Loading...
HomeMy WebLinkAboutAgreement A-17-473 with Biggs Cardosa Associates, Inc..pdf COUNTY OF FRESNO Fresno, California 07/12/17 1 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 31 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 31 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 31 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 31 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 31 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 31 32 CONSULTANT AGREEMENT THIS AGREEMENT for Engineering Consultant Services, hereinafter referred to as “the AGREEMENT,” is made and entered into this ______ day of _____________ 2017, between the COUNTY OF FRESNO, a political subdivision of the State of Calif ornia, hereinafter referred to as “the COUNTY”; and Biggs Cardosa Associates, Inc., a California Corporation, whose address is 5250 N. Palm Avenue, Suite 211, Fresno, CA 93704, hereinafter referred to as “the CONSULTANT”. WITNESSETH WHEREAS, the COUNTY desires to retain the CONSULTANT to provide on-call engineering consulting services, encompassing structural, mechanical, transportation, environmental, water resources, surveying, geotechnical and other engineering disciplines, as necessary to assist the COUNTY in performing projects (hereinafter referred to as “the PROJECT(S)”) proposed by the COUNTY; and WHEREAS, said the CONSULTANT has been selected in accordance with the COUNTY's Ordinance Code Chapter 4.10 on the selection of architects, engineers, an d other professionals, and in accordance with Chapter 10 of the California Department of Transportation’s (CALTRANS) Local Assistance Procedures Manual (LAPM), to provide the engineering services necessary for the PROJECTS; and WHEREAS, the individual listed below Erin Haagenson, Senior Staff Analyst 2220 Tulare Street, 6th Floor, Fresno, CA 93721 559-600-4528 ehaagenson@co.fresno.ca.us is designated as the CONTRACT ADMINISTRATOR for the AGREEMENT on behalf of the COUNTY, and shall remain so unless the CONSULTANT is otherwise notified in writing by the COUNTY’s Director of Public Works and Planning or his/her designee (hereinafter referred to as “the DIRECTOR”); and WHEREAS, the individual listed below COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 Richard Sanguinetti, Project Manager 5250 N. Palm Avenue, Suite 211 Fresno, CA 93704 (559) 449-8686 rsanguinetti@biggscardosa.com is designated as the CONSULTANT’S PROJECT MANAGER for the AGREEMENT, and shall remain so unless the CONSULTANT requests and the DIRECTOR ap proves, in writing, a change of the CONSULTANT’S PROJECT MANAGER, 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 all consultant engineering services required for the PROJECT(S). Said services are described generally in Article II and more specifically enumerated in Article III herein. B. The CONSULTANT'S services shall be performed as expeditiously as is consistent with professional skill and the orderly progress of the work, based on schedules for each specific PROJECT mutually agreed upon in advance by the CONTRACT ADMINISTRATOR, and the CONSULTANT, and consistent with schedules established under Article V. C. The CONSULTANT’S PROJECT team staff shall be as listed in Appendix A, COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 attached hereto and incorporated herein. Any substitutions of personnel must be approved in advance by the CONTRACT ADMINISTRATOR, which approval shall n ot be unreasonably withheld. The CONSULTANT shall notify the CONTRACT ADMINISTRATOR of the names and classifications of employees assigned to each specific PROJECT, 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 requires to assist in completing the work. 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 as defined in the fee proposal. Additional fees other than those 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 the PROJECT (S) assigned to the CONSULTANT. 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 and its subconsultants, and all other service providers, may provide services for, and receive compensation from a contractor who has been awarded a COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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 e ntered into as a result of the AGREEMENT, shall contain all the provisions stipulated in the AGREEMENT to be applicable to subcontractors. 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 services under Article III for various COUNTY Public Works 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 by CALTRANS and Federal Highway Administration (FHWA) as contained in Section 11 of CALTRANS LAPM Volume 1. B. The CONSULTANT agrees to provide the professional services that are necessary for each PROJECT when expressly authorized in writing by the CONTRACT ADMINISTRATOR. Such work by the CONSULTANT 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 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 CONTRACT ADMINISTRATOR on a project-by-project basis. The CONSULTANT’S proposal at a minimum shall include, but not be limited to, staff qualifications, proposed method and schedule for completing the task(s), completed federal fo rms and a sealed cost proposal. 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. The CONSULTANT agrees to provide the professional services that are necessary to complete the following tasks when expressly authorized in writing by the CONTRACT ADMINISTRATOR: A. Technical Reports: 1. Ascertain the requirements for Technical Reports through meetings with the CONTRACT ADMINISTRATOR and a review of existing information on the PROJECT(S). 2. The CONSULTANT shall prepare and submit technical reports to the CONTRACT ADMINISTRATOR for each assigned PROJECT. Technical reports shall be prepared in accordance with the appropriate format required by local, state and federal laws, regulations and guidelines. 3. When requested by the CONTRACT ADMINISTRATOR, the CONSULTANT shall attend meetings with the COUNTY, federal, state and/or local representatives to discuss and review the technical report. The CONSULTANT shall prepare brief minutes of meetings attended and promptly submit the minutes to the CONTRACT ADMINISTRATOR within seven (7) days. 4. The CONSULTANT shall submit each technical report to the CONTRACT ADMINISTRATOR for transmittal to other appropriate agencies for their review and approval. The CONSULTANT shall revise and resubmit each technical report as necessary until approved by all appropriate agencies. Standard submittal shall be five (5) reproducible copies and one (1) electronic copy of each technical report. The CONSULTANT shall verify compatible format and quantity prior to final delivery. COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 5. The CONSULTANT shall prepare technical studies and estimates on 8 ½” by 11” pages, provide hard copy and electronic format as standard submittal; and prepare documents in Microsoft Word 2010 or later, Microsoft Excel 2010 or later, or Adobe 9.0 or later, or other mutually agreed upon format. Such submittals shall be furnished on compact disc (CD). The CONSULTANT shall verify compatible format and quantity prior to final delivery. 6. The CONSULTANT shall submit five (5) hard copies of each drawing prepared with AutoCAD Civil 3D, version 2013 or later and an electronic copy in the form of .DXF or .DWG files. Such submittals shall be furnished on CD. The CONSULTANT shall verify a compatible format prior to final file delivery. B. Prepare Design Plans, Technical Specifications and Construction Estimate: The CONSULTANT shall: 1. Ascertain the requirements for the assigned PROJECT(S) through meetings with the CONTRACT ADMINISTRATOR and a review of an existing schematic layout of the PROJECT(S). 2. Ascertain any requirements, unforeseen criteria, or issues for the PROJECT(S) that may be unknown to the CONTRACT ADMINISTRATOR and communicate these requirements, criteria, or issues to the CONTRACT ADMINISTRATOR. 3. Provide surveying, if needed, for the PROJECT(S). 4. Design the PROJECT(S) to conform to requirements of the reviewing agencies having jurisdiction over the PROJECT(S). 5. Design the PROJECT(S) to include mitigation measures included in the environmental document. 6. Monitor and keep the CONTRACT ADMINISTRATOR informed regarding the impact of design issues on the PROJECT budget. Upon the written request of the CONTRACT ADMINISTRATOR, the CONSULTANT shall incorporate into the design, such reasonable design and operational changes as the CONTRACT ADMINISTRATOR deems appropriate as a result of the COUNTY’S review processes and impact on each PROJECT COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 budget or estimate. 7. Assist the COUNTY in determining all permits that may be required for the PROJECT and prepare all necessary permits for the COUNTY’S submittal to outside agencies. 8. Work with the CONTRACT ADMINISTRATOR to ensure that the plans, specifications and estimate meet all requirements to be advertised for construction bids. 9. Prepare a detailed estimate, which shall identify the construction components and requirements of the PROJECT. 10. If required by approval agencies, submit to the COUNTY in the appropriate agency forms, the PROJECT background information and recommended testing and inspection list for materials to be used, identifying type, quantity, frequency, and schedule, for each PROJECT. Submit required numbers of sets of plans, specifications, and other documents required by approval agencies to the CONTRACT ADMINISTRATOR. 11. Prepare technical specifications and estimate setting forth in detail the work to be done, the materials, workmanship, and equipment required for the other components of construction necessary to provide the COUNTY complete and functional the PROJECTS for its intended purpose within the requirements of the AGREEMENT. 12. Assist the CONTRACT ADMINISTRATOR in developing base bid and additive bid item schedules. 13. Submit to the CONTRACT ADMINISTRATOR the projected and final construction estimate. Verify the reasonableness of the estimated construction period for construction contract bidding purposes as provided by the CONTRACT ADMINISTRATOR and identify long delivery times of materials and equipment which will control length of construction contract. 14. Respond to Requests for Clarification during the bidding process and submit to the CONTRACT ADMINISTRATOR for review and approval any additional specifications, clarifications, or additional plan sheets deemed necessary. Responses COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 should be submitted within three (3) working days of receipt. 15. Assist the CONTRACT ADMINISTRATOR in evaluating the bids received. 16. Delete or otherwise change portions of the construction work at the request of the CONTRACT ADMINISTRATOR if the lowest bid proposal for the construction contract exceeds the COUNTY approved engineer’s estimate (which will include the CONSULTANT’S design contingency amount approved by the COUNTY) by 10% or more; and if the COUNTY rejects all bids, modifications performed by the CONSULTANT shall be completed on a time schedule commensurate with the scope of the changes and as set forth by the COUNTY, and the CONSULTANT will be compensated on a time and materials basis, as agreed to in writing, by the COUNTY and the CONSULTANT. 17. Submit to the CONTRACT ADMINISTRATOR ten (10) copies of the 30%, 60% and 90% plans (22” X 34” format), specifications and estimates for review. Submit progress prints and final originals of the plans, specifications, and estimates. Prior to submission of plans, the CONSULTANT shall request from the CONTRACT ADMINISTRATOR examples of acceptable drafting format and reproducible standards. Verification of compatible format will be required prior to final file delivery. The CONTRACT ADMINISTRATOR, at his/her discretion, may reject a submittal that is determined insufficient. a. 30% plans, specifications and estimates shall include copies of utility locations, centerline stationing, proposed and existing right -of-way, typical sections and structural sections. b. 60% plans, specifications and estimates shall include 30% plan information and in addition, preliminary cross sections and earthwork calculations at 25’ or 50’ intervals, adequate information to allow construction survey staking, permits, preliminary profile grade, an updated engineer’s estimate, and also shall address comments and include necessary revisions as identified by the CONTRACT COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 ADMINISTRATOR in the 30% review. c. 90% plans, specifications and estimates shall include 60% plan information and in addition, updated cross sections and earthwork, profile grade, technical specifications, typical sections and the PROJECT details, and also shall address comments and include necessary revisions as identified by the CONTRACT ADMINISTRATOR in the 60% review. d. Final original plans, specifications and estimates to be delivered to the CONTRACT ADMINISTRATOR shall include: i. One (1) original reproducible plan set on 22” by 34” sheets of 4 mil thick double matte film. ii. One (1) reproducible copy of cross sections on 22” by 34” sheets of 4 mil thick double matte film. iii. One (1) CD or DVD with final plans, cross sections and slope stake information, design calculations, quantity calculations, and other design information as applicable to the PROJECT. iv. One (1) stamped and wet signed paper copy and one (1) CD or DVD with final specifications and estimates. 18. Plan sheets, cross sections, earthwork calculations and slope stake information shall be in AutoCAD Civil 3D, version 2013 or later. Slope stake information shall include 50-foot intervals for tangent sections and 25-foot intervals for curved sections. Specifications shall be in Microsoft Word, version 2010 or later and on 8 ½” by 11” pages. Final engineer’s estimates shall be in Microsoft Excel, version 2010 or later and on 8 ½” by 11” pages. Estimates shall specify specialty and/or final pay items as described in the CALTRANS State Standard Specifications. Verification of compatible format will be required prior to final file delivery. 19. The COUNTY will package the CONSULTANT’S documents with those other documents that together will comprise the COUNTY’S construction contract and bid specifications. COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 20. The CONSULTANT shall deliver to the CONTRACT ADMINISTRATOR three (3) weeks prior to the advertising date (which will be determined by the CONTRACT ADMINISTRATOR) the final completed original drawings and specifications for the COUNTY’S printing and distribution of bid sets to interested prospective contractors. The original drawings and specifications index sheet shall be stamped by a seal with the CONSULTANT’S and subconsultant’s license numbers and license renewal dates and/or signed in accordance with the California Business and Professions Code. C. Construction Observation Services: The CONSULTANT shall: 1. Attend the preconstruction conference scheduled by the CONTRACT ADMINISTRATOR. 2. When requested by the CONTRACT ADMINISTRATOR, attend meetings with the COUNTY, and/or any federal, state and/or local representatives. The CONSULTANT shall prepare brief minutes of all meetings attended and promptly submit those minutes to the CONTRACT ADMINISTRATOR within seven (7) calendar days. 3. Make recommendations to the COUNTY on all claims of the COUNTY or the construction contractor and all other matters relating to the execution and progress of work, including interpretation of the contract documents for the PROJECT. 4. Within seven (7) calendar days of the COUNTY'S request, review and make recommendations for samples, schedules, shop drawings, and other submissions for general conformance with the design concept of the PROJECT(S) and for general compliance with the plans and specifications and information provided by the contract documents for the PROJECT. 5. Within two (2) working days, respond to requests from the CONTRACT ADMINISTRATOR for information needed from the CONSULTANT in order to clarify construction plans and specifications and to review the construction contractor’s cost estimates for all change orders. 6. Recommend and assist in the preparation of such change orders as COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 deemed necessary with supporting documentation, calculations and estimate, for review and issuance of change orders by the COUNTY Construction Engineer to obtain appropriate agency acceptance and approval. 7. Assist the COUNTY, at the DIRECTOR’s express, written authorization, with any claim resolution process involving the construction contractor and the COUNTY as specified hereunder, including serving as a witness in connection with any public hearings or legal proceeding, and also including dispute resolutions required by law or hereunder. The parties recognize that this clause is provided as a means of expediting resolution of claims among the construction contractor, the COUNTY, and the CONSULTANT. However, it is understood the construction contractor is not an intended third party beneficiary of this clause. Compensation for these services shall be computed and invoiced at hourly rates listed in Appendix D hereto. Any assistance provided by the CONSULTANT as described in this Article III, Section C, Paragraph 7 shall be subject to the provisions of Article VI, hereinafter, and shall also be subject to the following: a. The DIRECTOR may believe the CONSULTANT'S work under the AGREEMENT to have included negligent errors or omissions, or that the CONSULTANT may otherwise have failed to comply with the provisions of the AGREEMENT, either generally or in connection with its duties as associated with a particular PROJECT; and that the cause(s) for a claim by the construction contractor may be attributable, in whole or in part, to such conduct on the part of the CONSULTANT. Upon notice by the DIRECTOR, the payments to the CONSULTANT for such arguably deficient services shall be held in suspense by the COUNTY until a final determination has been made, of the proportion that the CONSULTANT'S fault bears to the fault of all other parties concerned. b. Such amounts held in suspense shall not be paid to the CONSULTANT, pending the final determination as to the CONSULTANT'S proportional fault. However, the appropriate percentage of such amount held in suspense shall be paid to the CONSULTANT, once a final determination has been made, and the CONSULTANT thereafter submits a proper invoice to the COUNTY. Payment shall be issued in COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 accordance with the procedure outlined in Article VI, Section B, Paragraph 2. 8. At intervals appropriate to the stage of construction, or as otherwise deemed necessary by the CONSULTANT, visit the site of the PROJECT(S) as necessary to become familiar generally with the progress and quality of the work and to determine whether the work is proceeding in general accordance with the contract documents. The CONSULTANT shall not be required to make exhaustive or continuous onsite inspections but shall give direction to the Construction Inspector as hereinafter more specifically provided. The CONSULTANT shall not be responsible for the construction contractor’s failure to carry out the construction work in accordance with the contract documents. However, the CONSULTANT shall immediately advise the CONTRACT ADMINISTRATOR of any known or observed deviation from the contract documents. 9. Not have control over or charge of, and shall not be responsible for construction means, methods, techniques, sequence, or procedure, or for the safety precautions, programs, or equipment in use in connection with the work, since these are solely the construction contractor’s responsibility under the contract for construction. 10. Submit progress reports on each specific PROJECT in accordance with the task order. These reports shall be submitted at least once a month. The report shall be sufficiently detailed for CONTRACT ADMINISTRATOR to de termine if the CONSULTANT is performing to expectations or is on schedule, to provide communication of interim findings, and so sufficiently address any difficulties or special problems encountered so remedies can be developed. 11. Advise the CONTRACT ADMINISTRATOR of defects and deficiencies observed in the work of the construction contractor, and may recommend that the DIRECTOR reject work as failing to conform to the contract documents. 12. Conduct site visits and field observations to facilitate r ecommendations by the CONSULTANT regarding: a. dates of substantial completion. b. dates of final completion. COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 c. the DIRECTOR’S acceptance of the work. d. the DIRECTOR’S filing of the Notice of Completion and Issuance of Final Certificate for payment. e. other issues which may require site visits. D. Control of Construction Project Site The COUNTY agrees that in accordance with generally accepted practices, the COUNTY’S construction contractor will be required to assume sole and com plete responsibility for job site conditions during the course of construction projects; including safety of all persons and property, and that this requirement shall be made to apply continuously during projects and not be limited to normal working hours. The CONSULTANT shall not have control over or charge of, and shall not be responsible for, project means, methods, techniques, sequences or procedures, as these are solely the responsibility of the construction contractor. The CONSULTANT shall not have the authority to stop or reject the work of the construction contractor. IV. OBLIGATIONS OF THE COUNTY The COUNTY will: A. Issue task orders on a project-by-project basis. Task orders will at a minimum include scope of work, location, and schedule for the PROJECT. B. Provide the CONSULTANT with a PROJECT Scope and Schedule, and compensate the CONSULTANT as provided in the AGREEMENT. C. 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. D. Provide basic plan sheet layouts as required. E. Examine documents submitted to the COUNTY by the CONSULTANT and timely render decisions pertaining thereto. F. Provide aerial photographs as required. COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 G. Provide copies of any available existing as-built plans and right-of-way drawings from the COUNTY’S files. H. Provide mailing lists and labels for notification of property owners upon the CONSULTANT’S request. I. Provide preliminary engineering survey data on existing structures and topographic mapping in AutoCAD Civil 3D, version 2013 or later, format to the CONSULTANT, if available. J. Prepare all legal descriptions and drawings required for right-of-way acquisition and/or temporary construction permits. K. Provide limited assistance to CONSULTANT, as may be appropriate under the circumstances, in connection with CONSULTANT’S processing of required permits. L. 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 CONTRACT ADMINISTRATOR. V. TERM OF AGREEMENT / PERFORMANCE PERIOD A. The term of this AGREEMENT shall be for a period of three (3) years, commencing upon execution by the COUNTY, through and including the third anniversary of the execution date. This AGREEMENT may be extended for two additional consecutive twelve-month periods upon written approval of both parties no later than thirty (30) days prior to the first day of the next twelve-month extension period. The DIRECTOR or his or her designee is authorized to execute such written approval on behalf of COUNTY based on CONSULTANT’S satisfactory performance. The CONSULTANT shall commence work promptly after receipt of a notice to proceed issued by the CONTRACT ADMINISTRATOR. B. The CONSULTANT is advised and hereby acknowledges its understanding that any recommendation for award is not binding on the COUNTY until the AGREEMENT is COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 fully executed following its approval by the COUNTY’s Board of Supervisors. VI. ALLOWABLE COSTS AND PAYMENTS A. Total Fee: 1. Notwithstanding any other provisions in the AGREEMENT, the Total Fee for the services required under the AGREEMENT, shall not exceed the total sum of Nine Hundred Thousand and No/000 Dollars ($900,000.00) over the entire term of the 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 A, 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 V I, Section A, Paragraphs 3, 5, or 6. 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 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 rate s for expenses incidental to the CONSULTANT’S and subconsultant’s performance of services subject to written approval of the CONTRACT ADMINISTRATOR in accordance with the provisions of this Article V I, Section A, 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 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 ADMINISTRATOR of any upward adjustment in the hourly and cost rates shall not provide a basis for any increase in the total fee of $900,000.00, as set forth in Article VI, Section A, Paragraph 1. 4. Expenses incidental to the CONSULTANT’S and 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 A, Paragraphs 3, 5, or 6. Unless incorpora ted in an adjusted fee schedule approved by the CONTRACT ADMINISTRATOR in accordance with Article VI, Section A, Paragraphs 3, 5, or 6, all other expenses incidental to the CONSULTANT’S and any subconsultant’s performance of the services under Article III of the AGREEMENT that are not listed in Appendix D shall be borne by the CONSULTANT. 5. In the event that, in accordance with Article I, Section D, the CONTRACT ADMINISTRATOR approves the CONSULTANT to retain additional subconsultants not listed in Appendix B, hourly rates paid for services performed by such additional subconsultants of the CONSULTANT and the rates for expenses incidental to subconsultants performance of services may be adjusted no more than once annually for inflation, in accordance with Article VI, Section A, Paragraph 3. The first annual adjustment of hourly and incidental expense rates for such additional subconsultants shall not be approved prior to one year after the CONTRACT ADMINISTRATOR’S approval of the retention of such additional subconsultant(s) by the CONSULTANT. 6. Notwithstanding any other provisions in the AGREEMENT, the CONTRACT ADMINISTRATOR may, at any time, authorize in writing the revision of the CONSULTANT’S or 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). B. Payments: 1. Progress payments will be made by the COUNTY upon receipt of the COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 CONSULTANT'S monthly invoices and approval by the CONTRACT ADMINISTRATOR thereof based on the CONTRACT ADMINISTRATOR’S evaluation of the completion of the respective components of the assigned PROJECT. Invoices shall clearly identif y the Phase and Task of the work, and the date(s) on which the work was performed, and shall be submitted with the documentation identified in Article VI, Section B, Paragraph 5. 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, less retention, if applicable, 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. The COUNTY is entitled to withhold a five percent (5%) retention from the CONSULTANT’S earned compensation in accordance with the provisions of Article VII of the AGREEMENT. 4. 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. 5. Concurrently with the invoices, the CONSULTANT shall certify (through copies of issued checks, receipts, or other COUNTY pre-approved documentation) that complete payment, less a five percent (5%) retention, 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 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. 6. Final invoices, and separate invoices for retentions, shall be submitted to CONTRACT ADMINISTRATOR no later than thirty (30) days after the phase is completed. Payment for retentions, if any, shall not be made until all services for the phase are COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 completed. 7. 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. VII. RETENTION FROM EARNED COMPENSATION In addition to any amounts withheld under Article III, the CONSULTANT agrees that the COUNTY, at the discretion of the CONTRACT ADMINISTRATOR, may withhold a five percent (5%) retention from the earned compensation of the CONSULTANT. If the CONTRACT ADMINISTRATOR determines that retention will be withheld for a PROJECT, the CONTRACT ADMINISTRATOR will so state in writing prior to commencement of the PROJECT by the CONSULTANT and will identify the PROJECT-specific prerequisites (such as successful completion of a PROJECT phase, as an example) for the release of retentions. 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 b ased upon the compensation rates and subject to the maximum amounts payable 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 maxim um of $10,000 for the actual expense of issuing a Request For Proposal (RFP), engaging a new COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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; 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 rec eipt of written notification of such non-allocation of sufficient funding. COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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 AGREEMENT were executed after that determination was made. B. The AGREEMENT is subject to any additional restrictions, limitations, cond itions, or any legislation enacted by the Congress, State Legislature or 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 beh alf 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 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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 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. (Appendix E), 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 Title 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. C. Any costs for which payment has been ma de to the CONSULTANT that are determined by subsequent audit to be unallowable under 49 CFR Part 18 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by 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 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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 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, and each of them, shall maintain all books, documents, papers, accounting records, and other evidence perta ining 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 Governm ent 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 co ntract 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. C. The CONSULTANT and subconsultants’ contracts, including cost proposals and indirect cost rates (ICR), are subject to audits or reviews such as, but not limited to, a Contract Audit, an Incurred Cost Audit, an ICR Audit, or a certified public accountant (CPA) ICR Audit Workpaper Review. If selected for audit or review, the AGREEMENT, cost COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 proposal and ICR and related workpapers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR Audit Workpaper Review it is the CONSULTANT’S responsibility to ensure federal, state, or local government officials are allowed full access to the CPA’s workpapers. The AGREEMENT, cost proposal, and ICR shall be adjusted by the 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, State, or local governments have access to CPA workpapers, will be considered a breach of the AGREEMENT terms and cause for termination of the AGREEMENT and disallowance of prior reimbursed costs. 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 30 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 a ccordance with the terms of the AGREEMENT. D. The CONSULTANT and subconsultants’ contracts, including cost proposals and indirect cost rates (ICR), are subject to audits or reviews such as, but not limited to, a Contract Audit, an Incurred Cost Audit, an ICR Audit, or a certified public accountant (CPA) ICR Audit Workpaper Review. If selected for audit or review, the contract, cost proposal and ICR and related workpapers, if applicable, will be reviewed to verify compliance with 48 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR Audit Workpaper Review it is the CONSULTANT’s responsibility to ensure federal, state, or local government officials are allowed full access to the CPA’s workpapers. The AGREEMENT, cost proposal, and ICR shall be adjusted by the 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 contract 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, State, or local governments have access to CPA workpapers, will be considered a breach of contract terms and cause for terminatio n 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 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 negligent error, act, or omission, of the CONSULTANT. 1. Claims, disputes or other matters in question between the parties, arising out of 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 a gain 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. COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 C. The procedures to be followed in the resolution of claims and dis putes 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 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 o f the claim has been provided. XVII. SUBCONTRACTING A. The CONSULTANT shall perform the work contemplated with resources available within its own organization; and no portion of the work pertinent to this contract shall be subcontracted without 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. B. 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. C. 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. 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 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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: “The CONSULTANT shall maintai n 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.” Title 49 CFR, Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000.00 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 A. Without limiting the COUNTY’S right to obtain indemnification from the COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 CONSULTANT or any third parties, the CONSULTANT, at its sole expense, shall maintain in full force and effect, the following insurance policies prior to commenceme nt 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 A rticle XX, Section A, Paragraph 4). 1. Commercial General Liability Insurance with limits not less than One Million Dollars ($1,000,000.00) per occurrence and an annual aggregate of not less than Two Million Dollars ($2,000,000.00). 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 ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). 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 ($1,000,000.00) per claim, Three Million Dollars ($3,000,000.00) 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 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 General Liability insurance naming the COUNTY, its officers, agents, and employees, individually and collectively, as additional insured, but only i nsofar 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 tha t 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 inso far as the operations under the AGREEMENT are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or se lf-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 iden tifying 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 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 companies possessing a current A.M. Best, Inc. rating of A and FSC VII or better. 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 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. 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 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 interes ts in COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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 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 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 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 CONSULTANT pursuant to the AGREEMENT are intended to be suitable fo r 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 o ut 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 COU NTY, 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 personnel is required in order to evaluate or defend against COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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 the COUNTY’s 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 perfor med 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 In accordance with Public Contract Code Section 10296, the CONSULTANT hereby COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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 using the form attached to the RFQ as Attachment C. 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 contract 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 the AGREEMENT, the CONSULTANT and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. The CONSULTANT and subconsultants shall ensure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. The CONSULTANT and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a -f) et seq.) and the applicable regulations promulgated the reunder (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a -f), set forth in COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 Chapter 5 of Division 4 of Title 2 of the Calif ornia Code of Regulations, are incorporated into the AGREEMENT by reference and made a part hereof as if set forth in full. The CONSULTANT and subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. C. The CONSULTANT and subconsultants shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the AGREEMENT. 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 inel igibility 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 COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 A. The CONSULTANT shall comply with the State of California’s General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1770, and all Federal, State, and local laws and ordinances applicable to the work. B. Any subcontract entered into as a result of this contract if for more than $25,000 for public works construction or more than $15,000 for the alteration, demolition, repair, or maintenance of public works, shall contain all of the provisions of this Article. XXX. CONFLICT OF INTEREST A. The CONSULTANT shall comply with the provisions of the Fresno 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. B. The CONSULTANT shall disclose any financial, business, or other relationship with the COUNTY that may have an impact upon the outcome of th is contract, or any ensuing COUNTY construction project. The CONSULTANT shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing COUNTY construction project, which will follow. 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 pe rformance 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; provided, however, that this shall not be construed as disallowing the CONSULTANT or affiliated firm f rom performing, pursuant to the AGREEMENT or other agreement with the COUNTY, construction inspection services on behalf of the COUNTY for the PROJECT. An affiliated firm is one, which is subject to the control of the same persons through joint ownership, or otherwise. COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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 contract shall be eligible to bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract; provided, however, that this shall not be construed as disallowing subcontractors who have provided design services for the PROJECT f rom performing, pursuant to the AGREEMENT or other agreement with the COUNTY, construction inspection services on behalf of the COUNTY for the PROJECT. XXXI. REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION The CONSULTANT warrants that the 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 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. 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 t o 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; COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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 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. Furthermore, the COUNTY shall have no right to control or supervise or COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 direct the manner or method by which the CONSULTANT shall perform its work and function. However, the COUNTY shall retain the right to administer the AGREEMENT so as to verify that the CONSULTANT is performing its obligations in accordance with the terms and conditions thereof. 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 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 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. COUNTY OF FRESNO Fresno, California 07/12/17 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 31 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 31 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 31 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 31 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 31 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 31 32 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. 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 effec t, and to this end COUNTY OF FRESNO Fresno, California 07/12/17 41 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 31 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 31 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 31 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 31 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 31 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 31 32 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 partie s 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. // // // // // // // // // // // // // // t· ,..,.~!J~ 1 IN WITNESS WHEREOF, the parties have executed this Agreement on the date 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 COUNTY OF FRESNO Fresno, California 07/12/17 APPROVED AS TO Daniel C. Cederbor. Coum17/ By:. ____ v----\, ~~------­ Deputy APPROVED AS TO ACCOUNTING FORM Oscar J. Garcia CPA Auditor-Controller/ Treasurer-Tax ::~~~% & uty FOR ACCOUNTING USE ONLY Fund: 0001 Subclass: 1 0000 Org. No: 4510 Account: 7295 '42 COUNTY OF FRESNO Brian Pacheco, Chairman Board of Supervisors ATTEST: Bernice E. Seidel, Clerk Board of Supervisors By&~~ Deputy ~~ ~>iS19 '-..eBW :OMPUTER RESOURCES :OMPUTER RESOURCES ORGANIZATION :OMPUTER RESOURCES IMPLEMENTATION :OMPUTER RESOURCES MANAGEMENT iOffiVARE PURCHASE/ INSTALLATION iOFTWARE REVIEW Biggs Cardosa Associates -Firm Organization Chart CAOO DEPARTMENT OFFICE DRAFTING STANDARDS CADD PROCEDURES CADD STAFF HIRING AUTOliSP PRcx:;RAMS CADD PROGRAM REQUIREMENTS ADMINISTRATION DEPT. lEASE INSURANCE GENERAL LIABILITY E&O WORKERS COMP HEALTHM'HFARE OFFICE SUPPLIES EMPLOYEE MANUAL AO.\itiNISTRATIVE STAFF HIRING .... , ...... -lM.. • r , ~rin0)MI-in.Ctwi-4f ; :f:_ ~:.~~-~~)l'!~a, INSPECTIONS DEPT. DCA INC CERTIFICATION INSPECTOR TRAINING/ CERTIFICATION INSPECTION COORDINATION/ SCHEDULING OFFICE PROCEDURES PROCEDURES EQUIPMENT CHECK OUT ENGINEERS TRAINING TELEPHONE ETIQUffiE fTC PROGRAM ADMINISTRATIVE PROGRM-\ REQUIREMENTS BRANCH OFFICE/ PROJECT COORDINATOR PROJECT \•VORKLOAD PROIECTIONS PROJECT ASSIGNMENT COORDINATION DRAFTING COORDINATION BRANCH OFFICE FUNCTION/ INTERFACE REQUIREMENTS MARKETING DEPARTMENT PROJECT MANAGEMENT PROMOTE DCA REPUTATION/ PROJECT DEVELOPMENT NAME RECcx:;NITION PROJECT BUDGETI/'\'G /'.-\ARKETING PLAN CONTRACT PROCEDURES/ ORGANIZE MARKETI"-'C/ NECOTlATIONS SALES INFORMATI0.'\1 PROJECT CONTROL RESUMES PROCEDURES PROjECT DESCRIPTIONS PROJECT SCHEDULING JJO FORMS STAFFING CliENT INFOAAiATION CONCEPT DEVELOPMENT DEVELOP NEW PROPOSAl ANAL\'SIS/DESICN TECHNIQUES CONTRACT DOCUMENTS PROPOSAL MANAGEMENT PROJECT COST/ESTIM!\TING DEVELOP NEW INTERVIE\>V QUALITY CONTROL PROCEDURES TECHNIQUES fllii'\'G lv\ANAGE GRAPHIC CONSTRUCTION ADMINSTRATION PROCRAMS CONSTRUCTION INSPECTION CONSTRUCTION ENGINEERING PROJECT MANAGEMENT CONTROL PROCRA.M REQUIREMENTS APPENDIX A On-Cn!l Engineering Comullnnt S(nJices fo• Vtrriom Public Works Proj,cts CHIEF ENGINEERING DEVELOP MANUAL FOR CO"'-PUTER MODELING AND ENGINEERING PROCEDURES ENGINEERING PROGRAM REQUIREMENTS REVIEW NE\V ANALYSIS AND DESIGN SOFTWARE DEVELOP, CHECK AND IMPLEMENT NE\.Y PROGR.M-\S CREATED C\' DCA DEVELOP STANDARD DESIGN MfTHOOOLOGIES tMEMOS TO DESIGNERS) DEVELOP REFERENCE DETAILS MANUAL DEVELOP REFERENCE SPEOFICATIONS /1.-\ANUAL PROVIDE TECHNICAl CONSULTATION/ REVIEW ON LA.RGE, DIFFICULT OR UNUSUAl PROJECTS DEVELOP STAFF TRAINING PROCRA.\.1 ACCOUNTING FINANCIAL STATEMENTS TAXES CILLINGICOLLECTIONS PAYROLL CONTRACT MANAG&\-tENT ACCOUNTIJ'\'G PROCRM1 REQUIREMENTS )> "U "U m z 0 x )> Subconsultants APPENDIX 8 On-Call Engineering Consultant Services For Various Public Works Projects Our proposed subconsultants were selected based on the project requirements, depth of resources, local knowledge, working relationships with the County and other loc al agencies, and their succe ssful working history with Biggs Cardosa Associates. The team's expertise and experience brings Fresno County a well-coordinated and technically strong team. Below are aspects of tlus team that we believe are important to emphasize: ../ All team members have worked on multi-discipline projects under the management of Biggs Cardosa Associates . ../ Unlike many firms operating in our industry, we do not claim to be a full service finn. We believe that the best and most responsive team is one that combines the leading specialists in each key discipline. BCA is the best at bridge design and managing transportation projects that include bridges as a central component. For all other services, we contract out to the best specialists in their fields . This means rl1at we are used to managing teams wid1 many subconsultants, and that subconsultants love to work for us because we always assign to d1em meaningful portions of d1e work, we don't compete wid1 rl1em, and we mentor rl1em. Teaming provides us an opportunity to work with borl1 large and small companies and to incorporate participation by SBE and DBE firms. As described in our cover letter, we have included a list of potential subconsultant fums to assist us as-needed for the County's on-call projects . .... ~ ""' .. I I~ ., Chris Rideout, PE BKF Engineers Civil and Transportation crideout@bkf.com 4670 Willow Rd Engineering, and Surveying Pleasanton, CA 94588 925.396 .7700 phone 925.396.7799 fax Matthew Kemp, PE Provost & Pritchard Consulting Group Civil and Transportation mkemp@ppeng.com 286 W Cromwell Ave Engineering, and Surveying Fresno CA 93711 559.449.2700 phone 559.449.2715 fax Cathy Avila, PE Avila and Associates Water Resources Engineering cavila@avilaassociates.com 712 Bancroft Road, Suite 333 (DBE) Walnut Creek, CA 94598 925.673.0549 phone 925.673.0509 fax Brianda Espinosa ESP Surveying, Inc. Surveying bespinosa@espls .com 5654 S. Elm Ave. (DBE) Fresno, CA 93706 559.442 .0883 phone 559.442.0884 fax Stephen Plauson, PE, GE Technicon Engineering Services Geotechnical Engineering and stephenp@technicon.net 4539 N Brawley, Suite 108 Materials Testing Fresno, CA 93722 559.276 .9311 phone 559.276 .9344 fax Gary Parikh, PE, GE Parikh Consultants, Inc. Geotechnical Engineering and gparikh@parikhnet.com 2360 Qume Drive, Suite A Materials Testing San Jose, CA 95131 (DBE) 408.452.9000 phone 408.452 .9004 fax : APPENDIX C STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION NOTICE TO PROPOSERS DBE INFORMATION EXHIBIT 10-1 (NEW 01/2017) Local Assistance Procedures Manual Page 1 of 2 NOTICE TO PROPOSERS DBE INFORMATION The Agency has not established a goal for this Contract. However, proposers are encouraged to obtain DBE participation for this contract. 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 "Agreemenr 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 10-01 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 1 0-02 Consultant Contract DBE lnfonnation 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). 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. ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For infonnation, call (916) 445-1233, TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. APPENDIXC STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION NOTICE TO PROPOSERS DBE INFORMATION EXHIBIT 10-1 (NEW01/2017) Local Assistance Procedures Manual Page 2 of2 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·l/www.dot ca.gov/hglbep/. 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 Quezy Eonn 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 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. ADA Notice For individuals with sensory disabilities. this document is available in alternate formats. For information. call (916) 445·1233. TTY 711. or write to Records and Forms Management. 1120 N Street. MS-89. Sacramento. CA 95814. I 1 Local Assistance Procedures Manual APPENDIX C Exhibit I 0-02 Consultant Contract DBE Commitment EXHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT 1. Local Agency: ___:C:....:o:....:u:.:.n.:..:t..L.y--=o:..:.f...:.F...:.r..::;e..::;s'"'"no.::____________ 2 . Contract DBE Goal : N/A 3. Project Description : 2017 On-Call Engineering Consultant Services 4. Project Location : Various ------------------------------------------------------------------------ 5. Consultant's Name : Biggs Cardosa Associates, Inc. 6. Prime Certified DBE: D 7. Total Contract Award Amount: $900,000 8 . Total Dollar Amount for ALL Subconsultants : __ T_B_D ________ 9. Total Number of ALL Subconsu ltants : _5 ______ _ 10. Description of Work, Service, or Materials 11 . DBE 13.DBE Certification 12 . DBE Contact Information Dollar Supplied Number Amount Geotechical Engineering and Material 20259 Parikh Consultants TBD Testing 408.452 .9000 Water Resource Engineering 32811 Avila and Associates 925.673 .0549 ,, Surveying 12505 ESP Surveying 559.442.0883 Local Agency to Complete this Section 20. Local Agency Contract $900,000 Number: 14. TOTAL CLAIMED DBE PARTICIPATION 21 . Federal-Aid Project Number: 22. Contract Execution TBD% Date: Local Agency certifies that all DBE certifications are valid and information on IMPORTANT: Identify all DBE firms being claimed for credit, this form is complete and accurate. regardless of tier. Written confirmation of each listed DBE is required. ~ _ -A _ J l l t..\~q 23 . Local Agency Representative's Signature 24 . Date 15. Preparer's Signature 16. Date Michael Thomas 559.449 .8686 25 . Local Agency Representative's Name 26 .Phone 17. Preparer's Name 18. Phone Principal 27. Local Agency Representative's Title 19. Preparer's Title DISTRIBUTION : 1. Original-Local Agency 2. Copy-Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. ADA Notice: For individuals with sensory disabilities , this document is available in alternate formats . For information call (916) 654-6410 or TOO (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814 . Page I of2 July 23, 2015 BIGGS CARDOSA ASSOCIATES INC STRUCTURAL ENGINEERS 5250 N Palm Ave, Suite 211 Fresno, CA 9:3704-2218 Telephone 559-449-8686 Facsimile 558-449-8580 Principal Associate Engineering Manager Project Administrator Senior Engineer Project Engineer Staff Engineer Assistant Engineer Junior Engineer CHARGE RATE SCHEDULE Senior Computer Drafter Computer Drafter Junior Computer Drafter Secretarial Services Construction Manager Senior Structural Representative Structural Representative Assistant Structures Representative Senior Bridge Inspector In-House CADD Plots Prints Plots Mylar Plots APPENDIX D $216.00-$278.00 192.00 166.00 136.00 150.00 135.00 122.00 112.00 106.00 122.00 106.00 95.00 88.00 200.00 176.00 156.00 125.00 156.00 $0.30/ sq. ft. $1.50/ sq. ft. $3.00/ sq. ft. Charge Rates Applicable October 1, 2016 Thru September 30,2017 !~BkfiOO+ -· YEARS ENGINEERS . SURVEYORS . PLANNERS APPENDIX D PROFESSIONAL PERSONNEL SERVICE FEES JANUARY 1, 2017-DECEMBER 31,2017 PERSONNEL ENGINEERING Senior Associate Associate Project Manager Engineer IV Engineer I, II, Ill Engineering Assistant Junior Engineer PLANNING Planner I, II, Ill, IV SURVEYING Senior Associate Associate Project Manager Surveyor I, II, Ill, IV Survey Party Chief Survey Chainman Apprentice I, II, Ill, IV lnstrumentman Surveying Assistant Junior Surveyor Utility Locating Superintendent Utility Locator I, II, Ill BIM Specialist I, II, Ill DESIGN AND DRAFTING Technician I, II, Ill, IV Drafter I, II, Ill, IV CONSTRUCTION ADMINISTRA TION/QSP-QSD Senior Construction Administrator Resident Engineer Field Engineer I, II, Ill Senior Consultant SERVICES AND EXPENSES Project Assistant Clerical/ Administrative Assistant Delivery Services Principals' time on projects is chargeable at $230.00-$252.00 per hour. HOURLY RATES $206.00 $200.00 $190.00-$196.00 $176.00 $124.00-$142.00-$162.00 $77.00 $65.00 $124.00-$142.00-$162.00-$176.00 $206.00 $200.00 $190.00-$196.00 $124.00-$142.00-$162.00-$176.00 $164.00 $106.00 $65.00 -$87.00 -$96.00-$102.00 $141.00 $77.00 $65.00 $165.00 $85.00-$120.00-$145.00 $124.00-$142.00-$162.00 $119.00-$127.00-$139.00-$150.00 $93.00-$103.00-$111.00-$123.00 $185.00 $137.00 $124.00 -$142.00 -$162.00 $215.00 $77.00 $65.00 $35.00 Charges for outside services, equipment, and facilities not furnished directly by BKF Engineers will be billed at cost plus 10%. Such charges may include, but shall not be limited to printing and reproduction services; shipping, delivery, and courier charges; subconsultant fees and expenses; special fees, permits, and insurance; transportation on public carriers, meals, and lodging; and consumable materials. Mileage will be charged at the prevailing IRS rate per mile. Monthly invoices are due within 30 days from invoice date. Interest will be charged at 0.833% per month on past due accounts. Expert witness/litigation rates are available upon request. APPENDIX D PROVOST& PRITCHARD PROVOST & PRITCHARD CONSULTING GROUP STANDARD FEE SCHEDULE CONSULTING GROUP Effective 1/1/2017 An Employee OWned Company (hourly rates) This schedule supersedes previously published fee schedules as of the effective date Multi-year contracts are subject to any subsequent changes in these rates ENGINEERING STAFF: Assistant Engineer Associate Engineer Senior Engineer Principal Engineer SPECIALISTS: Assistant Environmental Specialist Associate Environmental Specialist Senior Environmental Specialist Principal Environmental Specialist GIS Specialist Associate Geologist/Hydrogeologist Senior Geologist/Hydrogeologist Water Resources Specialist PLANNING STAFF: Assistant Planner/CEQA-NEPA Specialist Associate Planner/CEQA-NEPA Specialist Senior Planner/CEQA-NEPA Specialist Principal Planner/CEQA-NEPA Specialist TECHNICAL STAFF: Assistant Technician Associate Technician Senior Technician CONSTRUCTION SERVICES: Associate Construction Manager Senior Construction Manager Principal Construction Manager Construction Manager Prevailing Wage <1H2l SUPPORT STAFF: Administrative Assistant Project Administrator Project Manager Intern SURVEYING SERVICES: LSIT Surveyor Licensed Surveyor 1 Man Survey Crew $155.00-$169.00 2 Man Survey Crew $220.00 -$240.00 2 Man Survey Crew including LS $255.00 -$279.00 1 Man CORS Survey Crew $170.00-$186.00 2 Man CORS Survey Crew $220.00 -$240.00 UAV (Drone) Services $200.00-$219.00 Fee Range $ 85.00 -$115.00 $110.00 -$142.00 $135.00 -$180.00 $170.00 -$219.00 $ 75.00 $109.00 $107.00 -$150.00 $140.00 -$180.00 $175.00 -$224.00 $105.00 -$142.00 $105.00 -$142.00 $140.00 -$186.00 $110.00 -$153.00 $ 65.00 -$98.00 $ 95.00 -$131.00 $130.00 -$169.00 $160.00 -$202.00 $ 65.00 - $ 98.00 $ 95.00 -$120.00 $120.00 -$148.00 $105.00 -$137.00 $130.00 -$166.00 $160.00 -$208.00 $132.00 -$172.00 $ 55.00 -$82.00 $ 65.00 -$93.00 $115.00 -$126.00 $ 55.00 -$ 60.00 $ 85.00 -$115.00 $115.00 -$164.00 Prev. Wage (1) $180.00 -$197.00 $260.00 -$284.00 $265.00 -$290.00 (Field Work not including survey equipment billed at individual standard rate plus vehicle as appropriate) EXPERT WITNESS: As quoted. TRAVEL TIME (for greater than 1 hour from emplovee's base office): $80/hr (unless the individual's rate is less) PROJECT COSTS: Mileage Outside Consultants Direct Costs IRS value+ 15% Cost+ 15% Cost+ 15% (1) Prevailing wage rates shown for San Joaquin, Stanislaus, Merced, Madera. Fresno, Tulare, Kings, and Kern Counties, other counties as quoted. (2) Overtime for Construction Services prevailing wage will be calculated at 125% of the standard prevailing wage rate. 1:\Marketing\Proposals\2017\County of Fresno-On-Call Engineering Services 17-35 \Fee Schedules\Standard Fee Schedule -1-1-2017. do ex Note: Mark-ups are Not Allowed EXHIBIT 10-H COST PROPOSAL (Example #2) Page 1 of 1 SPECIFIC RATE OF COMPENSATION (USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) Consultant or Subconsultant: Avila and Associates Consulting Engineers Contract No.: ----- APPENDIX D Date: 4/21/2017 Fringe Benefit % + 29.00% Overhead% + General Administration % 23.62% 36.96% Combined Indirect Cost Rate (ICR) % 89.58% FEE% 10% BILLING INFORMATION CALCULATION INFORMATION \lame/Job Title/Classification Hourly Billing Rates 2 Effective Date of Hourly Rate Actual or Avg. Straight OT(1.5x) OT(2x) From To Hourly Rate3 Cathy Avila $172.04 01/01117 12/31/17 $82.50 Project Manager Todd Remington $128.25 01/01/17 12/31/17 $61.50 Associate Engineer Rachel Spadafore $122.54 01/01/17 12/31/17 $58.76 Environmental Services Manager Steve Jones $106.63 01/01/17 12/31/17 $51.13 Assistant Engineer Neil Storey $147.60 01/01/17 12/31/17 $70.78 GIS Specialist 1. Names and classifications of consultant (key staff) team members must be listed. Provide separate sheets for prime and all subconsultant firms. 2. Billing rate= actual hourly rate • (1+1CR) • (1+Fee). Agreed upon billing rates are not adjustable for the term of the contract. 3. For named employees enter the actual hourly rate. NOTES: • Denote all employees subject to prevailing wage with an asterisks (*) • For "Other Direct Cosr' listing, see page 2 of Exhibit SURVEYING, INC. Fee Schedule FEES FOR PROFESSIONAL SERVICES HOURLY RATE SCHEDULE (A) CLASSIFICATION RATE OVERTIME/ NIGHTWORK SURVEYING 3-Man Survey Crew $290.00 Per Hour $ 343.00 Per Hour 2-Man Survey Crew $ 225.00 Per Hour $ 290.00 Per Hour 1-Man Survey Crew $ 155.00 Per Hour $ 175.00 Per Hour OFFICE SURPPORT Licensed Surveyor $ 160.00 Per Hour $ 160.00 Per Hour Project Manager $ 130.00 Per Hour $ 165.50 Per Hour Project Surveyor $ 125.00 Per Hour $ 142.00 Per Hour CADD Operator $ 115.00 Per Hour $ 128.00 Per Hour Clerical $ 70.00 Per Hour $ 85.00 Per Hour MISCELLANEOUS Outside Services Actual Cost n/a Per Diem Actual Cost n/a Mobilization n/a n/a It is understood and agreed that the aforementioned rates and charges include all normal equipment and materials used in connection with the production of the required professional services. ESP Surveying, Inc. will furnish monthly billings for all services rendered and supplies furnished in accordance with the above compensation provisions. Invoice payment upon receipt due Net 30. APPENDIX D ESP Surveying, Inc. • 5654 S. Elm Avenue • Fresno, California 93706 • Phone (559} 442-D883 • Fax {559) 442-0884 • www.espls.com T E C H N I C 0 N-- ENGINEERING SERVICES, INC. 2017 FEE SCHEDULE PREVAILING WAGE Corporate Office: TECHNICON Engineering Services, Inc. 4539 N. Brawley, Suite 108 Fresno, California 93722 Tel: 559.276.9311 Fax: 559.276.9344 Visalia Office: 151 S. Dunworth Avenue Visalia, California 93292 Tel: 559.732.0200 Fax: 559.732.0830 Merced Office: 2345 Jetway Drive Atwater, California 95301 Tel: 209.384.9300 Fax: 209.384.0891 Effective January 1, 2016 APPENDIX D YEARS STRONG APPENDIX D 2016 Fee Schedule-Prevailing Wage Fee Schedule Unit All Environmental Engineering services such as Phase I Environmental Site Assessments, Phase II Site Investigations, Site Remediation, Soil Sampling, etc. will be quoted on an individual basis. All Geotechnical Engineering evaluations, investigations, and tests will be quoted on an individual basis. TECHNICON Page3of5 ENGINEERING SERVICES. INC. APPENDIX D 2016 Fee Schedule-Prevailing Wage Fee Schedule Unit TECHNICON Page4of5 ENGINEERING SERVICES, INC. APPENDIX D TECHNICON Page 5 of 5 ENGINEERING SERVICES. INC. APPENDIX D Rl Practicing In the Geosciences BILLING RATE SCHEDULE EFFECTIVE THROUGH DECEMBER 2017 Construction Phase: All time spent over 8 hours per day and Saturdays for field personnel will be charged at 1.5 times the hourly rate. Sunday work will be charged at twice the hourly rate. All charges are portal-to- portal and mileage will be charged at .535 cents per mile. Field time, including travel time, will be charged in a 2-hour increment. Any chargeable time that falls in between these increments will be charged at the rate of the next 2-hour increment. Prevailing wages will dictate the field rates wherever applicable. OUTSIDE SERVICES Drilling rental of special equipment and other outside charges will be invoiced at cost plus 1 0%. Direct contracting/billing and payment will not incur these costs. Outside services, beyond those included in the proposal, will not be performed without prior authorization from the Client. Miscellaneous outside reimbursable expenses encountered during the performance of our work, such as printing and other incidentals, will be billed at cost plus 1 0%. Outside services, beyond those included in the proposal, will not be performed without prior authorization from the Client. The hourly rates indicated above shall remain in effect through December 2017; annual escalations will apply to these rates thereafter. These escalations are on an average of 3% per year. * Prevailing wage will apply to field personnel as per DIR. 2360 Qume Drive, Suite A, San Jose, CA 95131 ~ P (408) 452-9000 • F (408) 452-9004 + www.PARIKHnet.com Son Jose + Oakland Walnut Creek Sacramento Fresno + Los Angeles Local Assistance Procedures Manual APPENDIX E EXHIBIT 1 0-K Consultant Certification of Contract Costs and Financial Management System EXHIBIT 10-K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL MANAGEMENT SYSTEM (Note: lfrequestilzg to utilize the Safe Harbor /udirect Cost Rate submit Attaclzmeltt 1 of DLA-OB 13-07-Safe Harbor Indirect Cost Rate for Collsllltaut Coutracts foulld at lzttp:l/www.dot.ca.gov/lzq/LocalPrograms/DLA _ OB/DLA _ OB.lttm i11 lieu of litis form.) Certification of Final Indirect Costs: Consultant Firm Name: Biggs Cardosa Associates, Inc. Indirect Cost Rate: I (o~ .\(J) * for fiscal period 1/t/?..o\f:l ~ (plt>o/o.o\ I *Fiscal period covered for Indirect Cost Rate developed (not the contract period). Local Government: County of Fresno Contract Number: iLOrl Couo~'l cit fr~no or.-c:tU\ Project Number: ___:N:..::..:./A...:_ ______ _ I, the undersigned, certifY that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief: I. All costs included in this proposal to establish final Indirect Cost Rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of Title 48, Code of Federal Regulations ( CFR), Part 31. 2. This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR, Part 31. All known material transactions or events that have occurred affecting the firm's ownership, organization, and Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above. Certification of Financial Management System: I, the undersigned, certifY to the best of my knowledge and belief that our Financial Management System meets the standards for financial reporting, accounting records, internal and budget control as set forth in the FAR of Title 49, CFR, Part 18.20 to the extent applicable to Consultant. Certification of Dollar Amount for all A&E Contracts: I, the undersigned, certify that the approximate dollar amount of all A&E contracts awarded by Cal trans or a California local agency to this firm within the last three (3) calendar years for all State DOT and Local Agencies is$ ~S,OOs>,oro.co and the number of states in which the firm does business is--4--- Certification of Direct Costs: f, the undersigned, certifY to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are reasonable, allowable and allocable to the contract in accordance with the cost principles of the FAR of Title 48, CFR, Part 31. Allowable direct costs to a Government contract shall be: LPP 15-01 Page 1 of2 January 14, 2015 Local Assistance Procedures Manual APPENDIX E EXHIBIT I 0-K Consultant Certification of Contract Costs and Financial Management System I. Compliant with Generally Accepted Accounting Principles (GAAP) and standards promulgated by the Cost Accounting Standards Board (when applicable). 2. Compliant with the terms of the contract and is incurred specifically for the contract. 3. Not prohibited by 23 CFR, Chapter l, Part 172 -Administration of Engineering and Design Related Service Contracts to the extent requirements are applicable to Consultant. All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files. Subconsultants (if applicable) Proposed Contract Amount (or amount not to exceed if on-call contract): $ _1"?.,--'-''""-'-0 _____ _ Prime Consultants (if applicable) Proposed Total Contract Amount (or amount not to exceed if on-call contract): $ _\-=-.:.13>:::...\J-=----- Prime, list all subconsultants and proposed subcontract dollar amounts (attach additional page if necessary): Consultant Certifying (Print Name and Title): Name: t\\.c.hae.l 1"\nDff\0.5 Title: Princ.lpo.\ $ ______________ _ $ $ ______________ __ Consultant Certification Signature **: -----"'/~lt.-~-------------- Date of Certification (mm/dd/yyyy): ] 1\ \ / 'J.Qn ~ ' Consultant Contact lnfonnation: Email: ro-\homos@ o\cy:csco..r dosQ...CO'rf\ Phone number: 5':>'\. '"t'i'\. $fD$1n **An individual executive or financial officer of the consultant's organization at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract. Note: Per 23 U.S. C. 112(b}(2)(8). Subcon.mltmrts must comp(r ll'itll the FAR Cost Principles colllaiued in48 CFR. Part 31. 23 CFR Part 172.3 Dej/nitions state: Consultant means tire indi1·idua/ orjirm prtwiding engineering al/{1 design related sr?JTices as a party to tire contract. Therefore. suhconsultants as parties of a colllract must complete a cert{fication and send originals to A&! and keep copies in Local Agency Project Files. Distribution: I) Original to Cal!mns Audits amlln,·c.,;tigations 2) R~taincd in Local Agency Proj~ct Files Page 2 of2 LPP 15-01 January 14, 2015 Local Assistance Procedures Manual APPENDIX E EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System EXHIBIT 10-K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL MANAGEMENT SYSTEM (Note: If requesting to utilize the Safe Harbor Indirect Cost Rate submit Attachment 1 of DLA-OB 13-07-Safe Harbor lutlirect Cost Rate for Consultant Co11tracts foulld at http://www.dot.ca.gov/lzq/Loca/Programs/DLA_ OBIDLA_ OB.htm iu lieu of this form.) Certification of Final Indirect Costs: Consultant Firm Name: Avila and Associates Consulting Engineers. Inc. Indirect Cost Rate: 90.34% *for fiscal period 1/112016-12/31/2016 (mm/dd/yyyy to mrnldd/yyyy) *Fiscal period covered for Indirect Cost Rate developed (not the contract period). Local Government: _ __:.F'""r.:::.es:::.:n~o'-C=ou""n'""t..,.y _____________ _ • Contract Number: -------Project Number: ~T.:..;B=D""------ I, the undersigned, certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief: 1. All costs included in this proposal to establish final Indirect Cost Rates are allowable in accordance with the cost principles ofthe Federal Acquisition Regulations (FAR) ofTitle 48, Code ofF ederal Regulations ( CFR), Part 31. 2. This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR, Part 31. All known material transactions or events that have occurred affecting the firm's ownership, organization, and Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above. Certification of Financial Management Svstem: I, the undersigned, certify to the best of my knowledge and belief that our Financial Management System meets the standards for financial reporting, accounting records, internal and budget control as set forth in the FAR of Title 49, CFR, Part 18.20 to the extent applicable to Consultant. Certification of Dollar Amount for all A&E Contracts: I, the undersigned, certify that the approximate dollar amount of all A&E contracts awarded by Cal trans or a California local agency to this firm within the last three (3) calendar years for all State DOT and Local Agencies is $ 200 000 and the number of states in which the finn does business is 1 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are reasonable, allowable and allocable to the contract in accordance with the cost principles of the FAR of Title 48, CFR, Part 31. Allowable direct costs to a Government contract shall be: LPP 15-01 Page 1 of2 January 14, 2015 Local Assistance Procedures Manual APPENDIXE EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System I. Compliant with Generally Accepted Accounting Principles (GAAP) and standards promulgated by the Cost Accounting Standards Board (when applicable). 2. Compliant with the terms of the contract and is incurred specifically for the contract. 3. Not prohibited by 23 CFR, Chapter I, Part 172 -Administration of Engineering and Design Related Service Contracts to the extent requirements are applicable to Consultant. All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files. Subconsultants (if applicable) Proposed Contract Amount (or amount not to exceed if on-call contract): $ tbd Prime Consultants (if applicable) Proposed Total Contract Amount (or amount not to exceed if on-call contract): $------- Prime, list all subconsultants and proposed subcontract dollar amounts (attach additional page if necessary): $ _______________ _ $ _______________ _ $ ______________ __ $ _______________ _ $ ______________ __ Consultant CertifYing (Print Name and Title): Name: ______ ~C~a~tl~le~r~in~e~rvf~.C~.~A~v~il~a ____________________ _ Title: _______ _,P,_,r,_,e"'"s""id:.:::e:.:.:n"-t -------------------------- Date of Certification (mm/ddlyyyy): __ ,.,.J""u"'""ne:::...2""9"-',-=2"'-0.._17"-- Consultant Contact Information: Email: __ ,.=c::.::a:..:.v..:.:il::.::ao.::;@;;.;a=-v,_,i""la::.:a""s""so"'"c""i=-=a"-'te""s""'.c,_,o._.m..., --------------- Phone number: --~9~2=5'-'-'.6"-'"7""'3"'"".0""'54-'"'9'"'------- **An individual executive or financial officer of the consultant's organization at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has authority to represent the financial infonnation utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract. Note: Per 23 U.S. C. 112(b)(2J(B), Subconsultants lllltst comply with the FAR Cost Principles contained in 48 CFR. Pm1 31. 23 CFR Part 172.3 Definitions state: Consultant means the indil·idual or .firm providing engineering and design related services as a party to the contract. Therefore, subconsultants as parties o.f a contract must complete a certification and semi originals to A &lmul keep copies in Local Agenc:v Project Files. Distribution: I) Original to Caltr.ms Audits and lnv~stigations 2) Retained in Local Agency Project Files Page 2 of2 LPP 15-01 January 14, 2015 APPENDIX E Local Assistance Procedures l\lanual EXIIIBIT 10-K Consultant Certification of Contract Costs and Financial Management System EXHIBIT 1 0-K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL MANAGEMENT SYSTEM (Note: If requesting to utilize the Safe II arbor lutlirect Cost Rate submit Attachment 1 of DLA-OB 13-07-Stife Jlm·bor Iutlirect Cost Rate fiJr Cousu/ta11t Contracts fouml at ltttp://www.tlot.ctt.gov/lzq/Loca/Programs/DLA_ OBIDLA_ OB.htm in lieu of this form.) Certification of Final Indirect Costs: Consultant Finn Name: BKr Enoineers ~~~~~~------------------------------- Indirect Cost Rate: ...:;1c..:.7..:;8,:.:::;6..:;%'-----*for fiscal period 02/01/2015 to 01/31/2016 *Fiscal period covered for Indirect Cost Rate developed (not the contract period). Local Government: -'C:;..;o;;..:;u;;;.:n;.:.ty,_o:;..;f...:;F...:;r..:;es;:.:;·n;;;.:;o ___________ _ Contract Number: 2017 County of Fresno On-Call Project Number: ...:T~B:.::D:.._ _______ _ I, the undersigned, certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief: 1. All costs included in this proposal to establish final Indirect Cost Rates arc allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of Title 48, Code of Federal Regulations (CFR), Part 31. 2. This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR, Part 31. All known material transactions or events that have occurred affecting the firm's ownership, organization, and Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above. Certification of Financial .Management System: I, the undersigned, certify to the best of my knowledge and belief that our Financial Management System meets the standards for financial reporting, accounting records, internal and budget control as set forth in the FAR of Title 49, CFR, Part 18.20 to the extent applicable to Consultant. Certification of Dollar Amount for all A&E Contracts: I, the undersigned, certify that the approximate dollar amount of all A&E contracts awarded by Caltrans or a California local agency to this firm within the last three {3) calendar years for all State DOT and Local Agencies is$ 50,000,000.00 and the number of states in which the finn does business is _o:....r._..1c __ Certificntion of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are reasonable, allowable and allocable to the contract in accordance with the cost principles of the FAR of Title 48, CFR, Part 31. Allowable direct costs to a Government contract shall be: I.PP IS-01 Page 1 of2 .J"nm11-v 1.1 '7111' APPENDIX E Local Assistance Procedures Manual EXIIIBIT 10-K Consultant Certification of Contract Costs and Financial i'Hnnngcmcnt System I. Compliant with Generally Accepted Accounting Principles (GAAP) and standards promulgated by the Cost Accounting Standards Board (when applicable). 2. Compliant with the terms of the contract and is incurred specifically for the contract. 3. Not prohibited by 23 CFR, Chapter I, Part 172 -Administration of Engineering and Design Related Service Contracts to the extent requirements are applicable to Consultant. All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files. Subconsultants (if applicable) Proposed Contract Amount (or amount not to exceed if on-call contract): $ TBD -------- Prime Consultants (if applicable) Proposed Total Contract Amount (or amount not to exceed if on-call contract): $ TBD ------ Prime, list all subconsultants and proposed subcontract dollar amounts (attach additional page if necessary): TBD $ $---------------- $ ---------------$ ______________ __ $ ______________ __ Consultant Certifying (Print Name and Title): Name: Chris Rideout Title: Principal/Vice President Consultant Certification Signature **: Date of Certification (mm/dd/yyyy): _0__;7/'--0--'6/_2_0_17 _____ _ Consultant Contact Information: Email: crideout@bkf.com Phone number: 925-989-6544 --~--~---------------------------- **An individual executive or financial officer of the consultant's organization at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has authority to represent the financial infonnation utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract. Note: Per 23 U.S. C. 1/l(b){l){B), Subconsultants must camp~ I' wit It tl1e fiiR Cost Principles contained in ·18 CFR. Part 31. 13 CFR Part 172.3 D~/initions state: Consultant mcans the indil·idual or.firm pr01·iding engineering and design related servi('('S as a partr to the contract. Therefore. suhconsultants as parties c!f·a con/rae/must c.·omplele a cerJi/icaJion and send originals Jo A&/ ami keep copies in Local ..lgmcy Projccl Files. Dislrihutiun: I} Original to Caltrans Audits and lm·estigations 2) Retained in Locnl Agency l'rnj~ct Files l Pl> J<;_l\1 Page 2 of 2 J.,., ••. ~•·••1cC 1n1:: Local Assistance Procedures Manual APPENDIX E EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System EXHIBIT 10-K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL MANAGEMENT SYSTEM (Note: If requesting to utilize the Safe Harbor llulirect Cost Rate submit Attachment 1 of DLA-OB 13-07-Safe Harbor lmlirect Cost Rate for Consultatzt Cont1·acts found at lzttp://www.dot.ca.gov/lzq/LocalPrograms/DLA_ OB/DLA_ OB.Iztm in lieu of this form.) Certification of Final Indirect Costs: Consultant Firm Name: .....::;ES:..:P.....:S:...:u:.::.rv.....:eOL.y::.::in:!2:g,:..:.I::.::nc:.:.. ----------------- Indirect Cost Rate: __ 2_09_.3....;.1;,;.,%;:;,.__ * for fiscal period 1/1/2015-12/31/2015 *Fiscal period covered for Indirect Cost Rate developed (not the contract period). Local Government: County of Fresno DPW & Planning Contract Number: TBD ~~---------Project Number: _..:..TB=.;D;;:__ _______ _ I, the undersigned, certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief: I. All costs included in this proposal to establish final Indirect Cost Rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of Title 48, Code of Federal Regulations (CFR), Part 31. 2. This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR, Part 31. All known material transactions or events that have occurred affecting the firm's ownership, organization, and Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above. Certification of Financial Management System: I, the undersigned, certify to the best of my knowledge and belief that our Financial Management System meets the standards for financial reporting, accounting records, internal and budget control as set forth in the FAR of Title 49, CFR, Part 18.20 to the extent applicable to Consultant. Certification of Dollar Amount for all A&E Contracts: I, the undersigned, certify that the approximate dollar amount of all A&E contracts awarded by Caltrans or a California local agency to this firm within the last three (3) calendar years for all State DOT and Local Agencies is $ 911.600 and the number of states in which the firm does business is one Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are reasonable, allowable and allocable to the contract in accordance with the cost principles of the FAR of Title 48, CFR, Part 31. Allowable direct costs to a Government contract shall be: LPP 15-01 Page I of2 January 14, 2015 Local Assistance Procedures Manual APPENDIX E EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System I. Compliant with Generally Accepted Accounting Principles {GAAP) and standards promulgated by the Cost Accounting Standards Board (when applicable). 2. Compliant with the terms of the contract and is incurred specifically for the contract. 3. Not prohibited by 23 CFR, Chapter I, Part 172-Administration of Engineering and Design Related Service Contracts to the extent requirements are applicable to Consultant. All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files. Subconsultants (if applicable) Proposed Contract Amount (or amount not to exceed if on-call contract): $ _N_T....,.E ______ _ Prime ConsuJtants (if applicable) Proposed Total Contract Amount (or amount not to exceed if on-call contract): $ ______ _ Prime, list all subconsultants and proposed subcontract dollar amounts (attach additional page if necessary): $ ________ _ $ ______________ __ $ ______________ __ $ ______________ __ $ ______________ __ Consultant Certifying (Print Name and Title): Name: .Joanne Espinosa Title: CFO Date of Certification (mm/dd/yyyy): 5/11/17 Consultant Contact Information: Email: jnfo@espls.com Phone number: (559) 442-0883 **An individual executive or financial officer of the consultant's organization at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract. Note: Per 23 U.S. C. 1 12(b)(2){B), Subconwltants must comp(r with the FAR Cost Principles comained in 48 CFR. Part 31. 23 CFR Part 172.3 Definitions state: Consultant means the indil'idual or jirm p/'lwiding engineering ami design related services as a party to rhe comract. Therejore. subconsulumts as parties of a contract must complete a certification ami send originals to A&! a111/ keep copies in Local Agency Project Files. Distribution: I) Original to Caltrans Audits and Investigations 2) Retained in Local Agency Project Files Page 2 of2 LPP 15-01 January 14, 2015 APPENDIX E Loc:~l Assistance Procedures Manual EXHIBIT l 0-K Consultant Certification of Contract Costs and Financial Management System EXHIBIT 10-K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL MANAGEMENT SYSTEM (Note: If requesting to utilize the Safe Harbor Imlirect Cost Rate submit Attachment I of DLA-OB 13-07-Safe Harbor lmlirect Cost Ratejor Consultallt Contractsfound at ltttp://www.dot.ca.govlltq/Loca/Programs/DLA_ OBIDLA_ OB.Ittm in lieu oft/tis form.) Certification of Final Indirect Costs: Consultant Firm Name: Provost & Pritchard Consulting Group Indirect Cost Rate: _15_0_.8_'4 ____ *for fiscal period ..... t_o ..... to ..... L ..... 'l....._5_-....._9 ..... 13 ..... o_n ..... 6 _________ _ *Fiscal period covered for Indirect Cost Rate developed (not the contract period). Local Government: Countv of Fresno ~~~~~~-------------- Contract Number: 2017 County of Fresno On-Call Project Number: """'T..:;;B'""Dc__ _______ _ I, the undersigned, certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief: I. All costs included in this proposal to establish final Indirect Cost Rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of Title 48, Code of Federal Regulations (CFR), Part 31. 2. This proposal docs not include any costs which are expressly unallowable under the cost principles of the r A R of 48 CFR, Part 31 . All known material transactions or events that have occurred affecting the firm's ownership, organization, and Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above. Certification of Financial Management Svstem: I, the undersigned, certify to the best of my knowledge and belief that our Financial Management System meets the standards for financial reporting, accounting records, internal and budget control as set forth in the FAR of Title 49, CFR, Part 18.20 to the extent applicable to Consultant. Certification of Dollar Amount for all A&E Contracts: I, the undersigned, certify that the approximate dollar amount of all A&E contracts awarded by Caltrans or a California local agency to this firm within the last three (3) calendar years for all State DOT and Local Agencies is $ and the number of states in which the firm does business is Certification of Direct Costs: I, the undersigned, certify to the best ofrny knowledge and beliefthat all direct costs identified on the cost proposal(s) in this contract are reasonable, allowable and allocable to the contract in accordance with the cost principles of the FAR ofTitle 48, CFR, Part 31. Allowable direct costs to a Government contract shall be: LPP 15-01 Page I of 2 January I.J,2015 APPENDIXE Local Assistance l'rocedures Manual EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System 1. Compliant with Generally Accepted Accounting Principles (GAAP) and standards promulgated by the Cost Accounting Standards Board (when applicable). 2. Compliant with the terms of the contract and is incurred specifically for the contract. 3. Not prohibited by 23 CFR, Chapter I, Part 172-Administration of Engineering and Design Related Service Contracts to the extent requirements are applicable to Consultant. All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files. Subconsultants (if applicnble) Proposed Contract Amount (or amount not to exceed if on-call contract): $ __ T_B_D _____ _ Prime Consultants (if applicable) Proposed Total Contract Amount (or amount not to exceed if on-call contract): $ _..;..T.:::B-=0'------ Prime, list all subconsultants and proposed subcontract dollar amounts (attach additional page if necessary): TBD $ ______________ __ $ ______________ _ $ ______________ _ $ ______________ _ $ __ Consultant Certifying (Print Name and Title): Name: Lori Feagaimaalii Title: Controller -p Consultant Certification Signature ~ · ~f;tal.a:- Date of Certification (mm/dd/yyyy): ~_.\_?.!_ ______ _ Consultant Contact lnfonnation: Email: lfeagaimaalii@ppeng.com Phone number: (559) 4..:..49:.-·-=.2.:...70:....:0'------------- **An individual executive or financial officer of the consultant's organization at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has authority to represent the financial infonnation utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract. Note: Per 13 U.S. C. 1!2(b)(2}(8}, Subconsultants must comply with the FAR Cost Principles contained in ·18 CFR, Part 31. 13 CFR Part 172.3 Definitions state: Consultant means the indil•idual or firm providing engineering and design related services as a party to the colllract. Therefore, subconsultants as parties of a contract must comp/ere a certiftcalion and send originals IO A&/ and keep copies in Local Agency Project Files. Distribution: I J Original to Caltrans Audits and Investigations 2) Retained in local Agency Project Files !>age 2 of2 LPP 15-01 .January 14,2015 Local Assistance Procedures Manual APPENDIX E EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System EXHIBIT 10-K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL MANAGEMENT SYSTEM (Note: If requesting to utilize tlte Safe Harbor Indirect Cost Rate submit Attacltmmt 1 of DLA-OB 13-07-Safe Harbor Indirect Cost Rate for Consltltant Contracts found at ltttp:llwww.dot.ca.govlltq!Loca!Programs/DLA_ OBIDLA_ OB.Iztm in lieu oft/tis form.) Certification of Final Indirect Costs: Consultant Finn Name: PARIKH Consultants, Inc. Indirect Cost Rate: ....::.1.=.:50::...:~-=-o ____ * for fiscal period 02/01/2016 TO 01/31/2017 *Fiscal period covered for Indirect Cost Rate developed (not the contract period). Local Government: ...:C:..:o:..::u~nt:.<.y...:o:..::f..:.F.;.;.re:..:s~no-=----------- Contract Number: 2017 County of Fresno On·Call Project Number: -=T~B=-=D=---------- I, the undersigned, certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief: I. All costs included in this proposal to establish final Indirect Cost Rates are allowable in accordance with the cost principles ofthe Federal Acquisition Regulations (FAR) ofTitle 48, Code ofFederal Regulations (CFR), Part 31. 2. This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR, Part 31. All known material transactions or events that have occurred affecting the firm's ownership, organization, and Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above. Certification of Financial Management System: I, the undersigned, cettify to the best of my knowledge and belief that our Financial Management System meets the standards for financial reporting, accounting records, internal and budget control as set forth in the FAR of Title 49, CFR, Part 18.20 to the extent applicable to Consultant. Certification of Dollar Amount for all A&E Contracts: I, the undersigned, certifY that the approximate dollar amount of all A&E contracts awarded by Cal trans or a California local agency to this firm within the last three (3) calendar years for all State DOT and Local Agencies is S I I ,000,000.00 and the number of states in which the firm does business is ONE Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are reasonable, allowable and allocable to the contract in accordance with the cost principles of the FAR of Title 48, CFR, Part 31. Allowable direct costs to a Government contract shall be: LPP 15-01 Page 1 of2 January 14, 2015 Local Assistance Procedures Manual APPENDIX E EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System I. Compliant with Generally Accepted Accounting Principles (GAAP) and standards promulgated by the Cost Accounting Standards Board (when applicable). 2. Compliant with the terms of the contract and is incurred specifically for the contract. 3. Not prohibited by 23 CFR, Chapter I, Part 172 -Administration of Engineering and Design Related Service Contracts to the extent requirements are applicable to Consultant. All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files. Subconsultants (if applicable) Proposed Contract Amount (or amount not to exceed if on-call contract): $ __ T_B_D _____ _ Prime Consultants (if applicable) Proposed Total Contract Amount (or amount not to exceed if on-call contract): $ _T..:...:::B.=D ___ _ Prime, list all subconsultants and proposed subcontract dollar amounts (attach additional page if necessary): TBD $ ______________ __ $ ______________ _ $ ______________ __ $ __________ _ $ _____________ __ Consultant Certifying (Print Name and Title): Name: Gary Parikh Title: Principal ~_a:.?'/ Consultant Certification Signature **: -------'/'--·------------- Date of Certification (mm/dd/yyyy): ...:0..:.:7/..:.l~l/2.::..-0:..:1..:..7 _____ _ Consultant Contact Infonnation: Email: gparikh@ parikhnet.com Phone number: _,_(4_0:....:8;.:..)...:4.::..52::..-..:..9.::..000:...:._ ___________ _ **An individual executive or financial officer of the consultant's organization at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract. Note: Per 23 U.S. C. 112(b)(2)(B), Subcomultants must comp~)' with the FAR Cost Principles col/lained in 48 CFR, Part 31. 13 CFR Part 172.3 Dl{finitions state: Consultant means the indil·idual orfirm providing engineering and design related services as a par()' to the contract. Tlzerl{/ore, subconsultallls as parties l~( a contract must complete a cert(fication and semi original~ to A &I a11d keep copies in Loml Ageii'J' Project Files. Distribution: l) Original to Caltrans Audits and lnv•:stigations 2) Retained in Local Agency Project Files Page 2 of2 LPP 15-01 January 14, 2015 APPENDIXE Local Assistance Procedures Manual EXHIBIT I 0-K Consultant Certification of Contract Costs and Financial Management System EXHIBIT 10-K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL MANAGEMENT SYSTEM (Note: IfJ·equesting to utilize tile Safe Harbor /udirect Cost Rate submit Attachment I of DLA-OB 13-07-Safe Harbor 1111/irect Cost Rate for Consultant Contmctsfmmd at !tttp:l/www.dot.ca.gol'lflq/Loca/Programs!DLA_ OBIDLA_ OB.IItm iulieu oftllis.form.) Ccrtificntion of Final Indirect Costs: Consultant Firm Name: TECHNICON Engineering Services, Inc. Indirect Cost Rate: -"'2""-20..;_;%:..;..o _____ *for fiscal period .::2:.:.0.;..;15;...-;;;.20;:..1:..;;6'-------------- *Fiscal period covered for Indirect Cost Rate developed (not the contract period). Local Government: _;C;..;;o..;.;.u"'"nt"'-y...:o.:..f.;;..F;:.;:re;,;:;sJ;.;..:lo:;__ ________ _ Contract Number: 2017 County of Fresno On-Call Project Number: _T_B_D _________ _ I, the undersigned, certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief: I. All costs included in this proposal to establish final Indirect Cost Rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) ofTitle 48, Code of Federal Regulations (CFR), Part 31. 2. This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR, Part 31. All known material transactions or events that have occurred affecting the finn's ownership, organization, and Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above. Certification of Financial Management Svstem: I, the undersigned, certify to the best of my knowledge and belief that our Financial Management System meets the standards for financial reporting, accounting records, internal and budget control as set forth in the FAR of Title 49, CFR, Part 18.20 to the extent applicable to Consultant. Certification of Dollar Amount for all A&E Contracts: I, the undersigned, certify that the approximate dollar amount of all A&E contracts awarded by Caltrans or a California local agency to this finn within the last three (3) calendar years for all State DOT and Local Agencies is $ 702, I 00.00 and the number of states in which the firm does business is One (I) . Ce1·tification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are reasonable, allowable and allocable to the contract in accordance with the cost principles of the FAR of Title 48, CFR, Part 31. Allowable direct costs to a Government contract shall be: LPP 15-01 Page I of2 January 14,2015 APPENDIX E Local Assistance Procedures Manual EXHIBIT I 0-K Consultant Certification of Contract Costs and Financial Management System I. Compliant with Generally Accepted Accounting Principles (GAAP) and standards promulgated by the Cost Accounting Standards Board (when applicable). 2. Compliant with the terms of the contract and is incurred specifically for the contract. 3. Not prohibited by 23 CFR, Chapter I, Part 172-Administration of Engineering and Design Related Service Contracts to the extent requirements are applicable to Consultant. All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files. Subconsultants (if applicable) Proposed Contract Amount (or amount not to exceed if on-call contract): $ __ T_B_D _____ _ l'rime Consultnnts (if applicable) Proposed Tot:ll Contract Amount (or amount not to exceed if on-call contract): $ _T.:_B::.:::.D ___ _ Prime, list all subconsultants and proposed subcontract dollar amounts (attach additional page if necessary): TBD $ ______________ _ $ ______________ _ $ _____________ _ $ ______________ _ Consultant Certifying (Print Name and Title): Name: Darren G. Williams Title: President \ /"\ ~- Consultant Certification Signature**: \L.I_· _V ________________ _ --,---.., Date of Certification (mm/dd/yyyy): .::..M.::..a"""y-"1.::..1,'-'2:.:0.::..1.:-7 ____ _ Consultant Contact Information: Email: darrenw@technicon.net Phone number: 559-276-9311, Ext232 **An individual executive or financial officer of the consultant's organization at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract. Note: Per 23 U.S. C. I I 2(h)(2){B). Subconsulumts must comp(v with the FAR Cost Principles contained in .f8 C'FR. Part 31. 23 CFR Part 172.3 Dejinitions state: Consulta/11 means the indh•idual or firm providing engineering and design related sen•ices as a party to the colllract. Therefore. subconsultants as parties o.f a comract Jlll~vl complete a cert[(tcation and send originals to A& lam! keep copies in Local Agell(l' Project Files. Dislrihulion: I) Original to Callrans t\utlils amllnvcstigalions 2) Retained in Local Agency Project Files Page 2 of 2 Ll'P 15-01 .January 14,2015 APPENDIX F ,,:~:ig~J~rtw!~J:···· .l!. au ....••.. q~p As required by US. DOT regulations on governmentwide Debarment and Suspension (Nonprocurement), 49 CFR 29.100: 1) The Applicant certifies, to the best of its knowledge and belief, that it and its contractors, subcontractors and subrecipients: a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b) Have not, within the three (3) year period preceding this certification, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) transaction or contract under a public transaction, violation of Federal or state antitrust statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, state, or local) with commission of any of the offenses listed in subparagraph (1 )(b) of this certification; and d) Have not, within the three (3) year period preceding this certification, had one or more public transactions (Federal, state, and local) terminated for cause or default. 2) The Applicant also certifies that, if Applicant later becomes aware of any information contradicting the statements of paragraph (1) above, it will promptly provide that information to the State. 3) If the Applicant is unable to certify to all statements in paragraphs (1) and (2) of this certification, through those means available to Applicant, including the General Services Administration's Excluded Parties List System (EPLS), Applicant shall indicate so in its applications, or in the transmittal letter or message accompanying its annual certifications and assurances, and will provide a written explanation to the State. February 2017 ~~;~ s'P~ '!/~.~~lit APPENDIX F In signing this document, I declare under penalties of perjury that the foregoing certifications and assurances, and any other statements made by me on behalf of the Applicant are true and correct. Signature _______________ Date ________ _ Printed Name --------------- As the undersigned Attorney for the above named Applicant, I hereby affirm to the Applicant that it has the authority under state and local law to make and comply with the certifications and assurances as indicated on the foregoing pages. I further affirm that, in my opinion, these certifications and assurances have been legally made and constitute legal and binding obligations of the Applicant. I further affirm to the Applicant that, to the best of my knowledge, there is no legislation or litigation pending or imminent that might adversely affect the validity of these certifications and assurances or of the performance of the described project. AFFIRMATION OF APPLICANT'S ATTORNEY For-----------------(Name of Applicant) Signature _______________ Date ________ _ Printed Name of Applicant's Attorney---------------- February 201 7 1 2 3 4 APPENDIX G Resolution No. 07-525 BEFORE THE BOARD OF SUPERVISORS OF THE COUNTY OF FRESNO STATE OF CALIFORNIA 5 In the matter of ) No. ) ) 6 Amendment of Standard Conflict of Interest Code for All County ) ) 7 Departments ) 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Whereas, the Political Reform Act, Government Code section 81000 et seq., requires state and local government agencies to adopt and promulgate conflict of interest codes; and Whereas, the Fair Political Practices Commission has adopted a regulation, Title 2, California Code of Regulations, section 18730, which contains the terms of a standard conflict of interest code, and which may be amended by the Fair Political Practices Commission after public notices and hearings to conform to amendments to the Political Reform Act; and Whereas, any local agency may incorporate this standard conflict of interest code, and thereafter need not amend its code to conform to future amendments to the Political Reform Act or its regulations; and Whereas, the Board of Supervisors may adopt the standard conflict of interest code on behalf of all County departments. Now therefore be it resolved, that the terms of Title 2, California Code of Regulations, section 18730, and any amendments to it duly adopted by the Fair Political Practices Commission, are hereby incorporated by reference and, along with the Exhibits A and B approved previously, today, or in the future, by this Board for each County department, in which officers and employees are designated and disclosure categories are set forth, constitute the conflict of interest codes of each Co1,.1nty department. COUNTY OF FRESNO Fresno. California 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 APPENDIX G Conflict of interest forms shall be filed as follows: 1. As required by Government Code section 87500, subdivision (e), the County Administrative Officer, District Attorney, County Counsel, and Auditor-Controllerrrreasurer- Tax Collector shall file one original of their statements with the County Clerk, who shall make and retain a copy and forward the original to the Fair Political Practices Commission, which shall be the filing officer. 2. As required by Government Code section 87500, subdivision U), all other department heads shall file one original of their statements with their departments. The filing officer of each department shall make and retain a copy and forward the original to the Clerk to the Board of SupeNisors, who shall be the filing officer. 3. All other designated employees shall file one original of their statements with their departments. Adopted at a regular meeting of the Board of SupeNisors, held on the 2nd day of October, 2007, by the following vote, to wit: Ayes: Supervisors Larson, Perea, Anderson, Case and Waterston Noes: None Absent: None Chairman, Board of SupeNisors Attest: 24 #tHJ~ 25 Clerk 26 27 28 County of Fresno l'rcsno. California COUNTY OF FRESNO Fruno. California 2 APPENDIX G CERTIFICATE OF DELIVERY OF DOCUMENT ram employed by the County of Fresno as a Deputy Clerk of the Board of Supervisors. On October 2. 2007. I delivered a copy of Resolution No. 07-525 to the Chairperson of the Fresno County Board of Supervisors. Gael Storm, Deputy Clerk APPENDIX G EXHIBIT "A" PUBLIC WORKS AND PLANNING Classification Accountant 1/11 Architect Assistant Real Property Agent Associate Real Property Agent Building Inspector 1/11 Building Plans Engineer Capital Projects Division Manager Chief Building Inspector Chief of Field Surveys Community Development Manager Consultant Deputy Director of Planning Deputy Director of Public Works Development Services Manager Director of Public Works and Planning Disposal Site Supervisor Engineer 1/11/111 Field Survey Supervisor Housing Rehabilitation Specialist 1/11 Information Technology Analyst 1/11/111/IV Planner 1/11/111 Principal Accountant Principal Engineer Principal Planner Principal Staff Analyst Public Works and Planning Business Manager Public Works Division Engineer Resources Manager Road Maintenance Supervisor Road Superintendent Senior Accountant Senior Economic Development Analyst Senior Engineer Senior Engineering Technician Senior Geologist Senior Information Technology Analyst Senior Planner Category 2 1 1 1 1 1 1 1 1 1 * 1 1 1 1 2 1 3 1 2 1 1 1 1 1 1 1 1 2,3 1 2 1 1 2 1 2 1 Classification Senior Staff Analyst APPENDIX G Senior Systems and Procedures Analyst Staff Analyst I I II I Ill Supervising Accountant Supervising Building Inspector Supervising Engineer Supervising Water/Wastewater Specialist Systems and Procedures Analyst I I II I Ill Systems and Procedures Manager Traffic Maintenance Supervisor Category 1 2 1 2,3 1 1 2,3 2 2 2 * Consultants shall be included in the list of designated employees and shall disclose pursuant to the broadest disclosure category in the code subject to the following limitation: The Director of Public Works and Planning may determine in writing that a particular consultant, although a "designated position", is hired to perform a range of duties that is limited in scope and thus is not required to fully comply with the disclosure requirements in this section. Such written determination shall include a description of the consultant's duties and, based upon that description, a statement of the extent of disclosure requirements. The Director of Public Works and Planning's determination is a public record and shall be retained for public inspection in the same manner and location as this conflict of interest code. APPENDIX G EXHIBIT "B" PUBLIC WORKS AND PLANNING 1. Persons in this category shall disclose all reportable investments, interests in real property, sources of income (including gifts), and business positions. Financial interests (other than gifts) are reportable only if located within or subject to the jurisdiction of Fresno County, or if the business entity is doing business or planning to do business in the jurisdiction, or has done business within the jurisdiction at any time during the two years prior to the filing of the statement. Real property shall be deemed to be within the jurisdiction of the County if the property or any part of it is located within or not more than two miles outside the boundaries of the County (including its incorporated cities) or within two miles of any land owned or used by the County. 2. Persons in this category shall disclose all reportable investments in, income from (including gifts), and business positions with any business entity which, within the last two years, has contracted or in the future foreseeably may contract with Fresno County through its Public Works and Planning Department, Solid Waste Commissions within the jurisdiction, or to any other joint powers agency which Fresno County is a member to provide services, supplies, materials, machinery, or equipment to the County. 3. Persons in this category shall disclose all interests in real property within the jurisdiction of Fresno County. Real Property shall be deemed to be within the jurisdiction if the property or any part of it is located within or not more than two miles outside the boundaries of Fresno County (including its incorporated cities) or within two miles of any land owned or used by the County. Local Assistance Procedures Manual APPENDIX H EXHIBIT 10-P Nonlobbying Certification for Federal-aid Contracts EXHIBIT 10-P NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies by signing and submitting this proposal/bid to the best of his or her knowledge and belief that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, 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 the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any 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, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission ofthis certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his/her proposal/bid that he/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. LPP 13-01 Pagel of 1 May 8, 2013 Local Assistance Procedures Manual APPENDIX H EXHBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: D a. contract D a. bid/offer/application D a. initial b. grant b. initial award b. material change 4. 6. 8. 10. c. cooperative agreement c. post-award d. loan e. loan guarantee f. loan insurance Name and Address of Reporting Entity 0Prime D Subawardee Tier , ifknown Congressional District, if known Federal Department/Agency: Federal Action Number, if known: Name and Address of Lobby Entity (If individual, last name, first name, Ml) For Material Change Only: year__ quarter ___ _ date of last report ____ _ 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable--------- 9. Award Amount, if known: 11. Individuals Performing Services (including address if different from No. I Oa) (last name, first name, Ml) (attach Continuation Sheet(s) if necessary) 12. Amount of Payment (check all that apply) $ D actual 0 planned 13. Form of Payment (check all that apply): B :: ~=:ind; specifY: nature _____ _ Value _____ _ 14. Type of Payment (check all that apply) r- I- I- !---- a. retainer b. one-time fee c. commission d. contingent fee e deferred 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 11: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: Yes D No D 17. Infonnation 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 infonnation 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. Federal Use Only: Signature: _________________ _ Print Name:----------------- Title:------------------ Telephone No.: _________ Date: ____ _ Authorized for Local Reproduction Standard Form -LLL Standard Form LLL Rev. 04-28-06 Distribution: Orig-Local Agency Project Files LPP 13-01 Page 1 May 8, 2013 Local Assistance Procedures Manual APPENDIX H EXHBIT 10-Q Disclosure of Lobbying Activities INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. I. IdentifY the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action. 2. IdentifY the status of the covered federal action. 3. IdentifY the appropriate classification of this report. Ifthis is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. IdentifY the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifYing number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. Enter the full name, address, city, state, and zip code ofthe lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. 11. Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (Ml). 12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 1 0). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 13. Check all boxes that apply. If payment is made through an in-kind contribution, specifY the nature and value ofthe in-kind payment. 14. Check all boxes that apply. If other, specifY nature. 15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perfonn and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. IdentifY the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 16. Check whether or not a continuation sheet(s) is attached. 17. The certifYing official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF- LLL-Instructions Rev. 06-04 LPP 13-01 Page2 MayS, 2013 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: APPENDIX I 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).