineering or technical staff, as applicable, that are necessary for each assignment when expressly authorized in writing by the CONTRACT ADMINISTRATOR. Work by the individual provided by the CONSULTANT for each assignment shall not begin until the CONSULTANT has received a written Notice to Proceed from the CONTRACT ADMINISTRATOR authorizing the necessary service, agreed upon fee, and scope of work. III. CONSULTANT'S SERVICES The CONSULTANT shall submit proposals in response to requests issued by the CONTRACT ADMINISTRATOR on an assignment-by-assignment basis. The CONSULTANT’S proposal at a minimum shall include, but not be limited to, staff qualifications, completed federal forms and a sealed cost proposal indicating hourly rates and associated incidental fees, if any. The CONSULTANT agrees that each professional or other individual performing work on any such PROJECT(S) shall be adequately trained to perform the work and shall possess the proper license, certification or registration as required by law or by accepted standards of the applicable profession; provided, however, that unlicensed individuals having adequate experience may be acceptable for certain PROJECTS as 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 determined by the CONTRACT ADMINISTRATOR. The CONSULTANT agrees to provide staff to perform the professional services that are necessary to complete the following tasks when expressly authorized in writing by the CONTRACT ADMINISTRATOR: A. Project Design Services – provide complete designs and produce biddable plan sets and accompanying Caltrans-based specifications for various projects using Civil 3D software. The projects include: 1. Road reconstruction projects 2. Congestion mitigation air quality shoulder improvement projects 3. Hot mix asphalt overlay projects 4. Road projects employing in-situ reclamation processes 5. Bituminous seal coats and slurry seals 6. Bridge rehabilitation 7. Bridge replacement 8. Bridge scour mitigation 9. Water system projects 10. Wastewater system projects 11. Landfill Projects B. Project Management Services – provide comprehensive project management services for any category of projects listed hereinabove. Project management services may be provided in conjunction with the projects under design by COUNTY staff, by the CONSULTANT’S staff pursuant to this AGREEMENT, or by various consultants retained by the COUNTY. Project Management includes: 1. Scheduling and programming – preparing, updating, and managing project schedules 2. Designer oversight – coordination with individuals or firms designing various projects 3. Review of designer’s work product for constructability 4. Review of designer’s work product for conformance with design standards 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 5. Provide coordination between designer and real property acquisition staff and/or consultants, including eminent domain processes 6. Review of utility relocations plans 7. Coordination with utility companies. 8. Coordination with irrigation districts 9. Coordination with environmental and permitting agencies 10. Coordination with reviewers C. Engineering support services 1. Provide technical data for the preparation of various Caltrans 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 D. Transportation Planning Services 1. Review and comment on traffic impact studies 2. Determine appropriate mitigation for the construction of new development 3. Attend meetings with developer representative to discuss traffic impact studies 4. Attend Planning Commission and Board of Supervisors meetings to represent the Department regarding traffic impact studies and mitigation E. Road Maintenance and Operations Division Services 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1. Right-of-way vacations – periodically, it is desired that the COUNTY dispose of excess COUNTY right-of-way through the process known as “vacation” in accordance with California Streets and Highways Code 8300-8336. Staff Augmentation is desired to assist in preparation of the associated paperwork and documentation. 2. Encroachment Permit Inspections – The COUNTY issues encroachment permits for other entities to perform work within its right-of-way, and it is required that field inspections be performed to ensure that such construction is carried out in a manner that is safe and which is consistent with COUNTY Standards. Staff Augmentation is desired to perform such field inspections and to prepare associated paperwork and documentation. 3. Traffic Survey Requests – In response to concerns noted by the public or by other entities, the COUNTY investigates traffic control devices and traffic conditions at identified locations to determine if remedial action is warranted to address a particular issue. Staff Augmentation is desired to address traffic survey requests, which would involve performing fieldwork and associated analysis and providing recommendations. 4. Traffic Census – The COUNTY performs traffic counts at various locations and staff augmentation is desired to assist with such work. 5. Pavement Condition Index Field Reviews – The COUNTY maintains a pavement management system and requires staff augmentation to assist with review and data collection in the field. IV. OBLIGATIONS OF THE COUNTY The COUNTY will: A. Issue task orders on an assignment-by-assignment basis. Task orders will at a minimum include a description of the assignments to be performed and the anticipated duration of the assignments. 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 be reimbursed by the COUNTY. C. Compensate the CONSULTANT as provided in the AGREEMENT. 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 D. Provide, as to each PROJECT, designated COUNTY management staff, including the member of COUNTY staff who will be the Engineer-in-Responsible Charge for that PROJECT, who together shall be responsible to assign work and oversee the work of CONSULTANT’s staff on a day- to-day basis. E. Provide an individual CONTRACT ADMINISTRATOR to serve as a representative of the COUNTY who will coordinate and communicate with the CONSULTANT, to the extent appropriate, to facilitate the CONSULTANT’S performance of its obligations in accordance with the provisions of the AGREEMENT. F. Give reasonably prompt consideration to all matters submitted for approval by the CONSULTANT to the end that there will be no substantial delays in the CONSULTANT’S program of work. An approval, authorization or request to the CONSULTANT given by the COUNTY will be binding upon the COUNTY under the terms of the AGREEMENT only if it is made in writing and signed on behalf of the COUNTY by the CONTRACT ADMINISTRATOR. V. TERM OF AGREEMENT / PERFORMANCE PERIOD A. The term of this AGREEMENT shall be for a period of two (2) years, commencing upon execution by the COUNTY, through and including the second anniversary of the execution date. This AGREEMENT may be extended for no more than one additional twelve-month period, in order to complete work on pending Task Orders, upon written approval of both parties prior to the end of the initial two-year term. The DIRECTOR or his or her designee is authorized to execute such written approval on behalf of the COUNTY based on CONSULTANT’S satisfactory performance. B. The CONSULTANT shall commence work on each PROJECT promptly after receipt of a notice to proceed issued by the CONTRACT ADMINISTRATOR. The period of performance for each specific PROJECT shall be in accordance with the Task Order for that PROJECT. If work on a Task Order is in progress on the expiration date of this AGREEMENT, the terms of the AGREEMENT shall be extended by AGREEMENT amendment prior to the expiration of the contract to cover only the time needed to complete the Task Order in progress. The maximum term of the AGREEMENT shall not exceed three (3) years. 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VI. ALLOWABLE COSTS AND PAYMENTS UNDER THIS AND OTHER RELATED ON-CALL STAFF AUGMENTATION SERVICES CONSULTANT AGREEMENTS A. Maximum Cumulative Amount Available for Payment Under This Agreement and the Other Related Staff Augmentation Services Consultant Agreements: 1. COUNTY has or will enter into eight (8) separate agreements (“Staff Augmentation Services Consultant Agreements, hereinafter referred to “SA Agreements”), including this AGREEMENT, for performance of the Scope of Services identified in Article III hereinabove. The other SA Agreements are to be entered into by COUNTY with the other seven (7) consultant firms listed, together with CONSULTANT, on the list of engineering consultant firms attached hereto as Exhibit 1. The total amount payable by COUNTY for all of the SA Agreements combined shall not exceed a cumulative maximum total value of Two Million, Eight Hundred Thousand Dollars ($2,800,000) (“NTE Sum”). 2. It is understood and agreed that there is no guarantee, either expressed or implied that this cumulative maximum total dollar amount of Two Million, Eight Hundred Thousand Dollars ($2,800,000) will be authorized under the SA Services Consultant Agreements through Task Orders. It is further understood and agreed that there is no guarantee, either expressed or implied that any Task Order will be assigned to CONSULTANT or that CONSULTANT will receive any payment whatsoever, under the terms of this AGREEMENT. Each time a Task Order is awarded under any of the SA Agreements, the COUNTY shall send written notification to CONSULTANT and each of the other consultants that entered into the SA Agreements. The notice shall identify the total funds allocated under issued Task Orders, and the remaining unencumbered amount of the NTE Sum. CONSULTANT acknowledges and agrees that COUNTY shall not pay any amount under this AGREEMENT that would exceed the NTE Sum, and Consultant shall not enter into a Task Order that exceeds the NTE Sum. B. Total Fee: 1. Subject to and consistent with the provisions of the immediately preceding Article VI, Section A, the Total Fee for the services required under this AGREEMENT, shall not exceed the 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 total sum of Two Million, Eight Hundred Thousand Dollars ($2,800,000) over the entire term of this AGREEMENT. Compensation for the services rendered shall be computed at the hourly and cost rates shown in Appendix D, subject to any adjustments that may be approved in accordance with Article VI, Section B, Paragraph 3. 2. The hourly and cost rates listed herein for services rendered by the CONSULTANT and subconsultants shall remain in effect for the entire duration of the AGREEMENT unless adjusted in accordance with the provisions of Article VI, Section B, Paragraphs 3 or 5. 3. The hourly rates paid for services performed by the CONSULTANT and by subconsultants of the CONSULTANT and the rates for expenses incidental to the CONSULTANT’S and any subconsultant’s performance of services may be adjusted no more than once annually for inflation, in accordance with the following provisions: the CONSULTANT may request new labor rates and new rates for expenses incidental to the CONSULTANT’S and any subconsultant’s performance of services subject to written approval of the CONTRACT ADMINISTRATOR in accordance with the provisions of this Article VI, Section B, Paragraph 3. The CONSULTANT shall initiate the rate adjustment process by submitting to the CONTRACT ADMINISTRATOR a proposed adjusted fee schedule. The proposed adjusted fee schedule shall include proposed hourly rates for all categories of the CONSULTANT and subconsultants wage classifications and proposed rates for incidental expenses listed in Appendix D. The proposed adjusted fee schedule shall not take effect unless approved in writing by the CONTRACT ADMINISTRATOR. The CONSULTANT hereby acknowledges its understanding that approval by the CONTRACT ADMINISTRATOR of any upward adjustment in the hourly and cost rates shall not provide a basis for any increase in the total fee of $2,800,000, as set forth in Article VI, Section B, Paragraph 1. 4. Expenses incidental to the CONSULTANT’S and any subconsultant’s performance of services under Article III of the AGREEMENT shall be charged at the rates listed in Appendix D, subject to any adjustments that may be approved in accordance with Article VI, Section B, Paragraphs 3 or 5. Unless incorporated in an adjusted fee schedule approved by the CONTRACT ADMINISTRATOR in accordance with Article VI, Section B, Paragraphs 3 or 5, all other expenses incidental to the CONSULTANT’S and any subconsultant’s performance of the services under Article III 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 of the AGREEMENT that are not listed in Appendix D shall be borne by the CONSULTANT. 5. Notwithstanding any other provisions in the AGREEMENT, the CONTRACT ADMINISTRATOR may, at any time, authorize in writing the revision of the CONSULTANT’S or any subconsultant’s list of rates for incidental expenses to include additional categories of such expenses if, in the opinion of the CONTRACT ADMINISTRATOR, such revision is necessary to facilitate the CONSULTANT’S performance of the PROJECT(S). C. Payments: 1. Progress payments will be made by the COUNTY upon receipt of the CONSULTANT'S monthly invoices and approval by the CONTRACT ADMINISTRATOR thereof based on the CONTRACT ADMINISTRATOR’S evaluation of actual number of hours worked by CONSULTANT’s staff; provided, however, that CONSULTANT’s staff shall be entitled to two, paid twenty-minute breaks for each eight-hour workday. Invoices shall clearly identify the staff member and the number of hours spent working on each assignment and the date(s) on which the work was performed, and shall be submitted with the documentation identified in Article VI, Section C, Paragraph 4. Invoices shall be forwarded electronically to: PWPBusinessOffice@co.fresno.ca.us 2. Upon receipt of a proper invoice, the CONTRACT ADMINISTRATOR will take a maximum of ten (10) working days to review, approve, and submit it to the COUNTY Auditor- Controller/Treasurer-Tax Collector. Unsatisfactory or inaccurate invoices will be returned to the CONSULTANT for correction and resubmittal. Payment will be issued to the CONSULTANT within forty (40) calendar days of the date the Auditor-Controller/Treasurer-Tax Collector receives the approved invoice. 3. An unresolved dispute over a possible error or omission may cause payment of the CONSULTANT fees in the disputed amount to be withheld by the COUNTY. 4. Concurrently with the invoices, the CONSULTANT shall certify (through copies of issued checks, receipts, or other COUNTY pre-approved documentation) that complete payment, except as otherwise specified in Article VII, has been made to all subconsultants as provided herein for all previous invoices paid by the COUNTY. However, the parties do not intend that the foregoing create 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 in any subconsultants or sub-contractor a third party beneficiary status or any third party beneficiary rights, and do hereby expressly disclaim any such status or rights. 5. Final invoices shall be submitted to CONTRACT ADMINISTRATOR no later than thirty (30) days after the PROJECT is completed. Final payments shall not be made until the COUNTY confirms that all services for the PROJECT are completed. 6. In the event the DIRECTOR reduces the scope of the CONSULTANT’S work under the AGREEMENT for a specific PROJECT (or discontinues a specific PROJECT), whether due to a deficiency in the appropriation of anticipated funding or otherwise, the CONSULTANT will be compensated on a pro rata basis for actual work completed and accepted by the DIRECTOR in accordance with the terms of the AGREEMENT. VIII. TERMINATION A The AGREEMENT may be terminated without cause at any time by the COUNTY upon thirty (30) calendar days’ written notice. If the COUNTY terminates the AGREEMENT, the CONSULTANT shall be compensated for services satisfactorily completed to the date of termination based upon the compensation rates and subject to the maximum amounts payable as agreed to in Article VI, together with such additional services satisfactorily performed after termination which are expressly authorized by the COUNTY to conclude the work performed to date of termination. B. If the CONSULTANT purports to terminate the AGREEMENT, or otherwise refuses to perform pursuant to the AGREEMENT, for reasons other than material breach by the COUNTY, the CONSULTANT shall reimburse the COUNTY, up to a maximum of $10,000 for the actual expense of issuing a Request For Proposal (RFP), engaging a new consultant, and the new consultant’s cost in becoming familiar with the previous CONSULTANT’S work. The COUNTY’S entitlement to such reimbursement shall in no way be construed as a limitation on other damages that may be recoverable by the COUNTY as a result of the CONSULTANT’S termination, in breach of its obligations hereunder. C. The COUNTY may immediately suspend or terminate the AGREEMENT in whole or in part, where in the determination of the COUNTY there is: 1. An illegal or improper use of funds; 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2. A failure to comply with any term of the AGREEMENT; 3. A substantially incorrect or incomplete report submitted to the COUNTY; 4. Improperly performed service. D. In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of any breach of the AGREEMENT or any default which may then exist on the part of the CONSULTANT, nor shall such payment impair or prejudice any remedy available to the COUNTY with respect to the breach or default. The DIRECTOR shall have the right to demand of the CONSULTANT the repayment to the COUNTY of any funds disbursed to the CONSULTANT under the AGREEMENT, which, in the judgment of the DIRECTOR and as determined in accordance with the procedures of Article XVI, were not expended in accordance with the terms of the AGREEMENT. The CONSULTANT shall promptly refund any such funds upon demand. E. The terms of the AGREEMENT, and the services to be provided thereunder, are contingent on the approval of funds by the appropriating government agency. Should sufficient funds not be allocated, the services provided may be modified, or the AGREEMENT terminated at any time by giving the CONSULTANT thirty (30) days advance written notice. In the event of termination on the basis of this Paragraph, the CONSULTANT’S entitlement to payment, in accordance with the payment provisions set forth hereinabove, shall apply only to work performed by the CONSULTANT prior to receipt of written notification of such non-allocation of sufficient funding. F. In the event of termination, CONSULTANT shall be compensated as provided for in this AGREEMENT, except as provided in Article XII, Section C. Upon termination, the COUNTY shall be entitled to all work, including but not limited to, reports, investigations, appraisals, inventories, studies, analyses, drawings and data estimates performed to that date, whether completed or not. IX. FUNDING REQUIREMENTS A. It is mutually understood between the parties that the AGREEMENT may have been written before ascertaining the availability of funds or appropriation of funds, for the mutual benefit of both parties, in order to avoid program and fiscal delays that would occur if the AGREEME NT were executed after that determination was made. 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 B. The AGREEMENT is subject to any additional restrictions, limitations, conditions, or any legislation enacted by the Congress, State Legislature or the COUNTY Board of Supervisors that may affect the provisions, terms, or funding of the AGREEMENT in any manner. C. It is mutually agreed that if sufficient funds are not appropriated, the AGREEMENT may be amended to reflect any reduction in funds. D. The COUNTY has the option to void the AGREEMENT under the 30-day cancellation clause, or to amend the AGREEMENT by mutually acceptable modification of its provisions to reflect any reduction of funds. X. CHANGE IN TERMS A. The AGREEMENT may be amended or modified only by mutual written agreement of both parties. Except as provided in Article V, Section A, any such written amendment to the AGREEMENT may be approved on the COUNTY’s behalf only by its Board of Supervisors. B. The CONSULTANT shall only commence work covered by an amendment after the amendment has been fully executed and written notification to proceed has been issued by the CONTRACT ADMINISTRATOR. XI. DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION A. The CONSULTANT must give consideration to Disadvantaged Business Enterprise (hereinafter referred to as “DBE”) firms as specified in 23 Code of Federal Regulations (hereinafter referred to as “CFR”) Section 172.5(b), and in 49 CFR, Part 26. The CONSULTANT must meet the DBE goal established for PROJECTS by using DBEs as subconsultants or document a good faith effort to have met the goal. If a DBE subconsultant is unable to perform, the CONSULTANT must make a good faith effort to replace him/her with another DBE subconsultant if the goal is not otherwise met. B. The CONSULTANT is responsible for being fully informed regarding the requirements of Title 49 CFR, Part 26 and CALTRANS’ Disadvantaged Business Enterprise program developed pursuant to the regulations, as detailed in Appendix C, Notice to Proposers DBE Information, attached hereto and incorporated herein. C. A DBE subconsultant may be terminated only with written approval by the CONTRACT 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ADMINISTRATOR and only for reasons specified in 49 CFR Section 26.53(f). Prior to requesting the CONTRACT ADMINISTRATOR consent for the proposed termination, the CONSULTANT must meet the procedural requirements specified in 49 CFR Section 26.53(f). XII. COST PRINCIPLES A. The CONSULTANT agrees that the Contract Cost Principles and Procedures, Title 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the allowability of cost for individual items. B. The CONSULTANT also agrees to comply with Federal procedures in accordance with 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. C. Any costs for which payment has been made to the CONSULTANT that are determined by subsequent audit to be unallowable under 48 CFR Part 31 or 2 CFR Part 200 are subject to repayment by the CONSULTANT to the COUNTY. XIII. COVENANT AGAINST CONTINGENT FEES A. The CONSULTANT warrants, by execution of the AGREEMENT, that the CONSULTANT has not employed or retained any company or person, other than a bona fide employee working for the CONSULTANT; to solicit or secure the AGREEMENT; and that CONSULTANT has not paid or agreed to pay any company or person other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or formation of the AGREEMENT. For breach or violation of this warranty, the COUNTY shall have the right to annul the AGREEMENT without liability, and to pay only for the value of the work actually performed by the CONSULTANT, or alternatively in the COUNTY’s discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such any such commission, percentage, brokerage fee, gift, contingent fee or similar form of consideration previously paid by the CONSULTANT. XIV. RETENTION OF RECORDS/AUDIT A. For the purpose of determining the sufficiency of the CONSUTLANT’S performance of 16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 the contract (and compliance with Public Contract Code 10115, et seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable), the CONSULTANT, subcontractors, and the COUNTY, shall each maintain all books, documents, papers, accounting records, and other evidence pertaining to the performance of the AGREEMENT, including but not limited to, the costs of administering the AGREEMENT. B. All parties shall make such materials available at their respective offices at all reasonable times throughout the entirety of the contract term and for three years from the date of final payment under the contract, pursuant to Government Code 8546.7. The state, the State Auditor, the COUNTY, Federal Highway Administration, or any duly authorized representative of the federal government shall have access to any books, records, and documents of the CONSULTANT that are pertinent to the contract for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. It shall be the responsibility of the CONSULTANT to ensure that all subcontracts in excess of $25,000 shall contain this provision. XV. AUDIT REVIEW PROCEDURES A. Any dispute concerning a question of fact arising under an interim or post audit of the AGREEMENT that is not disposed of by agreement between the parties, shall be reviewed by the COUNTY’s Auditor/Controller/Treasurer/Tax-Collector. B. Not later than thirty (30) calendar days after issuance of the final audit report, the CONSULTANT may request a review by the COUNTY’s Auditor/Controller/Treasurer/Tax-Collector of unresolved audit issues. The request for review will be submitted in writing. C. Neither the pendency of a dispute nor its consideration by the COUNTY will excuse the CONSULTANT from full and timely performance, in accordance with the terms of the AGREEMENT. D. The AGREEMENT and any subconsultant agreements, including cost proposals and Indirect Cost Rates (ICR), may be subject to audits or reviews such as, but not limited to, an agreement audit, an incurred cost audit, an ICR Audit, or a CPA ICR audit work paper review. If selected for audit or review, the AGREEMENT, cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR Part 31 and other related laws and regulations. In the 17 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 instances of a CPA ICR audit work paper review it is the CONSULTANT’s responsibility to ensure federal, the COUNTY, or local government officials are allowed full access to the CPA’s work papers including making copies as necessary. The AGREEMENT, cost proposal, and ICR shall be adjusted by CONSULTANT and approved by the CONTRACT ADMINISTRATOR to conform to the audit or review recommendations. The CONSULTANT agrees that individual terms of costs identified in the audit report shall be incorporated into the AGREEMENT by this reference if directed by the COUNTY at its sole discretion. Refusal by the CONSULTANT to incorporate audit or review recommendations, or to ensure that the federal, the COUNTY or local governments have access to CPA work papers, will be considered a breach of the AGREEMENT terms and cause for termination of the AGREEMENT and disallowance of prior reimbursed costs. XVI. ERRORS OR OMISSIONS CLAIMS AND DISPUTES A. Definitions: 1. A "Consultant" is a duly licensed Architect or Engineer, or other provider of professional services, acting as a business entity (owner, partnership, corporation, joint venture or other business association) in accordance with the terms of an agreement with the COUNTY. 2. A "Claim" is a demand or assertion by one of the parties seeking, as a matter of right, adjustment or interpretation of contract terms, payment of money, extension of time, change orders, or other relief with respect to the terms of the contract. The term "Claim" also includes other disputes and matters in question between the COUNTY and the CONSULTANT arising out of or relating to the contract. Claims must be made by written notice. The provisions of Government Code Section 901, et seq., shall apply to every claim made to the COUNTY. The responsibility to substantiate claims shall rest with the party making the claim. The term "Claim" also includes any allegation of an error or omission by the CONSULTANT. B. In the spirit of cooperation between the COUNTY and the CONSULTANT, the following procedures are established in the event of any claim or dispute alleging a negligent error, act, or omission, of the CONSULTANT. 1. Claims, disputes or other matters in question between the parties, arising out of 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 or relating to the AGREEMENT, shall not be subject to arbitration, but shall be subject to the following procedures. 2. The COUNTY and the CONSULTANT shall meet and confer and attempt to reach agreement on any dispute, including what damages have occurred, the measure of damages and what proportion of damages, if any, shall be paid by either party. The parties agree to consult and consider the use of mediation or other form of dispute resolution prior to resorting to litigation. 3. If the COUNTY and the CONSULTANT cannot reach agreement under Article XVI, Section B, Paragraph 2, the disputed issues may, upon concurrence by all parties, be submitted to a panel of three (3) for a recommended resolution. The CONSULTANT and the COUNTY shall each select one (1) member of the panel, and the third member shall be selected by the other two panel members. The discovery rights provided by California Code of Civil Procedure for civil proceedings shall be available and enforceable to resolve the disputed issues. Either party requesting this dispute resolution process shall, when invoking the rights to this panel, give to the other party a notice describing the claims, disputes and other matters in question. Prior to twenty (20) working days before the initial meeting of the panel, both parties shall submit all documents such party intends to rely upon to resolve such dispute. If it is determined by the panel that any party has relied on such documentation, but has failed to previously submit such documentation on a timely basis to the other party, the other party shall be entitled to a 20-working-day continuance of such initial meeting of the panel. The decision by the panel is not a condition precedent to arbitration, mediation or litigation. 4. Upon receipt of the panel's recommended resolution of the disputed issue(s), the COUNTY and the CONSULTANT shall again meet and confer and attempt to reach agreement. If the parties still are unable to reach agreement, each party shall have recourse to all appropriate legal and equitable remedies. C. The procedures to be followed in the resolution of claims and disputes may be modified any time by mutual agreement of the parties hereto. D. The CONSULTANT shall continue to perform its obligations under the AGREEMENT pending resolution of any dispute, and the COUNTY shall continue to make payments of all undisputed 19 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 amounts due under the AGREEMENT. E. When a claim by either party has been made alleging the CONSULTANT’S negligent error, act, or omission, the COUNTY and the CONSULTANT shall meet and confer within twenty-one (21) working days after the written notice of the claim has been provided. XVII. SUBCONTRACTING A. Nothing contained in this AGREEMENT or otherwise, shall create any contractual relation between the COUNTY and any Subconsultants, and no subconsultant agreement shall be deemed to diminish or relieve the CONSULTANT of any of its responsibilities and obligations hereunder. The CONSULTANT agrees to be as fully responsible to the COUNTY for the acts and omissions of its Subconsultants and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the CONSULTANT. The CONSULTANT's obligation to pay its Subconsultants is an independent obligation from the COUNTY's obligation to make payments to the CONSULTANT. B. The CONSULTANT shall perform the work contemplated with resources available within its own organization; and no portion of the work pertinent to this AGREEMENT shall be subcontracted without prior written authorization by the CONTRACT ADMINISTRATOR, excepting only those portions of the work and the responsible subconsultants that are expressly identified in Appendix B hereto. C. Any subcontract in excess of $25,000 entered into by CONSULTANT, pertaining to work to be performed under the AGREEMENT, shall contain all of the provisions stipulated in the AGREEMENT to be applicable to subconsultants. D. Any substitution of subconsultant(s) must be approved in writing by the CONTRACT ADMINISTRATOR prior to the start of work by such subconsultant(s). XVIII. EQUIPMENT PURCHASE A. Prior authorization in writing, by the CONTRACT ADMINISTRATOR shall be required before the CONSULTANT enters into any unbudgeted purchase order, or subcontract exceeding $5,000 for supplies, equipment, or CONSULTANT services. The CONSULTANT shall provide an evaluation of the necessity or desirability of incurring such costs. 20 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 B. Prior authorization by the CONTRACT ADMINISTRATOR shall be required for purchase of any item, service or consulting work in excess of $5,000 that is not covered in the CONSULTANT’S Cost Proposal; and the CONSULTANT’S request must be accompanied by at least three competitive quotations, unless the absence of bidding is adequately justified, to the satisfaction of the CONTRACT ADMINISTRATOR in his or her discretion, by written explanation provided by the CONSULTANT with its submittal. C. Any authorized purchase of equipment as a result of the AGREEMENT is subject to the following: 1. The CONSULTANT shall maintain an inventory of all nonexpendable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $5,000 or more. If the purchased equipment needs replacement and is sold or traded in, the COUNTY shall receive a proper refund or credit at the conclusion of the contract, or if the contract is terminated, the CONSULTANT may either keep the equipment and credit the COUNTY in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established COUNTY procedures; and credit the COUNTY in an amount equal to the sales price. If the CONSULTANT elects to keep the equipment, fair market value shall be determined at the CONSULTANT’S expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by the COUNTY and the CONSULTANT, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by the COUNTY.” 2. Regulation 2 CFR Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than five thousand dollars ($5,000) is credited to the project. XIX. INSPECTION OF WORK The CONSULTANT and any subcontractor shall permit the COUNTY, the state, and the FHWA to review and inspect the PROJECT activities and files at all reasonable times during the performance period of the AGREEMENT including review and inspection on a daily basis. XX. LIABILITY INSURANCE 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. Without limiting the COUNTY’S right to obtain indemnification from the CONSULTANT or any third parties, the CONSULTANT, at its sole expense, shall maintain in full force and effect, the following insurance policies prior to commencement of any work for the COUNTY and, thereafter, throughout the entire term of the AGREEMENT (with the exception of Professional Liability Insurance, which the CONSULTANT shall maintain in full force and effect for the additional period of time required by Article XX, Section A, Paragraph 4). 1. Commercial General Liability Insurance with limits not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of not less than Two Million Dollars ($2,000,000). This policy shall be issued on a per occurrence basis. The COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion - Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the AGREEMENT. 2. Comprehensive Automobile Liability Insurance with limits for bodily injury of Two Hundred Fifty Thousand Dollars ($250,000) per person, Five Hundred Thousand Dollars ($500,000) per accident and for property damages of Fifty Thousand Dollars ($50,000), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000). Coverage should include owned and non-owned vehicles used in connection with the AGREEMENT. 3. Worker's Compensation insurance policy as required by the California Labor Code. 4. Professional Liability Insurance: a. If the CONSULTANT employs licensed professional staff in providing services, Professional Liability Insurance with limits of One Million Dollars ($1,000,000) per claim, Three Million Dollars ($3,000,000) annual aggregate. b. The Professional Liability Insurance shall be kept in full force and effect for a period of three (3) years from the date of substantial completion of the CONSULTANT’S work as determined by the COUNTY. c. The CONSULTANT shall obtain endorsements to the Commercial 22 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 General Liability insurance naming the COUNTY, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under the AGREEMENT are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by the COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance provided under the CONSULTANT’S policies herein. The CONSULTANT shall give the COUNTY at least thirty (30) days advance written notice of any cancellation, expiration, reduction or other material change in coverage with respect to any of the aforesaid policies. d. Prior to commencing any such work under the AGREEMENT, the CONSULTANT shall provide to the COUNTY certificates of insurance and endorsements for all of the required policies as specified above, stating that all such insurance coverage has been obtained and is in full force; that the COUNTY, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the COUNTY, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under the AGREEMENT are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by the COUNTY, its officers, agents and employees, shall be excess only and not contributing with insurance provided under the CONSULTANT’S policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to the COUNTY. All certificates shall clearly indicate the COUNTY’S identifying Contract Number for the AGREEMENT, and the certificates shall be sent to the attention of the CONTRACT ADMINISTRATOR. e. In the event the CONSULTANT fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate the AGREEMENT upon the occurrence of such event. f. All policies shall be issued by admitted insurers licensed to do business in the State of California, and all such insurance shall be purchased from companies possessing a current A.M. Best, Inc. rating of A and FSC VII or better. 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 XXI. HOLD HARMLESS A. The CONSULTANT shall defend, hold harmless and indemnify the COUNTY, its officers, agents, and employees, against the payment of any and all costs and expenses (including reasonable attorney fees and court costs), damages, claims, suits, losses, and liability for bodily and personal injury to or death of any person or for loss of any property to the extent resulting from or arising out of any negligent or wrongful acts, errors or omissions of the CONSULTANT, its officers, agents, and employees, in performing or failing to perform any work, services, or functions under the AGREEMENT. Provided, however, and notwithstanding the preceding sentence, the CONSULTANT has no obligation to pay for any defense related cost prior to a final determination of its liability, based upon the percentage of comparative fault (if any) finally determined to be attributable to the CONSULTANT’S negligence. Following any such determination, the CONSULTANT shall be responsible to pay to the COUNTY the dollar amount of all such defense costs incurred by the COUNTY that is commensurate with the finally determined percentage of the CONSULTANT’S liability, based upon the final determination of the CONSULTANT’S comparative fault. B. The COUNTY and the CONSULTANT hereby declare their mutual intent to cooperate in the defense of any claim, suit, or other action alleging liability, arising from the negligent performance or failure to perform of any COUNTY construction contractor or subcontractor involved in PROJECT(S). Such cooperation may include an agreement to prepare and present a cooperative defense after consultation with the CONSULTANT’S professional liability insurance carrier. XXII. OWNERSHIP OF DATA A. All documents, including preliminary documents, calculations, and survey data, required in performing services under the AGREEMENT shall be submitted to, and shall remain at all times the property of the COUNTY regardless of whether they are in the possession of the CONSULTANT or any other person, firm, corporation or agency. B. The CONSULTANT understands and agrees the COUNTY shall retain full ownership rights of the drawings and work product of the CONSULTANT for the PROJECT, to the fullest extent permitted by law. In this regard, the CONSULTANT acknowledges and agrees the CONSULTANT’S 24 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 services are on behalf of the COUNTY and are “works made for hire,” as that term is defined in copyright law, by the COUNTY; that the drawings and work product to be prepared by the CONSULTANT are for the sole and exclusive use of the COUNTY, and that the COUNTY shall be the sole owner of all patents, copyrights, trademarks, trade secrets and other rights and contractual interests in connection therewith which are developed and compensated solely under the AGREEMENT; that all the rights, title and interest in and to the drawings and work product will be transferred to the COUNTY by the CONSULTANT to the extent the CONSULTANT has an interest in and authority to convey such rights; and the CONSULTANT will assist the COUNTY to obtain and enforce patents, copyrights, trademarks, trade secrets, and other rights and contractual interests relating to said drawings and work product, free and clear of any claim by the CONSULTANT or anyone claiming any right through the CONSULTANT. The CONSULTANT further acknowledges and agrees the COUNTY’s ownership rights in such drawings or work product, shall apply regardless of whether such drawings or work product, or any copies thereof, are in possession of the CONSULTANT, or any other person, firm, corporation, or entity. For purposes of the AGREEMENT the terms “drawings and work product” shall mean all reports and study findings commissioned to develop the PROJECT design, drawings and schematic or preliminary design documents, certified reproducibles of the original final construction contract drawings, specifications, the approved estimate, record drawings, as-built plans, and discoveries, developments, designs, improvement, inventions, formulas, processes, techniques, or specific know-how and data generated or conceived or reduced to practice or learning by the CONSULTANT, either alone or jointly with others, that result from the tasks assigned to the CONSULTANT by the COUNTY under the AGREEMENT. C. If the AGREEMENT is terminated during or at the completion of any phase of the PROJECT under Article III, a reproducible copy of report(s) or preliminary documents shall be submitted by the CONSULTANT to the COUNTY, which may use them to complete the PROJECT(S) at a future time. D. If the PROJECT is terminated at the completion of a construction document phase of the PROJECT, certified reproducibles on 4 mil thick double matte film of the original final construction 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 contract drawings, specifications, and approved engineer’s estimate shall be submitted by the CONSULTANT to the COUNTY. E. Documents, including drawings and specifications, prepared by the CONSULTANT pursuant to the AGREEMENT are intended to be suitable for reuse by the COUNTY or others on extensions of the services provided for PROJECT. Any use of completed documents for projects other than PROJECT(S) and/or any use of uncompleted documents will be at the COUNTY’s sole risk and without liability or legal exposure to the CONSULTANT. The electronic files provided by the CONSULTANT to the COUNTY are submitted for an acceptance period lasting until the expiration of the AGREEMENT (i.e., throughout the duration of the contract term, including any extensions). Any defects the COUNTY discovers during such acceptance period will be reported to the CONSULTANT and will be corrected as part of the CONSULTANT’S “Basic Scope of Work.” F. The CONSULTANT shall not be liable for claims, liabilities or losses arising out of, or connected with (1) the modification or misuse by the COUNTY or anyone authorized by the COUNTY, of such CAD data, or (2) decline of accuracy or readability of CAD data due to inappropriate storage conditions or duration; or (3) any use by the COUNTY, or anyone authorized by the COUNTY, of such CAD data or other PROJECT documentation for additions to the PROJECT for the completion of the PROJECT by others, or for other projects; except to the extent that said use may be expressly authorized, in writing, by the CONSULTANT. G. The COUNTY, in the discretion of its Board of Supervisors, may permit the copyrighting of reports or other products of the AGREEMENT; and provided further, that if copyrights are permitted; the CONSULTANT hereby agrees and the AGREEMENT shall be deemed to provide that the Federal Highway Administration shall have the royalty-free nonexclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for government purposes. XXIII. CLAIMS FILED BY THE COUNTY’S CONSTRUCTION CONTRACTOR A. If claims are filed by the COUNTY’s construction contractor relating to work performed by the CONSULTANT’S personnel, and additional information or assistance from the CONSULTANT’S 26 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 personnel is required in order to evaluate or defend against such claims, then the CONSULTANT hereby agrees in such event to make its personnel available for consultation with the COUNTY’s construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. B. The CONSULTANT’S personnel that the COUNTY considers essential to assist in defending against the construction contractor’s claims will be made available on reasonable notice from the DIRECTOR. Services of the CONSULTANT’S personnel in connection with consultation or testimony for this purpose will be performed pursuant to a written contract amendment, if determined by the parties to be necessary or appropriate. XXIV. CONFIDENTIALITY OF DATA A. All financial, statistical, personal, technical, or other data and information relative to the COUNTY’s operations, which are designated confidential by the COUNTY and made available to the CONSULTANT in order to carry out the AGREEMENT, shall be protected by the CONSULTANT from unauthorized use and disclosure. B. Permission to disclose information on one occasion, or public hearing held by the COUNTY relating to the contract, shall not authorize the CONSULTANT to further disclose such information, or disseminate the same on any other occasion. C. The CONSULTANT shall not comment publicly to the press or any other media regarding the AGREEMENT or the COUNTY’s actions on the same, except to COUNTY staff, the CONSULTANT’S own personnel involved in the performance of the AGREEMENT, at public hearings or in response to questions from a Legislative committee. D. The CONSULTANT shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under the AGREEMENT without prior review of the contents thereof by the COUNTY, and receipt of the COUNTY’s written permission. E. All information related to the construction estimate is confidential, and shall not be disclosed by the CONSULTANT to any entity other than the COUNTY. XXV. NATIONAL LABOR RELATIONS BOARD CERTIFICATION 27 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 In accordance with Public Contract Code Section 10296, the CONSULTANT hereby states under penalty of perjury that no more than one final unappealable finding of contempt of court by a federal court has been issued against the CONSULTANT within the immediately preceding two-year period, because of the CONSULTANT’S failure to comply with an order of a federal court that orders the CONSULTANT to comply with an order of the National Labor Relations Board. XXVI. EVALUATION OF THE CONSULTANT The CONSULTANT’S performance will be evaluated by the COUNTY. A copy of the evaluation will be sent to the CONSULTANT for comments. The evaluation together with the comments shall be retained as part of the AGREEMENT record. XXVII. STATEMENT OF COMPLIANCE: NON-DISCRIMINATION A. The CONSULTANT’S signature affixed herein, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that the CONSULTANT has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this AGREEMENT, CONSULTANT and its subconsultants shall not deny the AGREEMENT’s benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. CONSULTANT and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. C. CONSULTANT and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code Section12990 et seq.), the applicable regulations promulgated there under (2 CCR Section11000 et seq.), the provisions of Gov. Code Sections 11135- 28 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 11139.5, and the regulations or standards adopted by the COUNTY to implement such article. The applicable regulations of the Fair Employment and Housing Commission implementing Gov. Code Section 12990 (a-f), set forth 2 CCR Sections 8100-8504, are incorporated into this AGREEMENT by reference and made a part hereof as if set forth in full. D. CONSULTANT shall permit access by representatives of the Department of Fair Employment and Housing and the COUNTY upon reasonable notice at any time during the normal business hours, but in no case less than twenty-four (24) hours’ notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or the COUNTY shall require to ascertain compliance with this clause. E. CONSULTANT and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. F. CONSULTANT shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under this AGREEMENT. G. The CONSULTANT, with regard to the work performed under this AGREEMENT, shall act in accordance with Title VI of the Civil Rights Act of 1964 (42 U.S.C. Section 2000d et seq.). Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the United States shall, on the basis of race, color, national origin, religion, sex, age, disability, be excluded from participation in, denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. H. The CONSULTANT shall comply with regulations relative to non-discrimination in federally-assisted programs of the U.S. Department of Transportation (49 CFR Part 21 - Effectuation of Title VI of the Civil Rights Act of 1964). Specifically, the CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR Section 21.5, including employment practices and the selection and retention of Subconsultants. I. The CONSULTANT and subconsultants shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the AGREEMENT. 29 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 XXVIII. DEBARMENT AND SUSPENSION CERTIFICATION A. The CONSULTANT’S signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that the CONSULTANT has complied with Title 49, Code of Federal Regulations, Part 29, Debarment and Suspension Certificate, which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to the COUNTY on Appendix F. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining CONSULTANT responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. C. Exceptions to the Federal Government Excluded Parties Listing System maintained by the General Services Administration are to be determined by the Federal Highway Administration. XXIX. COMPLIANCE WITH LAWS AND STATE PREVAILING WAGE RATES A. No CONSULTANT or Subconsultant may be awarded an AGREEMENT containing public work elements unless registered with the California Department of Industrial Relations (DIR) pursuant to Labor Code Section 1725.5. Registration with DIR must be maintained throughout the entire term of this AGREEMENT, including any subsequent amendments. B. The CONSULTANT shall comply with all of the applicable provisions of the California Labor Code requiring the payment of prevailing wages. The General Prevailing Wage Rate Determinations applicable to work under this AGREEMENT are available and on file with the Department of Transportation's Regional/District Labor Compliance Officer (http://www.dot.ca.gov/hq/construc/LaborCompliance/documents/District-Region_Map_Construction_7- 8-15.pdf). These wage rates are made a specific part of this AGREEMENT by reference pursuant to 30 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Labor Code Section 1773.2 and will be applicable to performed at a construction project site. Prevailing wages will be applicable to all inspection work performed at COUNTY construction sites, at COUNTY facilities and at off-site locations that are set up by the construction contractor or one of its subcontractors solely and specifically to serve COUNTY projects. Prevailing wage requirements do not apply to inspection work performed at the facilities of vendors and commercial materials suppliers that provide goods and services to the general public. C. General Prevailing Wage Rate Determinations applicable to this project may also be obtained from the Department of Industrial Relations Internet site at http://www.dir.ca.gov. D Payroll Records 1. Each CONSULTANT and Subconsultant shall keep accurate certified payroll records and supporting documents as mandated by Labor Code Section 1776 and as defined in 8 CCR Section 16000 showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the CONSULTANT or Subconsultant in connection with the public work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: a. The information contained in the payroll record is true and correct. b. The employer has complied with the requirements of Labor Code Section 1771, Section 1811, and Section 1815 for any work performed by his or her employees on the public works project. 2. The payroll records enumerated under paragraph (1) above shall be certified as correct by the CONSULTANT under penalty of perjury. The payroll records and all supporting documents shall be made available for inspection and copying by the COUNTY’s representative at all reasonable hours at the principal office of the CONSULTANT. The CONSULTANT shall provide copies of certified payrolls or permit inspection of its records as follows: a. A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or the employee's authorized representative on request. 31 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 b. A certified copy of all payroll records enumerated in paragraph (1) above, shall be made available for inspection or furnished upon request to a representative of the COUNTY, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. Certified payrolls submitted to the COUNTY, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards shall not be altered or obliterated by the CONSULTANT. c. The public shall not be given access to certified payroll records by the CONSULTANT. The CONSULTANT is required to forward any requests for certified payrolls to the CONTRACT ADMINISTRATOR by both email and regular mail on the business day following receipt of the request. 3. Each CONSULTANT shall submit a certified copy of the records enumerated in paragraph (1) above, to the entity that requested the records within ten (10) calendar days after receipt of a written request. 4. Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the COUNTY shall be marked or obliterated in such a manner as to prevent disclosure of each individual's name, address, and social security number. The name and address of the CONSULTANT or Subconsultant performing the work shall not be marked or obliterated. 5. The CONSULTANT shall inform the COUNTY of the location of the records enumerated under paragraph (1) above, including the street address, city and the COUNTY, and shall, within five (5) working days, provide a notice of a change of location and address. 6. The CONSULTANT or Subconsultant shall have ten (10) calendar days in which to comply subsequent to receipt of written notice requesting the records enumerated in paragraph (1) above. In the event the CONSULTANT or Subconsultant fails to comply within the ten (10) day period, he or she shall, as a penalty to the COUNTY, forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Such penalties shall be withheld by the COUNTY from payments then due. CONSULTANT is not subject to a penalty 32 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 assessment pursuant to this section due to the failure of a Subconsultant to comply with this section. E. When prevailing wage rates apply, the CONSULTANT is responsible for verifying compliance with certified payroll requirements. Invoice payment will not be made until the invoice is approved by the CONTRACT ADMINISTRATOR. F. Penalty 1. The CONSULTANT and any of its Subconsultants shall comply with Labor Code Section 1774 and Section 1775. Pursuant to Labor Code Section 1775, the CONSULTANT and any Subconsultant shall forfeit to the COUNTY a penalty of not more than two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director of DIR for the work or craft in which the worker is employed for any public work done under the AGREEMENT by the CONSULTANT or by its Subconsultant in violation of the requirements of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. 2. The amount of this forfeiture shall be determined by the Labor Commissioner and shall be based on consideration of mistake, inadvertence, or neglect of the CONSULTANT or Subconsultant in failing to pay the correct rate of prevailing wages, or the previous record of the CONSULTANT or Subconsultant in meeting their respective prevailing wage obligations, or the willful failure by the CONSULTANT or Subconsultant to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rates of prevailing wages is not excusable if the CONSULTANT or Subconsultant had knowledge of the obligations under the Labor Code. The CONSULTANT is responsible for paying the appropriate rate, including any escalations that take place during the term of the AGREEMENT. 3. In addition to the penalty and pursuant to Labor Code Section 1775, the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the CONSULTANT or Subconsultant. 4. If a worker employed by a Subconsultant on a public works project is not paid the general prevailing per diem wages by the Subconsultant, the prime CONSULTANT of the project is not 33 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 liable for the penalties described above unless the prime CONSULTANT had knowledge of that failure of the Subconsultant to pay the specified prevailing rate of wages to those workers or unless the prime CONSULTANT fails to comply with all of the following requirements: a. The AGREEMENT executed between the CONSULTANT and the Subconsultant for the performance of work on public works projects shall include a copy of the requirements in Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. b. The CONSULTANT shall monitor the payment of the specified general prevailing rate of per diem wages by the Subconsultant to the employees by periodic review of the certified payroll records of the Subconsultant. c. Upon becoming aware of the Subconsultant’s failure to pay the specified prevailing rate of wages to the Subconsultant’s workers, the CONSULTANT shall diligently take corrective action to halt or rectify the failure, including but not limited to, retaining sufficient funds due the Subconsultant for work performed on the public works project. d. Prior to making final payment to the Subconsultant for work performed on the public works project, the CONSULTANT shall obtain an affidavit signed under penalty of perjury from the Subconsultant that the Subconsultant had paid the specified general prevailing rate of per diem wages to the Subconsultant’s employees on the public works project and any amounts due pursuant to Labor Code Section 1813. 5. Pursuant to Labor Code Section 1775, the COUNTY shall notify the CONSULTANT on a public works project within fifteen (15) calendar days of receipt of a complaint that a Subconsultant has failed to pay workers the general prevailing rate of per diem wages. 6. If the COUNTY determines that employees of a Subconsultant were not paid the general prevailing rate of per diem wages and if the COUNTY did not retain sufficient money under the AGREEMENT to pay those employees the balance of wages owed under the general prevailing rate of per diem wages, the CONSULTANT shall withhold an amount of moneys due the Subconsultant sufficient to pay those employees the general prevailing rate of per diem wages if requested by the COUNTY. 34 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 G. Hours of Labor Eight (8) hours labor constitutes a legal day's work. The CONSULTANT shall forfeit, as a penalty to the COUNTY, twenty-five dollars ($25) for each worker employed in the execution of the AGREEMENT by the CONSULTANT or any of its Subconsultants for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of the Labor Code, and in particular Sections 1810 to 1815 thereof, inclusive, except that work performed by employees in excess of eight (8) hours per day, and forty (40) hours during any one week, shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day and forty (40) hours in any week, at not less than one and one-half (1.5) times the basic rate of pay, as provided in Section 1815. H. Employment of Apprentices 1. Where either the prime AGREEMENT or the subconsultant agreement exceeds thirty thousand dollars ($30,000), the CONSULTANT and any subconsultants under him or her shall comply with all applicable requirements of Labor Code Sections 1777.5, 1777.6 and 1777.7 in the employment of apprentices. 2. CONSULTANTs and subconsultants are required to comply with all Labor Code requirements regarding the employment of apprentices, including mandatory ratios of journey level to apprentice workers. Prior to commencement of work, CONSULTANT and subconsultants are advised to contact the DIR Division of Apprenticeship Standards website at https://www.dir.ca.gov/das/, for additional information regarding the employment of apprentices and for the specific journey-to- apprentice ratios for the AGREEMENT work. The CONSULTANT is responsible for all subconsultants’ compliance with these requirements. Penalties are specified in Labor Code Section 1777.7. XXX. CONFLICT OF INTEREST A. The CONSULTANT shall comply with the provisions of the COUNTY Department of Public Works and Planning Conflict of Interest Code, attached hereto as Appendix G and incorporated herein. Such compliance shall include the filing of annual statements pursuant to the regulations of the State Fair Political Practices Commission including, but not limited to, portions of Form 700. 35 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 B. The CONSULTANT shall disclose any financial, business, or other relationship with the COUNTY that may have an impact upon the outcome of this AGREEMENT, or any ensuing the COUNTY construction project. The CONSULTANT shall also list current clients who may have a financial interest in the outcome of this AGREEMENT, or any ensuing the COUNTY construction project, which will follow. C. The CONSULTANT hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under the AGREEMENT. D. The CONSULTANT hereby certifies that neither the CONSULTANT, nor any firm affiliated with the CONSULTANT will bid on any construction contract, or on any contract to provide construction inspection for any construction PROJECT resulting from the AGREEMENT. E. Except for subconsultants or subcontractors whose services are limited to providing surveying or materials testing information, no subcontractor who has provided design services in connection with this AGREEMENT shall be eligible to bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this AGREEMENT. XXXI. REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION The CONSULTANT warrants that this AGREEMENT was not obtained or secured through rebates kickbacks or other unlawful consideration, either promised or paid to any COUNTY employee. For breach or violation of this warranty, the COUNTY shall have the right, in its discretion, to do any of the following: terminate the AGREEMENT without liability; or to pay only for the value of the work actually performed; or to deduct from the AGREEMENT price, or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. XXXII. PROHIBITION OF EXPENDING THE COUNTY, STATE OR FEDERAL FUNDS FOR LOBBYING A. The CONSULTANT shall sign the lobbying forms, attached hereto and incorporated herein as Appendix H, as required by the instructions found on each form. 36 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 B. The CONSULTANT certifies to the best of his or her knowledge and belief that: 1. No state, federal or COUNTY appropriated funds have been paid, or will be paid by or on behalf of the CONSULTANT to any person for influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with any of the following: a. the awarding of any state or federal contract; b. the making of any state or federal grant; c. the making of any state or federal loan; d. the entering into of any cooperative agreement, or e. the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. 2. If any funds other than federally appropriated funds have been paid, or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this federal contract, grant, loan, or cooperative agreement, then the CONSULTANT shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. C. The certification required by the provisions of this Article is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Title 31, U.S. Code Section 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. D. The CONSULTANT also agrees by signing this document that he or she shall require that the language of this certification be included in all lower-tier subcontracts, which exceed $100,000, and that all such sub-recipients shall certify and disclose accordingly. XXXIII. INDEPENDENT CONTRACTOR 37 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. In performance of the work, duties and obligations assumed by the CONSULTANT under the AGREEMENT, it is mutually understood and agreed that the CONSULTANT, including any and all of the CONSULTANT’S officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Notwithstanding the foregoing, the County will have oversight responsibility over the work performed on every PROJECT pursuant hereto, and one of the COUNTY’s own licensed engineers shall be the Engineer-in-Responsible Charge, and accordingly will approve, sign and stamp the final plans for every PROJECT on which any of CONSULTANT’s employees performs any work hereunder. Furthermore, COUNTY shall retain the right to administer the AGREEMENT in order to verify that the CONSULTANT is performing its obligations in accordance with the terms and conditions hereof. B. The CONSULTANT and the COUNTY shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. C. Because of its status as an independent contractor, the CONSULTANT shall have absolutely no right to employment rights and benefits available to the COUNTY employees. The CONSULTANT shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, the CONSULTANT shall be solely responsible and save the COUNTY harmless from all matters relating to payment of the CONSULTANT’S employees, including compliance with Social Security withholding and all other regulations governing such matters. It is acknowledged that during the term of the AGREEMENT, the CONSULTANT may be providing services to others unrelated to the COUNTY or to the AGREEMENT. XXXIV. DISCLOSURE OF SELF-DEALING TRANSACTIONS This provision is only applicable if the CONSULTANT is operating as a corporation (a for-profit or non-profit corporation) or if during the term of the AGREEMENT, the CONSULANT changes its status to operate as a corporation. Members of the CONSULTANT’S Board of Directors shall disclose any self-dealing transactions that they are a party to while the CONSULTANT is providing goods or 38 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 performing services under the AGREEMENT. A self-dealing transaction shall mean a transaction to which the CONSULTANT is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Self-Dealing Transaction Disclosure Form, attached hereto as Appendix I, and submitting it to the COUNTY prior to commencing with the self-dealing transaction or immediately thereafter. XXXV. NOTIFICATION All notices hereunder and communications regarding interpretation of the terms of the AGREEMENT and changes thereto, shall be effected by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid, and addressed to the CONTRACT ADMINISTRATOR and the CONSULTANT’S Project Manager identified on Page 1 of the AGREEMENT. XXXVI. NON-ASSIGNMENT Neither party shall assign, transfer or sub-contract the AGREEMENT or any of its respective rights or duties hereunder, without the prior written consent of the other party. XXXVII. CONSULTANT’S LEGAL AUTHORITY Each individual executing or attesting the AGREEMENT on behalf of the CONSULTANT hereby covenants, warrants, and represents: (i) that he or she is duly authorized by or in accordance with the CONSULTANT’S corporate by-laws to execute or attest and deliver the AGREEMENT on behalf of the CONSULTANT; and (ii) that the AGREEMENT, once he or she has executed it, is and shall be binding upon such Corporation. XXXVIII. BINDING UPON SUCCESSORS The AGREEMENT shall be binding upon and inure to the benefit of the parties and their respective successors in interest, assigns, legal representatives, and heirs. XXXIX. INCONSISTENCIES In the event of any inconsistency in interpreting the documents which constitute the AGREEMENT, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) the text of the AGREEMENT (excluding Appendices); (2) Appendices to the AGREEMENT. 39 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 XL. SEVERABILITY Should any part of the AGREEMENT be determined to be invalid or unenforceable, then the AGREEMENT shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and effect, and to this end the provisions of the AGREEMENT are hereby declared to be severable. XLI. FINAL AGREEMENT Both of the above-named parties to the AGREEMENT hereby expressly agree that the AGREEMENT constitutes the entire agreement between the two parties with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writing, advertisements, publications, and understandings of any nature whatsoever unless expressly included in the AGREEMENT. In consideration of promises, covenants and conditions contained in the AGREEMENT, the CONSULTANT and the COUNTY, and each of them, do hereby agree to diligently perform in accordance with the terms and conditions of the AGREEMENT, as evidenced by the signatures below. /// /// /// /// /// /// /// /// /// /// /// /// 40 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 IN WITNESS WHEREOF, the parties have executed this Agreement on the date set forth above. CONSULTANT COUNTY OF FRESNO TRC ENGINEERS, INC. By: By: Mark Imbriani, PE, Project Manager Steven E. White, Director Department of Public Works and Planning Printed Name 575 East Locust Avenue, Suite 105 APPROVED AS TO LEGAL FORM Address Daniel C. Cederborg, County Counsel Fresno, CA 93720 City and State By: Deputy APPROVED AS TO ACCOUNTING FORM Oscar J. Garcia, CPA Auditor-Controller/Treasurer-Tax Collector By: Deputy FOR ACCOUNTING USE ONLY Fund: 0001 Subclass: 10000 Org. No: 4510/4360 Account: 7295 EXHIBIT 1 2019 Staff Augmentation On-Call Engineering Firms Firm Name Specialty Location A&M Consulting Engineers Civil/Water Visalia, CA Patricia Preston, DBA APEX Civil Engineering Civil Orangevale, CA Cornerstone Structural Engineering Group Structural Fresno, CA Mark Thomas Civil Fresno, CA Peters Engineering Group Traffic Fresno, CA Provost & Pritchard Consulting Group Civil/Water Fresno, CA TRC Engineers Structural Fresno, CA Technicon Engineering Services Geotechnical Fresno, CA 10 APPENDIX A 6 TRC believes that transportation solutions should reflect each community's unique needs, history, geography, and resource constraints. Our projects throughout the United States are successful because we listen to our clients' needs. We then utilize our engineering capabilities to ensure that our solutions are as timely and creative as possible. Client satisfaction is our focus. In providing the services required to complete your projects, TRC will call upon our extensive experience in design and management of projects from preliminary studies and environmental clearance through construction support and management. TRC LOCAL AND REGIONAL EXPERIENCE TRC has proven expertise and success with Federal, State and Local Agency transportation projects that require multi-agency coordination, accelerated design schedules and budget constraints. We are especially noted for our capabilities in the design of bridges, structures, and roadways and we are proud of the working relationship and mutual respect that we share with State and Municipal Agencies. TRC staff have completed many successful bridge projects in California and around the country. Some of our satisfied California clients include:  County of Fresno  City of Porterville  City of Visalia  Monterey County  City of Tulare  San Joaquin County  Sacramento County  City & County of San Francisco  City of San Luis Obispo  Sonoma County  City of Santa Cruz  Caltrans Structures (ES, old DOS)  Santa Clara County Roads & Airports Department  Santa Clara Valley Transportation Authority SUBCONSULTANTS In addition to the TRC staff members proposed Section 5, we have selected the following experienced and local subconsultants to provide a full service team as well as meet DBE goals. Should specific needs require additional specialties (i.e., public relations, etc.), TRC will, with approval from the County, use qualified, local DBE firms to provide these services. Note our team has redundancy in all disciplines to provide the County with maximum flexibility and resources.  Peters Engineering Group – Traffic Engineering  BSK Associates – Geotechnical Engineering and Materials Testing  WRECO (DBE Firm) – Water Resources Engineering, Geotechnical, Environmental Mitigation  O'Dell Engineering – Surveying and Right-of-Way Please note that TRC is currently working with all these subconsultants on transportation projects in the Central Valley (i.e., for the County of Fresno, City of Visalia, City of Porterville, and County of Tulare). Subconsultant resumes and project experience descriptions for our subconsultants are included in the Appendix. Peters Engineering Group is a multi-disciplined engineering company specializing in civil and traffic engineering. Peters Engineering Group maintains a fully-staffed office located in Clovis, California serving primarily public agency clients in the transportation and general civil engineering field. Since our inception in 1998, Peters Engineering Group has continuously provided services for various public agency clients and private developers. Our services have assisted in the successful delivery of many civil engineering projects including the safe and efficient design of numerous streets and highways. Our civil and traffic engineering experience covers a wide array of projects including road widenings, intersection improvements, highway improvements, bicycle and pedestrian trail design, traffic signal design, and traffic impact studies. Projects range from preparing construction documents for large interchange reconstruction projects on state highways to smaller street overlay projects. APPENDIX B 7 In addition, Peters Engineering Group has prepared preliminary engineering studies, master plan documents, funding and grant application support services, construction administration, and inspection services on dozens of municipal engineering projects of various types. Prompt delivery of projects within reasonable budgets remains the goal of Peters Engineering Group as we strive to incorporate integrity, ethics, and technical excellence into the civil and traffic engineering field and we expect to continue this commitment to all of our clients. BSK Associates (BSK) provides consulting engineering and analytical testing for clients with projects ranging in size from small to complex, in both natural and built environments. Celebrating over 50 years, BSK is employee-owned, and has grown to a staff of more than 150 with offices, laboratories, and sample drop-off locations throughout Northern and Central California, Washington and Oregon. Since 1966, BSK has been closely involved with the earth sciences and construction materials. They apply this knowledge and experience to meet the needs of client industries including agriculture, commercial & retail, education, energy, healthcare, transportation, aggregate & mining, manufacturing, water, telecommunications, and local, state and federal agencies. At BSK, they are more than just engineers, scientists, chemists, technicians, inspectors, and project managers. They are a dedicated team of professionals focused on developing solutions for our clients and working toward constant improvement within our industry. They are a team committed to giving back to our communities by engaging in volunteer efforts which benefit the areas in which they work and live. NUMBER OF EMPLOYEES Licensed professionals: 21 BSK Associates has a wide range of licensed professionals to ensure that they are qualified to assist our clients throughout every step of the project. Their 21 licensed professionals are registered by the State of California as Professional Engineers (PE), Quality Engineers (QE), Geotechnical Engineers (GE), Professional Geologists (PG), Certified Engineering Geologists (CEG), Certified Hydrogeologists (CHG), Construction General Permit Qualified SWPPP Practitioners (QSP) and Qualified SWPPP Developers (QSD). Technical support staff: 135 At BSK Associates they strive to create a culture of teamwork as well as personal accountability. Their technical support staff consists of 33 construction and material engineering testing staff, 25 geotechnical support staff, 17 environmental staff, and over 60 laboratory staff including technicians, chemists, microbiologists, and sample analysts. Founded in 1995, WRECO provides communities throughout California with innovative solutions in the fields of civil engineering, environmental compliance, geotechnical engineering, and water resources. We pride ourselves in finding cost- effective solutions that prioritize both our clients’ goals and environmental considerations. A testament to our ability to produce quality deliverables on time and within budget, we have established long- term relationships with our clients in the private and public sectors, including transportation authorities, local municipalities; public works departments; flood control and water conservation districts; flood protection boards; utility companies; permitting agencies; and water, sewer, and irrigation districts. By offering a diverse line of services, including an in-house materials testing lab, WRECO is able to streamline project delivery to give the best value to our clients. A small but diverse business (California Unified Certification Program Disadvantaged Business Enterprise [DBE] No. 30066), WRECO is composed of exceptional professional civil engineers, hydraulic engineers, geotechnical engineers, hydrologists, biologists, geologists, environmental scientists, water quality specialists, Qualified Storm Water Pollution Prevention Plan (SWPPP) Developers and Practitioners, Qualified Industrial Stormwater Practitioners, CASQA -qualified National Pollutant Discharge Elimination System (NPDES) Construction General Permit Trainers of Record, and CADD technicians. WRECO’s proposed staff is available and committed to the successful completion and timely delivery of the project. APPENDIX B 8 WRECO has been involved in more than 1,000 transportation infrastructure and water resources projects and more than 400 hydrologic and hydraulic studies on bridge/culvert crossings in the State of California. Some of our clients include Fresno County, Caltrans District 6, and U.S. Army Corps of Engineers. O’Dell Engineering was founded in 1994 by Randall O’Dell and currently offers civil engineering, land surveying, landscape architecture, and land use entitlement & land planning divisions. The firm currently employs over fifty (50) professionals in four offices, Fresno, Modesto, Pleasanton, and Palo Alto. Current staffing includes eight (8) civil engineers, six (6) land surveyors, three (3) landscape architects and five (5) field survey crews. The firm also has 6 LEED ® professionals on staff, as well as 2 certified QSP/QSD’s. O’Dell Engineering is a California Certified Small Business. Led by Dylan Crawford, PLS, O’Dell Engineering’s survey division is focused on providing surveying and GIS support to the public sector. Each project manager is a licensed professional land surveyor. Survey crews are equipped with the latest in laser scanning, robotic total stations, and GPS technology and are supported by office personnel using the most current version of AutoCAD, Micro-station, and surveying software. They have extensive experience in boundary surveying and topographic mapping for public projects. The combination of experienced staff using the latest technology coupled with stringent quality control procedures ensures prompt service and reliable work. Over ten years ago the firm made a decision to specialize in survey support for large scale public infrastructure projects. Unlike most design firms who use their survey department as a support discipline for in-house design projects, O’Dell has over 20 highly skilled survey staff who specialize in projects like yours. With O’Dell Engineering you get the resources and capabilities typically found in much larger firms, while maintaining access to company owners who care deeply about their reputation and the success of this project. O’Dell Engineering regularly provides land surveying support services for civil engineering and transportation engineering projects in Northern California to a variety of public and private clients including the County of Fresno, the City of Fresno, the California High-Speed Rail Authority.  Fresno County Bridge Survey Projects, Fresno, CA  California High-Speed Rail  Fresno Recycled Water Distribution System, Fresno, CA SUMMARY The TRC team is well qualified and staffed to serve the County, whatever your needs may be. APPENDIX B Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information Page 1 of 3 LPP 13-01 January, 2018 EXHIBIT 10-I NOTICE TO PROPOSERS DBE INFORMATION The Agency has established a DBE goal for this Contract of ____________% 1.TERMS AS USED IN THIS DOCUMENT •The term “Disadvantaged Business Enterprise” or “DBE” means a for-profit small business concern owned and controlled by a socially and economically disadvantaged person(s) as defined in Title 49, Code of Federal Regulations (CFR), Part 26.5. •The term “Agreement” also means “Contract.” •Agency also means the local entity entering into this contract with the Contractor or Consultant. •The term “Small Business” or “SB” is as defined in 49 CFR 26.65. 2.AUTHORITY AND RESPONSIBILITY A. DBEs and other small businesses are strongly encouraged to participate in the performance of Contracts financed in whole or in part with federal funds (See 49 CFR 26, “Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs”). The Consultant must ensure that DBEs and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance. The proposer must not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs. 3.SUBMISSION OF DBE INFORMATION If there is a DBE goal on the contract, Exhibit 10-O1 Consultant Proposal DBE Commitment must be included in the Request for Proposal. In order for a proposer to be considered responsible and responsive, the proposer must make good faith efforts to meet the goal established for the contract. If the goal is not met, the proposer must document adequate good faith efforts. All DBE participation will be counted towards the contract goal; therefore, all DBE participation shall be collected and reported. Exhibit 10-O2 Consultant Contract DBE Information must be included with the Request for Proposal. Even if no DBE participation will be reported, the successful proposer must execute and return the form. 4.DBE PARTICIPATION GENERAL INFORMATION It is the proposer’s responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Department’s DBE program developed pursuant to the regulations. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). 0 APPENDIX C Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information Page 2 of 3 LPP 13-01 January, 2018 B. A certified DBE may participate as a prime consultant, subconsultant, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. A DBE proposer not proposing as a joint venture with a non-DBE, will be required to document one or a combination of the following: 1. The proposer is a DBE and will meet the goal by performing work with its own forces. 2. The proposer will meet the goal through work performed by DBE subconsultants, suppliers or trucking companies. 3. The proposer, prior to proposing, made adequate good faith efforts to meet the goal. D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest. E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. F. The proposer shall list only one subconsultant for each portion of work as defined in their proposal and all DBE subconsultants should be listed in the bid/cost proposal list of subconsultants. G. A prime consultant who is a certified DBE is eligible to claim all of the work in the Contract toward the DBE participation except that portion of the work to be performed by non-DBE subconsultants. 5. RESOURCES A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If you believe a firm is certified that cannot be located on the database, please contact the Caltrans Office of Certification toll free number 1-866-810-6346 for assistance. B. Access the CUCP database from the Department of Transportation, Office of Business and Economic Opportunity Web site at: http://www.dot.ca.gov/hq/bep/. 1. Click on the link titled Disadvantaged Business Enterprise; 2. Click on Search for a DBE Firm link; 3. Click on Access to the DBE Query Form located on the first line in the center of the page. Searches can be performed by one or more criteria. Follow instructions on the screen. 6. MATERIALS OR SUPPLIES PURCHASED FROM DBES COUNT TOWARDS THE DBE GOAL UNDER THE FOLLOWING CONDITIONS: A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the APPENDIX C Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information Page 3 of 3 LPP 13-01 January, 2018 purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers’ own distribution equipment shall be, by a long-term lease agreement and not an ad hoc or Agreement-by-Agreement basis. Packagers, brokers, manufacturers’ representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. APPENDIX C APPENDIX C APPENDIX C Local Assistance Procedures Manual Exhibit 10-K Consultant Annual Certification of Indirect Costs and Financial Management System Page 1 of 2 March 2018 EXHIBIT 10-K CONSULTANT ANNUAL CERTIFICATION OF INDIRECT COSTS AND FINANCIAL MANAGEMENT SYSTEM (Note: If a Safe Harbor Indirect Cost Rate is approved, this form is not required.) Consultant’s Full Legal Name: Important: Consultant means the individual or consultant providing engineering and design related services as a party of a contract with a recipient or sub-recipient of Federal assistance. Therefore, the Indirect Cost Rate(s) shall not be combined with its parent company or subsidiaries. Indirect Cost Rate: Combined Rate % OR Home Office Rate % and Field Office Rate (if applicable) % Facilities Capital Cost of Money % (if applicable) Fiscal period * * Fiscal period is annual one year applicable accounting period that the Indirect Cost Rate was developed (not the contract period). The Indirect Cost Rate is based on the consultant’s one-year applicable accounting period for which financial statements are regularly prepared by the consultant. I have reviewed the proposal to establish an Indirect Cost Rate(s) for the fiscal period as specified above and have determined to the best of my knowledge and belief that: • All costs included in the cost proposal to establish the indirect cost rate(s) are allowable in accordance with the cost principles of the Federal Acquisition Regulation (FAR) 48, Code of Federal Regulations (CFR), Chapter 1, Part 31 (48 CFR Part 31); • The cost proposal does not include any costs which are expressly unallowable under the cost principles of 48 CFR Part 31; • The accounting treatment and billing of prevailing wage delta costs are consistent with our prevailing wage policy as either direct labor, indirect costs, or other direct costs on all federally- funded A&E Consultant Contracts. • All known material transactions or events that have occurred subsequent to year-end affecting the consultant’s ownership, organization, and indirect cost rates have been disclosed as of the date of this certification. I am providing the required and applicable documents as instructed on Exhibit 10-A. Financial Management System: Our labor charging, job costing, and accounting systems meet the standards for financial reporting, accounting records, and internal control adequate to demonstrate that costs claimed have been incurred, appropriately accounted for, are allocable to the contract, and comply with the federal requirements as set forth in Title 23 United States Code (U.S.C.) Section 112(b)(2); 48 CFR Part 31.201-2(d); 23 CFR, Chapter 1, Part 172.11(a)(2); and all applicable state and federal rules and regulations. Our financial management system has the following attributes: • Account numbers identifying allowable direct, indirect, and unallowable cost accounts; • Ability to accumulate and segregate allowable direct, indirect, and unallowable costs into separate cost APPENDIX E Local Assistance Procedures Manual Exhibit 10-K Consultant Annual Certification of Indirect Costs and Financial Management System Page 2 of 2 March 2018 accounts; • Ability to accumulate and segregate allowable direct costs by project, contract and type of cost; • Internal controls to maintain integrity of financial management system; • Ability to account and record costs consistently and to ensure costs billed are in compliance with FAR; • Ability to ensure and demonstrate costs billed reconcile to general ledgers and job costing system; and • Ability to ensure costs are in compliance with contract terms and federal and state requirement Cost Reimbursements on Contracts: I also understand that failure to comply with 48 CFR Part 16.301-3 or knowingly charge unallowable costs to Federal-Aid Highway Program (FAHP) contracts may result in possible penalties and sanctions as provided by the following: • Sanctions and Penalties - 23 CFR Part 172.11(c)(4) • False Claims Act - Title 31 U.S.C. Sections 3729-3733 • Statements or entries generally - Title 18 U.S.C. Section 1001 • Major Fraud Act - Title 18 U.S.C. Section 1031 All A&E Contract Information: • Total participation amount $___________________ on all State and FAHP contracts for Architectural & Engineering services that the consultant received in the last three fiscal periods. • The number of states in which the consultant does business is . • Years of consultant’s experience with 48 CFR Part 31 is . • Audit history of the consultant’s current and prior years (if applicable) I, the undersigned, certify all of the above to the best of my knowledge and belief and that I have reviewed the Indirect Cost Rate Schedule to determine that any costs which are expressly unallowable under the Federal cost principles have been removed and comply with Title 23 U.S.C. Section 112(b)(2), 48 CFR Part 31, 23 CFR Part 172, and all applicable state and federal rules and regulations. I also certify that I understand that all documentation of compliance must be retained by the consultant. I hereby acknowledge that costs that are noncompliant with the federal and state requirements are not eligible for reimbursement and must be returned to Caltrans. Name**: _ Title**: Signature: Email**: Date of Certification (mm/dd/yyyy): Phone Number**: **An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President, a Chief Financial Officer, or equivalent, who has authority to represent the financial information used to establish the indirect cost rate. Note: Both prime and subconsultants as parties of a contract must complete their own Exhibit 10-K forms. Caltrans will not process local agency’s invoices until a complete Exhibit 10-K form is accepted and approved by Caltrans Audits and Investigations. Distribution: 1) Original - Local Agency Project File 2) Copy - Consultant 3) Copy - Caltrans Audits and Investigations ☐ Cognizant ICR Audit ☐ Local Gov’t ICR Audit □ Caltrans ICR Audit ☐ CPA ICR Audit ☐ Federal Gov’t ICR Audit APPENDIX E APPENDIX E APPENDIX E Local Assistance Procedures Manual Exhibit 10-K Consultant Annual Certification of Indirect Costs and Financial Management System Page 1 of 2 March 2018 EXHIBIT 10-K CONSULTANT ANNUAL CERTIFICATIONOF INDIRECT COSTSAND FINANCIAL MANAGEMENT SYSTEM (Note: If a Safe Harbor Indirect Cost Rate is approved, this form is not required.) Consultant’s Full Legal Name: Important: Consultant means the individual or consultant providing engineering and design related services as a party of a contract with a recipient or sub-recipient of Federal assistance. Therefore, the Indirect Cost Rate(s) shall not be combined with its parent company or subsidiaries. Indirect Cost Rate: Combined Rate %OR Home Office Rate % and Field Office Rate (if applicable) % Facilities Capital Cost of Money % (if applicable) Fiscal period * * Fiscal period is annual one year applicable accounting period that the Indirect Cost Rate was developed (not the contract period). The Indirect Cost Rate is based on the consultant’s one-year applicable accounting period for which financial statements are regularly prepared by the consultant. I have reviewed the proposal to establish an Indirect Cost Rate(s) for the fiscal period as specified above and have determined to the best of my knowledge and belief that: x All costs included in the cost proposal to establish the indirect cost rate(s) are allowable in accordance with the cost principles of the Federal Acquisition Regulation (FAR) 48, Code of Federal Regulations (CFR), Chapter 1, Part 31 (48 CFR Part 31); x The cost proposal does not include any costs which are expressly unallowable under the cost principles of 48 CFR Part 31; x The accounting treatment and billing of prevailing wage delta costs are consistent with our prevailing wage policy as either direct labor, indirect costs, or other direct costs on all federally- funded A&E Consultant Contracts. x All known material transactions or events that have occurred subsequent to year-end affecting the consultant’s ownership, organization, and indirect cost rates have been disclosed as of the date of this certification. I am providing the required and applicable documents as instructed on Exhibit 10-A. Financial Management System: Our labor charging, job costing, and accounting systems meet the standards for financial reporting, accounting records, and internal control adequate to demonstrate that costs claimed have been incurred, appropriately accounted for, are allocable to the contract, and comply with the federal requirements as set forth in Title 23 United States Code (U.S.C.) Section 112(b)(2);48 CFR Part 31.201-2(d); 23 CFR, Chapter 1, Part 172.11(a)(2); and all applicable state and federal rules and regulations. Our financial management system has the following attributes: x Account numbers identifying allowable direct, indirect, and unallowable cost accounts; x Ability to accumulate and segregate allowable direct, indirect, and unallowable costs into separate cost ATTACHMENT I O'Dell Engineering, Inc. 103.7 01/01/2017 to 12/31/2017 Local Assistance Procedures Manual Exhibit 10-K Consultant Annual Certification of Indirect Costs and Financial Management System Page 2 of 2 March 2018 accounts; x Ability to accumulate and segregate allowable direct costs by project, contract and type of cost; x Internal controls to maintain integrity of financial management system; x Ability to account and record costs consistently and to ensure costs billed are in compliance with FAR; x Ability to ensure and demonstrate costs billed reconcile to general ledgers and job costingsystem; and x Ability to ensure costs are in compliance with contract terms and federal and state requirement Cost Reimbursements on Contracts: I also understand that failure to comply with 48 CFR Part 16.301-3 or knowingly charge unallowable costs to Federal-Aid Highway Program(FAHP) contracts may result in possible penalties and sanctions as provided by the following: x Sanctions and Penalties - 23 CFR Part 172.11(c)(4) x False Claims Act - Title 31 U.S.C. Sections 3729-3733 x Statements or entries generally - Title 18 U.S.C.Section 1001 x Major Fraud Act - Title 18 U.S.C. Section 1031 All A&E Contract Information: x Total participation amount $___________________ on all State and FAHP contracts for Architectural & Engineering services that the consultant received in the last three fiscal periods. x The number of states in which the consultant does business is . x Years of consultant’s experience with 48 CFR Part 31 is . x Audit history of the consultant’s current and prior years (if applicable) I, the undersigned, certify all of the above to the best of my knowledge and belief and that I have reviewed the Indirect Cost Rate Schedule to determine that any costs which are expressly unallowable under the Federal cost principles have been removed and comply with Title 23 U.S.C. Section 112(b)(2), 48 CFRPart 31,23 CFRPart172,and all applicable state and federal rules and regulations. I also certifythat I understand that all documentation of compliance must be retained by the consultant. I hereby acknowledge that costs that are noncompliant with the federal and state requirements are not eligible for reimbursement and must be returned to Caltrans. Name**:_ Title**: Signature: Email**: Date of Certification (mm/dd/yyyy): Phone Number**: **An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President, a Chief Financial Officer, or equivalent, who has authorityto represent the financialinformation used to establish the indirect cost rate. Note:Both prime and subconsultants as parties of a contract must complete their own Exhibit 10-K forms. Caltrans will not process local agency’s invoices until a complete Exhibit 10-K form is accepted and approved by Caltrans Audits and Investigations. Distribution:1) Original - Local AgencyProject File 2) Copy - Consultant 3) Copy - Caltrans Audits and Investigations ܆Cognizant ICR Audit ܆Local Gov’t ICR Audit ڧ Caltrans ICR Audit ܆CPA ICR Audit ܆Federal Gov’t ICR Audit ATTACHMENT I 6.9 Million 1 6 Dylan Crawford Executive Vice President 01/27/2019 dcrawford@odellengineering.com 209-571-1765 ✔ Attachment 1R February 8, 2016 1 SAFE HARBOR RATE CONSULTANT CERTIFICATION OF ELIGIBILITY; CONTRACT COSTS AND FINANCIAL MANAGEMENT SYSTEM FOR FEDERAL-AID HIGHWAY PROJECTS Consultant Name: ________________________________________________________ Check one of the following options as it applies to your firm that is completing this certification: ܆ Prime Consultant ܆ Subconsultant Local Agency (if applicable): _______________________________________________ Contract # (if applicable): __________________________________________________ Check one of the following contract methods of payment: ܆ Specific Rate of Compensation ܆ Actual Cost-Plus-Fixed Fee ܆ Lump Sum ܆ Cost Per Unit of Work Federal Project #: _________________________________________________________ Subconsultant’s Participating Contract Dollar Amount: $________________________ Subconsultant’s Estimated % of Work to be Performed (Specific Rate of Compensation): ____ % Prime Consultant’s Contract Dollar Amount: $__________________________________ Safe Harbor Rate (Indirect Cost Rate): 110% ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Certification of Eligibility: I, the undersigned, certify that the firm is eligible to use the safe harbor indirect cost rate as the firm: 1.Does not have relevant contract cost history to use as a base for developing a Federal Acquisition Regulation (FAR) of Title 48, Code of Federal Regulations (CFR) Part 31-Contract Cost Principles and Procedures (48 CFR Part 31 often referred to as “Federal cost principles”) compliant indirect cost rate (ICR). OR 2.Does not have a previously accepted ICR by a cognizant agency, or with an audited/accepted ICR, and does not have an existing contract with a provisional rate. 3.Has not developed an indirect cost rate in compliance with the Federal cost principles. Certification of Contract Costs: I, the undersigned, certify that I have reviewed the cost proposal for the above contract and to the best of my knowledge and belief: 1.All costs included in the cost proposal are allowable in accordance with the Safe Harbor Rate requirements and Federal cost principles. 2.The cost proposal does not include any costs which are expressly unallowable with the Safe Harbor Rate requirements and the Federal cost principles. Peters Engineering Group County of Fresno TBD TBD TBD TBD APPENDIX E Attachment 1R February 8, 2016 2 3.All direct costs (direct labor/billing rates and other direct costs) included in this cost proposal are reasonable, allowable, and allocable to the contract in accordance with the Safe Harbor Rate requirements; generally accepted accounting principles (GAAP); Federal cost principles; Title 23 United States Code (U.S.C.) Chapter 1-Federal-Aid Highways Section 112-Letting of Contracts (23 U.S.C. 112); Title 23 CFR Chapter 1-Federal Highway Administration, Department of Transportation Part 172- Procurement, Management, and Administration of Engineering and Design Related Service (23 CFR Part 172); and terms and conditions of the contract. All costs must be applied consistently and fairly to all contracts regardless of contract or client type. Documentation for these costs must be in compliance with applicable federal and state requirements. All documentation of compliance must be retained in the project files for 3 years after contracting agency makes final payment and all pending matters are closed. Certification of Financial Management System: I, the undersigned, certify that our financial management system in place for this contract and moving forward meets the standards for the Safe Harbor Rate requirements and financial reporting, accounting records, internal and budget control as set forth in 23 CFR Part 172 and 48 CFR Part 31. These standards require consulting firms have an accounting system adequate to accumulate, and track allowable, allocable, and reasonable direct labor and other direct costs by contract; segregate indirect costs, and remove unallowable costs. Certification of Cost Reimbursements on Contracts: I, the undersigned, also understand that failure to comply with 48 CFR Part 16.301-3 or knowingly charge unallowable costs to a Federal-aid highway program (FAHP) may result in possible penalties and sanctions as provided by the following: ƒSanctions and Penalties - 23 CFR Part 172.11(c)(4) ƒFalse Claims Act - 31 U.S.C. Sections 3729-3733 ƒStatements or entries generally - 18 U.S.C. Section 1001 ƒMajor Fraud Act - 18 U.S.C. Section 1031 Consultant Certifying: Name*: _________________________________ Title*: ____________________________________ Signature *: _____________________________ Date of Certification (mm/dd/yyyy): _____________ Email*: _________________________________ Phone Number *:____________________________ *An executive or financial officer of the contractor’s organization who has authority to represent the financial information utilized to establish the proposal submitted in conjunction with the contract. ALSO REQUIRED Attach a copy of your completed: Distribution: 1) Original to Caltrans A&I 2) Caltrans Division of Procurement and Contracts (DPAC) Contract Files or Local Agency Project Files David Peters President 01/28/2019 dpeters@peters-engineering.com (559) 299-1544 x 111 APPENDIX E Local Assistance Procedures Manual Exhibit 10-K Consultant Annual Certification of Indirect Costs and Financial Management System Page 1 of 2 March 2018 EXHIBIT 10-KCONSULTANT ANNUAL CERTIFICATIONOF INDIRECT COSTSAND FINANCIAL MANAGEMENT SYSTEM (Note: If a Safe Harbor Indirect Cost Rate is approved, this form is not required.) Consultant’s Full Legal Name: Important: Consultant means the individual or consultant providing engineering anddesignrelated services as a party of a contract with a recipient or sub-recipient of Federal assistance. Therefore, the Indirect Cost Rate(s) shall not be combined with its parent company or subsidiaries. Indirect Cost Rate: Combined Rate %OR Home Office Rate % and Field Office Rate (if applicable)% Facilities Capital Cost of Money % (if applicable) Fiscal period * * Fiscal period is annual one year applicable accounting period that the Indirect Cost Rate was developed (not the contract period). The Indirect Cost Rate is based on the consultant’s one-year applicable accounting period for which financial statements are regularly prepared by the consultant. I have reviewed the proposal to establish an Indirect Cost Rate(s) for the fiscal period as specified above and have determined to the best of my knowledge and belief that: x All costs included in the cost proposal to establish the indirect cost rate(s) are allowable in accordance with the cost principles of the Federal Acquisition Regulation (FAR) 48, Code of Federal Regulations (CFR), Chapter 1, Part 31 (48 CFR Part 31); x The cost proposal does not include any costs which are expressly unallowable under the cost principles of 48 CFR Part 31; x The accounting treatment and billing of prevailing wage delta costs are consistent with our prevailing wage policy as either direct labor, indirect costs, or other direct costs on all federally- funded A&E Consultant Contracts. x All known material transactions or events that have occurred subsequent to year-end affectingthe consultant’s ownership, organization, and indirect cost rates have been disclosed as of the date of this certification. I am providing the required and applicable documents as instructed on Exhibit 10-A. Financial Management System: Our labor charging, job costing, and accounting systems meet the standards for financial reporting, accounting records, and internal control adequate to demonstrate that costs claimed have been incurred, appropriately accounted for, are allocable to the contract, and comply with the federal requirements as set forth in Title 23 United States Code (U.S.C.) Section 112(b)(2);48 CFR Part 31.201-2(d); 23 CFR, Chapter 1, Part 172.11(a)(2); and all applicable state and federal rules and regulations. Our financial management systemhas the following attributes: x Account numbers identifying allowable direct, indirect, and unallowable cost accounts; x Ability to accumulate and segregate allowable direct, indirect, and unallowable costs into separate cost WRECO 90.26137.25 01/01/2017 to 12/31/2017 APPENDIX E Local Assistance Procedures Manual Exhibit 10-K Consultant Annual Certification of Indirect Costs and Financial Management System Page 2 of 2 March 2018 accounts; x Ability to accumulate and segregate allowable direct costs by project, contract and type of cost; x Internal controls to maintain integrity of financial management system; x Ability to account and record costs consistently and to ensure costs billed are in compliance with FAR; x Ability to ensure and demonstrate costs billed reconcile to general ledgers and job costingsystem; and x Ability to ensure costs are in compliance with contract terms and federal and state requirement Cost Reimbursements on Contracts: I also understand that failure to comply with 48 CFR Part 16.301-3 or knowingly charge unallowable costs to Federal-Aid Highway Program(FAHP) contracts may result in possible penalties and sanctions as provided by the following: x Sanctions and Penalties - 23 CFR Part 172.11(c)(4) x False Claims Act - Title 31 U.S.C. Sections 3729-3733 x Statements or entries generally - Title 18 U.S.C.Section 1001 x Major Fraud Act - Title 18 U.S.C. Section 1031 All A&E Contract Information: x Total participation amount $___________________ on all State and FAHP contracts for Architectural & Engineering services that the consultant received in the last three fiscal periods. x The number of states in which the consultant does business is . x Years of consultant’s experience with 48 CFR Part 31 is . x Audit history of the consultant’s current and prior years (if applicable) I, the undersigned, certify all of the above to the best of my knowledge and belief and that I have reviewed the Indirect Cost Rate Schedule to determine that any costs which are expressly unallowable under the Federal cost principles have been removed and comply with Title 23 U.S.C. Section 112(b)(2), 48 CFRPart 31,23 CFRPart172,and all applicable state and federal rules and regulations. I also certifythat I understand that all documentation of compliance must be retained by the consultant. I hereby acknowledge that costs that are noncompliant with the federal and state requirements are not eligible for reimbursement and must be returned to Caltrans. Name**:_ Title**: Signature: Email**: Date of Certification (mm/dd/yyyy): Phone Number**: **An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President, a Chief Financial Officer, or equivalent, who has authorityto represent the financialinformation used to establish the indirect cost rate. Note:Both prime and subconsultants as parties of a contract must complete their own Exhibit 10-K forms. Caltrans will not process local agency’s invoices until a complete Exhibit 10-K form is accepted and approved by Caltrans Audits and Investigations. Distribution:1) Original - Local AgencyProject File 2) Copy - Consultant 3) Copy - Caltrans Audits and Investigations ܆Cognizant ICR Audit ܆Local Gov’t ICR Audit ڧ Caltrans ICR Audit ܆CPA ICR Audit ܆Federal Gov’t ICR Audit 10,000,000 1 21 Han-Bin Liang, Ph.D., P.E.President 4/4/2018 hanbin_liang@wreco.com (925) 941-0017 ✔ APPENDIX E Local Assistance Procedures Manual Exhibit 10-H2 Cost Proposal Note: Mark-ups are Not Allowed Consultant TRC Engineers, Inc.Prime Consultant q Subconsultant Project No.Contract No. Leave Blank Date 2/19/2019 For Combined Rate Fringe Benefit % +Overhead % +General Administration % =Combined Indirect Cost Rate (ICR) % For Home Office Rate Fringe Benefit % +Overhead % +General Administration % =Home Office ICR % 49.44%102.09%0%151.53% For Field Office Rate Fringe Benefit % +Overhead % +General Administration % =Field Office ICR % FEE % =10.00% Actual or Avg. % or $ increase Hourly range - for Straight OT(1.5x) OT(2x)From To hourly rate3 classifications only $271.15 $406.72 $542.30 1/1/2019 12/31/2019 $98.00 - Principal in Charge $279.28 $418.93 $558.57 1/1/2020 12/31/2020 $100.94 3.00%$75-$120 $287.66 $431.49 $575.32 1/1/2021 12/31/2021 $103.97 3.00% $235.18 $352.77 $470.36 1/1/2019 12/31/2019 $85.00 - Project Manager $242.24 $363.35 $484.47 1/1/2020 12/31/2020 $87.55 3.00%$75-$120 $249.50 $374.25 $499.01 1/1/2021 12/31/2021 $90.18 3.00% $207.51 $311.27 $415.02 1/1/2019 12/31/2019 $75.00 Project Engineer $213.74 $320.61 $427.48 1/1/2020 12/31/2020 $77.25 3.00%$55-$85 $220.15 $330.22 $440.30 1/1/2021 12/31/2021 $79.57 3.00% $160.48 $240.71 $320.95 1/1/2019 12/31/2019 $58.00 - Senior Engineer $165.29 $247.94 $330.58 1/1/2020 12/31/2020 $59.74 3.00%$45-$70 $170.25 $255.37 $340.50 1/1/2021 12/31/2021 $61.53 3.00% $127.27 $190.91 $254.55 1/1/2019 12/31/2019 $46.00 - Engineer II $131.09 $196.64 $262.18 1/1/2020 12/31/2020 $47.38 3.00%$35-$55 $135.03 $202.54 $270.05 1/1/2021 12/31/2021 $48.80 3.00% 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. Billing rate = actual hourly rate * (1+ ICR) * (1+ Fee). Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting period and established by a cognizant agency or accepted by Caltrans. All costs must comply with the Federal cost principles for reimbursement. 4. For named employees and key personnel enter the actual hourly rate. For classifications only, enter the Average Hourly Rate for that classification. Name/Job Title/Classification1 Hourly Billing Rates2 Effective date of hourly rate OR BILLING INFORMATION CALCULATION INFORMATION EXHIBIT 10-H2 COST PROPOSAL Page 1 of 4 SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) Page 1 of 4 January 2018 APPENDIX D Local Assistance Procedures Manual Exhibit 10-H2 Cost Proposal Note: Mark-ups are Not Allowed Consultant TRC Engineers, Inc.Prime Consultant q Subconsultant Project No.Contract No. Leave Blank Date 2/19/2019 For Combined Rate Fringe Benefit % +Overhead % +General Administration % =Combined Indirect Cost Rate (ICR) % For Home Office Rate Fringe Benefit % +Overhead % +General Administration % =Home Office ICR % 49.44%102.09%0%151.53% For Field Office Rate Fringe Benefit % +Overhead % +General Administration % =Field Office ICR % FEE % =10.00% Actual or Avg. % or $ increase Hourly range - for Straight OT(1.5x) OT(2x)From To hourly rate3 classifications only $99.61 $149.41 $199.21 1/1/2019 12/31/2019 $36.00 - Engineer I $102.59 $153.89 $205.19 1/1/2020 12/31/2020 $37.08 3.00%$29-$43 $105.67 $158.51 $211.34 1/1/2021 12/31/2021 $38.19 3.00% $152.18 $228.26 $304.35 1/1/2019 12/31/2019 $55.00 - CADD Supervisor $156.74 $235.11 $313.48 1/1/2020 12/31/2020 $56.65 3.00%$40-$65 $161.44 $242.16 $322.89 1/1/2021 12/31/2021 $58.35 3.00% $99.61 $149.41 $199.21 1/1/2019 12/31/2019 $36.00 CADD Technician $102.59 $153.89 $205.19 1/1/2020 12/31/2020 $37.08 3.00%$25-$40 $105.67 $158.51 $211.34 1/1/2021 12/31/2021 $38.19 3.00% $94.07 $141.11 $188.14 1/1/2019 12/31/2019 $34.00 - Desktop Publisher $96.89 $145.34 $193.79 1/1/2020 12/31/2020 $35.02 3.00%$28-$40 $99.80 $149.70 $199.60 1/1/2021 12/31/2021 $36.07 3.00% $88.54 $132.81 $177.08 1/1/2019 12/31/2019 $32.00 - Administrative Assistant $91.19 $136.79 $182.39 1/1/2020 12/31/2020 $32.96 3.00%$20-$40 $93.93 $140.90 $187.86 1/1/2021 12/31/2021 $33.95 3.00% 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. Billing rate = actual hourly rate * (1+ ICR) * (1+ Fee). Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting period and established by a cognizant agency or accepted by Caltrans. All costs must comply with the Federal cost principles for reimbursement. 4. For named employees and key personnel enter the actual hourly rate. For classifications only, enter the Average Hourly Rate for that classification. Name/Job Title/Classification1 Hourly Billing Rates2 Effective date of hourly rate BILLING INFORMATION CALCULATION INFORMATION OR Page 2 of 4 January 2018 EXHIBIT 10-H2 COST PROPOSAL Page 2 of 4 SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) APPENDIX D Local Assistance Procedures Manual Exhibit 10-H2 Consultant TRC Engineers, Inc. q Prime Consultant q Subconsultant Project No.Contract No. Date 2/19/2019 0 0 0 0 0 0 0 0 0 0 IMPORTANT NOTES: 1.List other direct cost items with estimated costs. These costs should be competitive in their respective industries and supported with appropriate documentations. 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 their 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. Quantity Unit SCHEDULE OF OTHER DIRECT COST ITEMS Leave Blank $0 Subconsutlant 4: Subconsutlant 1: PRIME TOTAL ODCs = $0 $0 $0 $0 $0 $0 $0 Subconsutlant 3: $0 $0 $0 $150 $42 $0.08 Cost Proposal Subconsutlant 2: Unit Cost $0.580 $0.08 $0 $0 $0 TOTAL $0 $0 $0 $30 Description of Item Mileage Cost Equipment Rental and Supplies Permit Fees Plan Sheets Test Travel $0.580Vehicle Lodging Per Diem Copying Express Mail LPP 15-01 EXHIBIT 10-H2 COST PROPOSAL Page 1 of 3 SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) Page 3 of 4 January 2018 APPENDIX D Local Assistance Procedures Manual EXHIBIT 10-H2 Cost Proposal EXHIBIT 10-H2 COST PROPOSAL Page 4 of 4 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: 7.Generally Accepted Accounting Principles (GAAP) 8. Terms and conditions of the contract 9.Title 23 United States Code Section 112 - Letting of Contracts 10.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 11.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 12.48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) 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: Title *: Signature : Date of Certification (mm/dd/yyyy): Email: Phone Number: Address: *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: Page 4 of 4 January 2018 APPENDIX D Local Assistance Procedures Manual Note: Mark-ups are Not Allowed Consultant Prime Consultant Subconsultant 2nd Tier Subconsultant Project No.Contract No.Participation Amount $Date 1/25/2019 =170.04% = = FEE % =10% Actual or Avg. Straight OT(1.5x) OT(2x) From To hourly rate3 $193.08 N/C N/C 1/1/2019 12/31/2019 $65.00 0.00%$60.00 $70.00 $179.00 $208.00 $199.84 N/C N/C 1/1/2020 12/31/2020 $67.28 3.50%$62.10 $72.45 $185.00 $216.00 $206.83 N/C N/C 1/1/2021 12/31/2021 $69.63 3.50%$64.27 $74.99 $191.00 $223.00 $141.10 N/C N/C 1/1/2019 12/31/2019 $47.50 0.00%$45.00 $50.00 $134.00 $149.00 $146.03 N/C N/C 1/1/2020 12/31/2020 $49.16 3.50%$46.58 $51.75 $139.00 $154.00 $151.15 N/C N/C 1/1/2021 12/31/2021 $50.88 3.50%$48.21 $53.56 $144.00 $160.00 $74.26 N/C N/C 1/1/2019 12/31/2019 $25.00 0.00%$20.00 $30.00 $60.00 $90.00 $76.86 N/C N/C 1/1/2020 12/31/2020 $25.88 3.50%$20.70 $31.05 $62.00 $93.00 $79.55 N/C N/C 1/1/2021 12/31/2021 $26.78 3.50%$21.42 $32.14 $64.00 $96.00 EXHIBIT 10-H2 COST PROPOSAL Page 1 of 4 SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) Exhibit 10-H2 Cost Proposal Fringe Benefit % + General & Administrative% + Facilities Capital Cost of Money%Home Office ICR % (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) BSK Associates TBDTBD TBD For Combined Rate Fringe Benefit % + General & Administrative% + Facilities Capital Cost of Money%Combined ICR % OR For Home Office For Field Office Fringe Benefit % + General & Administrative% + Facilities Capital Cost of Money%Field Office ICR % BILLING INFORMATION CALCULATION INFORMATION Billing Rate Range classifications only for classification Project Manager Name/Job Title/Classification1 Hourly Billing Rates2 Effective date of hourly rate % or $ increase Hourly range - for Staff Engineer Senior Engineer XX Page 1 of 4 January 2018 APPENDIX D 2. The Cost proposal format shall not be amended. 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. 3. Billing rate = actual hourly rate * (1+ICR) * (1+Fee). Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting period and established by a cognized agency or accepted by Caltrans. All costs must comply with the Federal cost principles for reimbursement. 4. 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 January 2018 APPENDIX D Local Assistance Procedures Manual Cost Proposal Consultant Prime Consultant Project No.Contract No.Date IMPORTANT NOTES: TBDTBD 1/25/2019 EXHIBIT 10-H2 COST PROPOSAL FORM 2 OF 3 SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) BSK Associates Subconsultant SCHEDULE OF OTHER DIRECT COST ITEMS PRIME CONSULTANT DESCRIPTION OF ITEMS Quantity Unit Unit Cost Total U.S. Mail EA Actual Outside Vendor Printing and Reproduction EA Actual Personal Vehicle Mile At current IRS rate Overnight Mail Service EA Actual Tolls & Parking EA Actual Rental Vehicle & Gas Day Actual Research Fees EA Actual Per Diem Day At current GSA Rate Permits EA Actual 1. List direct cost items with estimated costs. These costs should be competitive in their respective industries and supported with appropriate documentations. Subconsultant 2: Drilling (TBD) Subconsultant 3: Traffic Control (TBD) Subconsultant 4: (TBD) Total:$0.00 Note: Add Additional pages if necessary. 8. If a consultant proposes rental costs for a vehicle, the company must demonstrate that this is their standard procedure for all of their contracts and that they do not own any vehicles that could be used for the same purpose. 9. The cost proposal format shall not be amended. All costs must comply with the Federal cost principles. 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. X Page 3 of 4 January 2018 APPENDIX D Page 4 of 4 January 2018 APPENDIX D O'Dell EngineeringProject No.Fresno County Staff AugmentationContract No.TBDParticipation AmountTBDDate1/27/2019For Combined RateFringe Benefit % 33.80%+69.90%= Combined ICR% 103.70%For Home Office RateFringe Benefit %+= Combined ICR%For Field Office RateFringe Benefit %+= Combined ICR%Fee=20%Hourly Billing Rates2Actual or Avg. % or $ Hourly Range for Straight3OT(1.5x) OT(2x) FromToHourly Rate4Increase Classifications OnlyDylan Crawford - Principal*258.54$ NC NC 01/01/19 12/31/19105.77$ 0.00%271.47$ NC NC 01/01/20 12/31/20111.06$ 5.00%n/a285.04$ NC NC 01/01/21 12/31/21116.61$ 5.00%Senior Surveyor118.55$ 142.80$ 167.05$ 01/01/19 12/31/1948.50$ 0.00% $40.00-$57.00124.48$ 149.94$ 175.41$ 01/01/20 12/31/2050.93$ 5.00% $42.00-$59.85130.71$ 157.44$ 184.18$ 01/01/21 12/31/2153.47$ 5.00% $44.10-$65.79Surveyor95.33$ 114.83$ 134.33$ 01/01/19 12/31/1939.00$ 0.00% $33.00-$45.00100.10$ 120.57$ 141.05$ 01/01/20 12/31/2040.95$ 5.00% $34.65-$47.25105.10$ 126.60$ 148.10$ 01/01/21 12/31/2143.00$ 5.00% $36.38-$49.61Assistant Surveyor69.67$ 83.92$ 98.17$ 01/01/19 12/31/1928.50$ 0.00% $22.00-$35.0073.15$ 88.11$ 103.07$ 01/01/20 12/31/2029.93$ 5.00% $23.10-$36.7576.81$ 92.52$ 108.23$ 01/01/21 12/31/2131.42$ 5.00% $24.26-$38.59Field Surveyor - Party Chief PW**134.44$ 161.94$ 189.44$ 01/01/19 12/31/1955.00$ 0.00% $52.00-$58.00141.16$ 170.04$ 198.91$ 01/01/20 12/31/2057.75$ 5.00% $54.60-$60.90148.22$ 178.54$ 208.86$ 01/01/21 12/31/2160.64$ 5.00% $57.33-$63.95Field Surveyor - Chainman PW**124.66$ 150.16$ 175.66$ 01/01/19 12/31/1951.00$ 0.00% $48.00-$54.00130.90$ 157.67$ 184.45$ 01/01/20 12/31/2053.55$ 5.00% $50.40-$56.70137.44$ 165.56$ 193.67$ 01/01/21 12/31/2156.23$ 5.00% $52.92-$59.54(Add pages as necessary)Name/Job Title/Classification1Effective Date of Hourly RateGeneral & Administrative %ORGeneral & Administrative %General & Administrative %BILLING INFORMATIONCALCULATION INFORMATIONPage 1 of 4January 2018 EXHIBIT 10-H2 COST PROPOSAL Page 1 of 4SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) EXHIBIT 10-H2 Cost Proposal Local Assistance Procedures Manual ☐ Prime Consultant ☐ Subconsultant ☐ 2nd Tier Subconsultant Consultant __________________________________________ Note: Mark-ups are Not Allowed APPENDIX D Local Assistance Procedures ManualEXHIBIT 10-H2Cost ProposalFor Combined RateFringe Benefit % 34%+70%=Combined ICR%103.70%For Home Office RateFringe Benefit %+= Combined ICR%For Field Office RateFringe Benefit %+= Combined ICR%Fee=20%Hourly Billing Rates2Actual or Avg. % or $ Hourly Range for Straight3OT(1.5x) OT(2x) FromToHourly Rate4Increase Classifications OnlyCADD48.89$ 58.89$ 68.89$ 01/01/19 12/31/1920.00$ 0.00% $15.00-$25.0051.33$ 61.83$ 72.33$ 01/01/20 12/31/2021.00$ 5.00% $15.75-$26.2553.90$ 64.92$ 75.95$ 01/01/21 12/31/2122.05$ 5.00% $16.54-$27.56Admin73.33$ 88.33$ 103.33$ 01/01/19 12/31/1930.00$ 0.00% $15.00-$45.0077.00$ 92.75$ 108.50$ 01/01/20 12/31/2031.50$ 5.00% $15.75-$47.2580.85$ 97.39$ 113.92$ 01/01/21 12/31/2133.08$ 5.00% $16.54-$49.61-$ -$ -$ 01/01/19 12/31/190.00%-$ -$ -$ 01/01/20 12/31/20-$ 5.00%-$ -$ -$ 01/01/21 12/31/21-$ 5.00%-$ -$ -$ 01/01/19 12/31/190.00%-$ -$ -$ 01/01/20 12/31/20-$ 5.00%-$ -$ -$ 01/01/21 12/31/21-$ 5.00%-$ -$ -$ 01/01/19 12/31/190.00%-$ -$ -$ 01/01/20 12/31/20-$ 5.00%-$ -$ -$ 01/01/21 12/31/21-$ 5.00%-$ -$ -$ 01/01/19 12/31/190.00%-$ -$ -$ 01/01/20 12/31/20-$ 5.00%-$ -$ -$ 01/01/21 12/31/21-$ 5.00%(Add pages as necessary)General & Administrative %Name/Job Title/Classification1Effective Date of Hourly RateORGeneral & Administrative %General & Administrative %BILLING INFORMATIONCALCULATION INFORMATIONPage 2 of 4 January 2018 O'Dell EngineeringProject No.Fresno County Staff AugmentationContract No.TBDParticipation AmountTBDDate1/27/2019EXHIBIT 10-H2 COST PROPOSAL Page 2 of 4SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) ☐ Prime Consultant ☐ Subconsultant ☐ 2nd Tier Subconsultant Consultant __________________________________________ Note: Mark-ups are Not Allowed APPENDIX D Local Assistance Procedures ManualEXHIBIT 10-H2Cost ProposalNOTES:2. The cost proposal format shall not be amended.4. For named employees and key personnel enter the actual hourly rate. For classifications only, enter the Average Hourly Rate for that classification.Consultant O'Dell EngineeringPrime ConsultantSubconsultantProject No.Fresno County Staff AugmentationContract No.TBDDate1/27/2019NOTES: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 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. 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. 8. If a consultant proposes rental costs for a vehicle, the company must demonstrate that that 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.Note: Add additional pages if necessary.Subconsultant 1:Subconsultant 2:Subconsultant 3:Subconsultant 4:Subconsultant 5:Mileage Costs1. Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirement must be marked with two asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals.3. Billing rate = actual hourly rate * (1+ICR) * (1+Fee). Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting period and established by a cognizant agency or accepted by Caltrans. All costs must comply with the Federal cost principles for reimbursement.SCHEDULE OF OTHER DIRECT COST ITEMS (Add additional pages as necessary)Description of ItemQuantityUnitUnit CostTotalTBD$0.535TBDTBDColor PrintMylar PrintBW PrintTBDTBD$20.00TBDTBDTBDTBD$30.00TBDTBD$3.00TBDEXHIBIT 10-H2 COST PROPOSAL Page 3 of 4SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS)(CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS)Page 3 of 4 January 2018 APPENDIX D Local Assistance Procedures Manual Exhibit 10‐H2 Cost Proposal Certification of Direct Costs: 7. Generally Accepted Accounting Principles (GAAP) 8. Terms and conditions of the contract 9. Title 23 United States Code Section 112 ‐ Letting of Contracts 10. 48 Code of Federal Regulations Part 31 ‐ Contract Cost Principles and Procedures 11. 12. 48 Code of Federal Regulations Part 9904 ‐ Cost Accounting Standards Board (when applicable) Prime Consultant or Subconsultant Certifying: Name:           Title *:  Signature : 1/27/2019 Email:             Address:  List services the consultant is providing under the proposed contract: 1165 Scenic Drive, Suite A, Modesto, CA 95350 *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. Land Surveying Date of Certification (mm/dd/yyyy):  dcrawford@odellengineering.com Phone Number:209‐571‐1765 Dylan Crawford Executive Vice President EXHIBIT 10‐H2 COST PROPOSAL Page 4 of 4 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,  23 Code of Federal Regulations Part 172 ‐ Procurement, Management, and Administration of Engineering and Design Related Service 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.  Page 4 of 4 January 2018 APPENDIX D Local Assistance Procedures Manual Exhibit 10-H2 Cost Proposal Note: Mark-ups are Not Allowed Consultant WRECO ☐ Prime Consultant X Subconsultant ☐ 2nd Tier Subconsultant Project No.Contract No:Participation Amount: Date: For Combined Rate Fringe Benefit % + General &Administrative % =Combined Indirect Cost Rate (ICR) % OR For Home Office Rate Fringe Benefit 72.69% + General &Administrative 64.56% =137.25%Home Office ICR% For Field Office Rate Fringe Benefit 54.41% + General &Administrative 35.85% =90.26%Field Office ICR% FEE % =10.00% BILLING INFORMATION CALCULATION INFORMATION Name/Job Title/Classification1 Actual or Avg Straight OT(1.5x) OT(2x)From To hourly rate3 Han-Bin Liang*$256.38 N/A N/A 1/1/2019 12/31/2019 $98.24 Principal Engineer $264.07 N/A N/A 1/1/2020 12/31/2020 $101.19 3.00% $272.00 N/A N/A 1/1/2021 12/31/2021 $104.22 3.00% Analette Ochoa*$211.99 N/A N/A 1/1/2019 12/31/2019 $81.23 Supervising Engineer $218.35 N/A N/A 1/1/2020 12/31/2020 $83.67 3.00% $224.90 N/A N/A 1/1/2021 12/31/2021 $86.18 3.00% Chris Sewell*$188.22 N/A N/A 1/1/2019 12/31/2019 $72.12 Supervising Engineer $193.86 N/A N/A 1/1/2020 12/31/2020 $74.28 3.00% $199.68 N/A N/A 1/1/2021 12/31/2021 $76.51 3.00% David Kitzmann*$167.96 N/A N/A 1/1/2019 12/31/2019 $64.36 Senior Geologist $173.00 N/A N/A 1/1/2020 12/31/2020 $66.29 3.00% $178.19 N/A N/A 1/1/2021 12/31/2021 $68.28 3.00% Andrew Chin*$113.63 N/A N/A 1/1/2019 12/31/2019 $43.54 Senior Engineer $117.04 N/A N/A 1/1/2020 12/31/2020 $44.85 3.00% $120.55 N/A N/A 1/1/2021 12/31/2021 $46.19 3.00% Jennifer Abrams*$142.31 N/A N/A 1/1/2019 12/31/2019 $54.53 Senior Engineer $146.58 N/A N/A 1/1/2020 12/31/2020 $56.17 3.00% $150.98 N/A N/A 1/1/2021 12/31/2021 $57.85 3.00% Kazuya Tsurushita $113.55 N/A N/A 1/1/2019 12/31/2019 $43.51 Senior Engineer $116.96 N/A N/A 1/1/2020 12/31/2020 $44.82 3.00% $120.47 N/A N/A 1/1/2021 12/31/2021 $46.16 3.00% Melissa McAssey*$112.35 N/A N/A 1/1/2019 12/31/2019 $43.05 Associate Environmental Scientist $115.72 N/A N/A 1/1/2020 12/31/2020 $44.34 3.00% $119.19 N/A N/A 1/1/2021 12/31/2021 $45.67 3.00% NOTES: 3.Billing rate = actual hourly rate * (1+ ICR) * (1+ Fee). Indirect cost rates shall be updated on an annual basis in accordance with the consultant’s annual accounting period and established by a cognizant agency or accepted by Caltrans. All costs must comply with the Federal cost principles for reimbursement. 4.For named employees and key personnel enter the actual hourly rate. For classifications only, enter the Average Hourly Rate for that classification. Hourly Billing Rates2 Effective date of hourly rate Hourly range - for classifications only% or $ increase Not Applicable Not Applicable Not Applicable EXHIBIT 10-H2 COST PROPOSAL PAGE 1 OF 3 SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) 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. 1/28/2019 Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable LPP 17-01 January 2018 APPENDIX D Local Assistance Procedures Manual Consultant WRECO ☐ Prime Consultant X Subconsultant ☐ 2nd Tier Subconsultant Project No.Contract No:Date: Quantity Unit Unit Cost Mile IRS Rate EA 100.00$ EA 25.00$ LS -$ LS -$ LS -$ EA -$ EA GSA Rate -$ -$ -$ -$ -$ -$ NOTES: 5. Items listed above that would be considered "tools of the trade" are not reimbursable as other direct cost. 4. Items such as special tooling, will be reimbursed at actual cost with supporting documentation (invoice). 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. 2. Proposed ODC items should be consistently billed regardless of client and contract type. SCHEDULE OF OTHER DIRECT COST ITEMS 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. Laboratory Testing Actual Rental Vehicle Actual Per Diem Actual Overnight Shipment/Delivery Actual Traffic Control Actual Drilling Actual Total Mileage Costs Actual Report Reproduction (Vendor) -$ -$ Actual Description of Item EXHIBIT 10-H2 COST PROPOSAL PAGE 2 OF 3 SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) 11. Subconsultants must provide their own cost proposals. 6. Travel related costs should be pre-approved by the contracting agency and shall not exceed current State Department of Personnel Administration rules. 1. List other direct cost items with estimated costs. These costs should be competitive in their respective industries and supported with appropriate documentation. -$ Subconsultant 1: Subconsultant 2: Subconsultant 3: Subconsultant 4: Subconsultant 5: -$ -$ -$ -$ -$ -$ -$ -$ 1/28/2019 LPP 17-01 January 2018 Exhibit 10-H2 Cost Proposal APPENDIX D Local Assistance Procedures Manual Certification of Direct Costs: 1. Generally Accepted Accounting Principles (GAAP) 2. Terms and conditions of the contract 3. Title 23 United States Code Section 112 - Letting of Contracts 4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) Prime Consultant or Subconsultant Certifying: Name:Title* Signature: Email:Phone Number: Address: List services the consultant is providing under the proposed contract: EXHIBIT 10-H2 COST PROPOSAL PAGE 3 OF 3 Han-Bin Liang, Ph.D., P.E.President 1/28/2019 hanbin_liang@wreco.com (925) 941-0017 1243 Alpine Road, Suite 108, Walnut Creek, CA 94596 * 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. On-call Engineering Staff Augmentation 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: 5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 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. Date of Certification (mm/dd/yyyy): LPP 17-01 January 2018 Exhibit 10-H2 Cost Proposal APPENDIX D Local Assistance Procedures Manual EXHIBIT 10-H2 Cost Proposal January 2018 Local Assistance Procedures Manual EXHIBIT 10-H2 Cost Proposal Page 1 of 5 January 2018 Note: Mark-ups are Not Allowed EXHIBIT 10-H2 COST PROPOSAL Page 1 of 5 SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (NON- PREVAILING WAGE CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) Consultant Peters Engineering Group □Prime Consultant ☐ Subconsultant Project No. Contract No. Participation Amount $ Date January 28, 2019 For Combined Rate Fringe Benefit % + General &Administrative % = 110 Combined ICR% OR For Home Office Rate Fringe Benefit % + General &Administrative % = Home Office ICR% For Field Office Rate Fringe Benefit % + General &Administrative % = Field Office ICR% Fee = 10% APPENDIX D Local Assistance Procedures Manual EXHIBIT 10-H2 Cost Proposal Local Assistance Procedures Manual EXHIBIT 10-H2 Cost Proposal BILLING INFORMATION CALCULATION INFORMATION Name/Job Title/Classification1 Hourly Billing Rates2 Effective date of hourly rate Actual or Avg. % or $ increase Hourly range - for Straight OT(1.5x) OT(2x) From To hourly rate3 classifications only David Peters $155.00 1/1/2019 12/31/2019 $74.00 0 Not Applicable Principal Engineer $160.00 $76.22 3.00% $165.00 $78.51 3.00% John Rowland $151.00 1/1/2019 12/31/2019 $72.00 0 Not Applicable Senior Traffic Engineer $156.00 $74.16 3.00% $160.00 $76.38 3.00% Will Washburn $151.00 1/1/2019 12/31/2019 $72.00 0 Not Applicable Senior Civil Engineer $156.00 $74.16 3.00% $160.00 $76.38 3.00% Assistant Engineer $109.00 $135.00 $161.00 1/1/2019 12/31/2019 $52.00 0 $48-$54 $112.00 $139.00 $166.00 $53.56 3.00% $116.00 $143.00 $171.00 $55.17 3.00% Engineering Technician $92.00 $114.00 $136.00 1/1/2019 12/31/2019 $44.00 0 $41-$48 $95.00 $118.00 $140.00 $45.32 3.00% $98.00 $121.00 $145.00 $46.68 3.00% NOTES: 1.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.Billing rate = actual hourly rate * (1+ ICR) * (1+ Fee). Indirect cost rates should be based on the consultant’s annual accounting period, established by a cognizant agency or accepted by Caltrans. All costs must comply with the Federal cost principles for reimbursement. 4.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 5 JJaanunuaaryry 20182018 APPENDIX D Local Assistance Procedures Manual EXHIBIT 10-H2 Cost Proposal Local Assistance Procedures Manual EXHIBIT 10-H2 Cost Proposal EXHIBIT 10-H2 COST PROPOSAL Page 2 of 3 SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) Consultant Peters Engineering Group □Prime Consultant x Subconsultant Project No. Contract No. Date January 28, 2019 SCHEDULE OF OTHER DIRECT COST ITEMS (Add additional pages as necessary) Description of Item Quantity Unit Unit Cost Total Mileage Costs $ 0.62 $ Equipment Rental and Supplies $ $ Permit Fees $ $ Plan Sheets $ $ Test $ $ Vehicle $ $ Subconsultant 1: $ Subconsultant 2: $ Subconsultant 3: $ Subconsultant 4: $ Subconsultant 5: $ 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. Page 3 of 5 JJaanunuaaryry 20182018 APPENDIX D Local Assistance Procedures Manual EXHIBIT 10-H2 Cost Proposal Local Assistance Procedures Manual EXHIBIT 10-H2 Cost Proposal 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 4 of 5 JJaanunuaaryry 20182018 APPENDIX D Page 8 of 9 January 2018 Local Assistance Procedures Manual EXHBIT 10-H2 Cost Proposal Local Assistance Procedures Manual EXHIBIT 10-H2 Cost Proposal Page 8 of 9 January 2018 EXHIBIT 10-H2 COST PROPOSAL Page 3 of 3 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: 7. Generally Accepted Accounting Principles (GAAP) 8.Terms and conditions of the contract 9.Title 23 United States Code Section 112 - Letting of Contracts 10.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 11.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 12.48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) 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: David Peters Title *: President Signature : Date of Certification (mm/dd/yyyy): 1/28/2019 Email: dpeters@peters-engineering.com Phone Number: 559-299-1544 x 111 Address: 952 Pollasky Avenue, Clovis, CA 93612 *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: Civil/Traffic Engineering Consulting Page 5 of 5 JJaanunuaaryry 20182018 APPENDIX D APPENDIX F ATTACHMENT E DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, and manager: •Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; •Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; •Does not have a proposed debarment pending; and •Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. APPENDIX G APPENDIX G APPENDIX G APPENDIX G APPENDIX G APPENDIX I SELF-DEALING TRANSACTION DISCLOSURE FORM (1) Company Board Member Information: Name: Date: Job Title: (2) Company/Agency Name and Address: (3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to) (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233 (a) (5) Authorized Signature Signature: Date: Exhibit N SELF-DEALING TRANSACTION DISCLOSURE FORM INSTRUCTIONS 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 which one or more of its directors has a material financial interest” The definition above will be utilized for purposes of completing the disclosure form. (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 Codes. (5) Form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities Page 1 LPP 13-01 May 8, 2013 EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1.Type of Federal Action:2.Status of Federal Action:3.Report Type: a. contract a. bid/offer/application a. initial b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee year ____ quarter _________ f. loan insurance date of last report __________ 4.Name and Address of Reporting Entity 5.If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier _______ , if known Congressional District, if known Congressional District, if known 6.Federal Department/Agency:7.Federal Program Name/Description: CFDA Number, if applicable ____________________ 8.Federal Action Number, if known:9.Award Amount, if known: 10.Name and Address of Lobby Entity 11.Individuals Performing Services (If individual, last name, first name, MI) (including address if different from No. 10) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 12.Amount of Payment (check all that apply)14.Type of Payment (check all that apply) $ _____________ actual planned a. retainer b. one-time fee 13.Form of Payment (check all that apply):c. commission a. cash d. contingent fee b. in-kind; specify: nature _______________e deferred Value _____________ f. other, specify _________________________ 15.Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16.Continuation Sheet(s) attached: Yes No 17.Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature: ________________________________________ Print Name: _______________________________________ Title: ____________________________________________ Telephone No.: ____________________ Date: ___________ Authorized for Local Reproduction Federal Use Only: Standard Form - LLL Standard Form LLL Rev. 04-28-06 Distribution: Orig- Local Agency Project Files APPENDIX H