request for proposal construction management and

37
REQUEST FOR PROPOSAL FOR Construction Management and Inspection Services ON THE WEST CAPITOL AVENUE ROAD REHABILITATION AND SAFETY ENHANCEMENT PROJECT CIP# 15029 October 24, 2019 IMPORTANT: This is a federal aid funded project subject to oversight and audit by the State of California Department of Transportation (Caltrans). Consultant must submit all required information in a timely manner in order to be considered responsive to this RFP. Please closely review and ensure proposal adheres to the Local Assistance Procedures Manual ‐ Chapter 10 forms located as follows: https://dot.ca.gov/‐/media/dot‐media/programs/local‐ assistance/documents/lapm/ch10.pdf Five (5) hardcopy sets and one (1) electronic PDF copy of proposals must be received at the address below no later than 3:00 p.m. PST, November 14, 2019. Late proposals will not be considered. ATTN: Candido Ramirez, P.E., Project Manager City of West Sacramento Capital Projects & Transportation 1110 West Capitol Avenue, 1st Floor West Sacramento, California 95691

Upload: others

Post on 03-Jan-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

  

    

 REQUEST FOR PROPOSAL 

 FOR 

Construction Management and Inspection Services ON THE 

WEST CAPITOL AVENUE ROAD REHABILITATION  AND SAFETY ENHANCEMENT PROJECT 

CIP# 15029  

October 24, 2019  

           

IMPORTANT: This is a federal aid funded project subject to oversight and audit by the State of California  Department  of  Transportation  (Caltrans).  Consultant  must  submit  all  required information in a timely manner in order to be considered responsive to this RFP. Please closely review and ensure proposal adheres to the Local Assistance Procedures Manual ‐ Chapter 10 forms located as follows:  

https://dot.ca.gov/‐/media/dot‐media/programs/local‐assistance/documents/lapm/ch10.pdf 

 

Five (5) hardcopy sets and one (1) electronic PDF copy of proposals must be received at the address below no later than 3:00 p.m. PST, November 14, 2019. Late proposals will not be considered. 

   ATTN:  Candido Ramirez, P.E., Project Manager 

City of West Sacramento Capital Projects & Transportation 1110 West Capitol Avenue, 1st Floor West Sacramento, California 95691 

WEST CAPITOL AVENUE ROAD REHABILITATION & SAFETY ENHANCEMENT PROJECT REQUEST FOR PROPOSAL

I

TABLE OF CONTENTS  

I. INTRODUCTION ....................................................................................................................... 1 

II. BACKGROUND ........................................................................................................................ 1 

III. SCOPE OF SERVICES ........................................................................................................... 2 

IV. PROPOSAL GUIDELINES ...................................................................................................... 3 

V. SELECTION PROCESS AND SCHEDULE ............................................................................. 7 

VI. SELECTION CRITERIA .......................................................................................................... 8 

VII. INQUIRIES AND PRE-PROPOSAL MEETING ...................................................................... 8 

VIII. SUBMITTAL DEADLINE ....................................................................................................... 8 

 

  

Appendix A – Project Exhibits (For Reference Only)  

Appendix B – Sample Contract for Services 

Exhibit A – Scope of Work 

Exhibit B – Schedule of Performance 

Exhibit C – Schedule of Fees 

Exhibit D – Certificate of Compliance 

Exhibit E – Labor Compliance 

Consultant Questionnaire 

Appendix C – CT LAPM Exhibits 

Exhibit 10‐B Consultant Evaluation Sheet 

Exhibit 10‐I Notice to Proposers DBE Information 

Exhibit 10‐01 Consultant Proposal DBE Commitment 

   

 

WEST CAPITOL AVENUE ROAD REHABILITATION AND SAFETY ENHANCEMENT PROJECT REQUEST FOR PROPOSAL

CITY OF WEST SACRAMENTO 1 DECEMBER 22, 2017

I. INTRODUCTION

The City of West Sacramento (City) is seeking Construction Management and Inspection services to implement the West Capitol Avenue Road Rehabilitation and Safety Enhancement Project (Project). Scope of services will include construction management, inspection, labor compliance and public outreach.

Qualified consultant firms or teams familiar with Caltrans CM documentation and inspection procedures and a history of success in delivering grant-funded projects are encouraged to submit proposals.

Project improvements contemplated in the scope include road rehabilitation, intersection/signal re-configuration, street lighting, buffered/protected bike lanes, enhanced pedestrian crossings, telecommunication utility installation, water main replacement, and other associated improvements.

Project PS&E documents are currently at 95% development. Plans are posted separately, adjacent to this RFP. Specifications will not be posted prior to RFP due date. The engineer’s construction cost estimate is $10.5 million.

II. BACKGROUND

The 2007 West Capitol Avenue Streetscape Master Plan identified key urban design strategies that supported the goal of creating a re-vitalized corridor with a healthy pedestrian environment. While West Capitol Avenue (east of Jefferson Boulevard) has realized much of the Master Plan, the corridor west of Jefferson Boulevard as currently configured is an auto-centric roadway that does not. West Capitol Avenue is envisioned as the City of West Sacramento‘s Downtown-- a central core with a vibrant main-street that takes advantage of its prime location, provide an attractive setting for a variety of land uses including the Civic Center, Community Center, Transit Hub, as well as residential, commercial and urban parks that are accessible via multiple modes of transportation. Although this Project is not funded to fully build out the ultimate West Capitol Avenue vision, it must be developed with the future in mind.

The primary goals of the project are to repair the deteriorating pavement and enhance safety for all users by reducing unnecessary vehicular travel lanes, adding separated bike lanes, adding street illumination to create safer pedestrian crossings. All while moving towards realizing the ultimate vision for the City Downtown.

Project limits along West Capitol Ave from Jefferson Blvd to Enterprise Blvd, also along Jefferson Blvd from West Capitol Ave to Park Blvd, approximately 3.1 miles.

Project Elements. The desired Project elements with limits in brackets are as follows:

Pavement rehabilitation throughout project limits. Treatment contemplated include cold-in-place recycling (CIR), mill-and-fill, and full depth replacement where appropriate and capped with rubberized or standard Hot Mix Asphalt along with selected dig out repairs.

Pedestrian, bicycle, lighting and safety improvements contemplated include separated bicycle lanes, access ramps, additional lighting, enhanced mid-block pedestrian crossings with high visibility cross walks, rapid flashing beacons (RFB), sidewalk and driveway improvements as deemed appropriate.

This intersection improvement includes re-configuring and modifying the traffic signal systems and vehicular lanes [Jefferson Blvd at Merkley Ave, and WCA at Harbor Blvd].

WEST CAPITOL AVENUE ROAD REHABILITATION & SAFETY ENHANCEMENT PROJECT REQUEST FOR PROPOSAL

2

Install conduit, pedestals, pull boxes, meters for electrical and communication. Pull fiber optic and electrical conductors.

Water main replacement includes removing/abandoning an existing 8 to12 inch water mains. Install a new 12-inch and 16-inch water mains and connect fire hydrant, commercial and residential services.

III. SCOPE OF SERVICES

The Consultant is expected to furnish all services as required to complete the scope of services described below for the Project.

The selected consultant will be expected to manage and control costs and resources, and complete work in adherence to the agreed upon Project schedule and will assign a Construction Manager who will act as the City’s primary contact and will be entirely responsible for project management activities throughout construction (including subconsultant work, if applicable). The following is a suggested breakdown of Project tasks and should be incorporated into the fee schedule under the appropriate activities.

TASK 1. CONSTRUCTION MANAGEMENT & COORDINATION

Conduct constructability review of plans and specifications. Identify potential construction challenges or potential change order work.

Should have CT LAPM Chapter 16 exhibit forms ready at the beginning of construction. Review and assure that contractor’s safety plan is implemented. Review and understand Mitigation Monitoring & Reporting Program (MMRP) Prepare construction schedules prior to bidding. One schedule should assume one

construction season, while the other assumes two construction seasons. Set up project manual/information tracking systems Administer the Pre-construction meeting Set project start date and completion date Review and monitor project schedule and budget Coordinate with the contractor, City staff and other City operations Record/publish/distribute meeting minutes Conduct weekly work group meetings Identify and facilitate bidding of long-lead materials and equipment for early purchasing Document preconstruction conditions Manage photographic record during the project Review daily inspection reports by the following day, then submit to City’s project manager

by the end of each week. Report project progress/issues requiring City resolution Report cost and schedule impacts Prepare cost estimates to verify change order claims Review and process Request for Information (RFls) Review and process change orders initiated by the contractor or the City Manage processing of submittals/shop drawings Manage processing of substitution requests/review substitutions Review Traffic Control Plans and coordinate with City project manager. Maintain and ensure that as-built drawings and specifications are updated Manage project SWPPP program including QSP and/or QSD duties, as outlined in the

State of California State Water Resources Control Board Storm Water General Permit Manage implementation of MMRP. Review and process progress payments/pay requests. Coordinate with the Contractor and

City’s finance analyst to prepare invoice(s) consistent with Caltrans LAPM for reimbursements.

WEST CAPITOL AVENUE ROAD REHABILITATION & SAFETY ENHANCEMENT PROJECT REQUEST FOR PROPOSAL

3

Review operating manuals and warranties Assist in claims analysis and dispute resolution Coordinate and consolidate final inspections and punch list for completion Administer close-out process Prepare Notice of Completion Maintain a project records consistent with LAPM guidelines. At the end of construction,

filing system will be submitted to the City in hardcopy and electronic format.

TASK 2. CONSTRUCTION INSPECTION

Perform field inspection of all improvements indicated on the plans and specifications. Coordinate field material testing tasks Coordinate inspections with other regulatory agencies Inspector to prepare daily inspection reports Coordinate material and equipment testing

TASK 3. MATERIALS & EQUIPMENT TESTING

Consultant should be aware of all planned material and equipment testing during the project. Coordinate materials testing with contractor, specialist (if applicable) and City project manager. Plan equipment testing with specialist and City traffic operations with sufficient notice.

TASK 4. LABOR COMPLIANCE

Consultant is responsible for reviewing contractor payrolls, interviewing employees and verifying prevailing wage rates. Consultant shall review and update labor documents after each payroll period. Prepare a Labor Compliance Monitoring Report at the conclusion of the project. Consultant should assure that the contractor comply with funding requirements including Federal Trainee Program.

OPTIONAL TASK(S)

Consultant is encouraged to recommend additional or modified tasks deemed vital to the Project’s success. The final scope of services will be negotiated with the selected Consultant prior to contract award.

IV. PROPOSAL GUIDELINES

Submitted proposal should address the following information in the order listed:

1. Introductory Letter 2. Office location from which the work will be performed 3. Qualifications and Experience of firm(s) and key team members 4. References 5. Project Understanding, Approach and Baseline Schedule 6. Local Benefit Statement 7. Conflict of Interest Statement (City) 8. Contract Exceptions 9. Insurance Requirements 10. Supportive Information 11. Exhibits 10-H2, 10-H3 – Cost proposals (in a sealed envelope)

12. Exhibit 10-K - Consultant Certification of Contract Costs/Financial Management System (in a sealed envelope)

WEST CAPITOL AVENUE ROAD REHABILITATION & SAFETY ENHANCEMENT PROJECT REQUEST FOR PROPOSAL

4

*IMPORTANT: Note this is a federal aid funded Project subject to oversight and audit by the State of California Department of Transportation (CALTRANS). Consultant must submit all required information in a timely manner in order to be considered responsive to the RFP. Please closely review and ensure proposal adheres to the Local Assistance Procedures Manual - Chapter 10 forms located as follows:

https://dot.ca.gov/‐/media/dot‐media/programs/local‐assistance/documents/lapm/ch10.pdf 

Submit five (5) hardcopy sets of bound in an 8 ½” by 11” format and one (1) electronic PDF copy of proposals on a CD. Sealed cost proposals are only required of firms short-listed for interviews. To assist the proposal evaluation process, please include tabs or sections corresponding to the items below:

RECOMMENDED DETAIL

1. Introductory Letter

This letter should be on company letterhead and addressed to the City project manager with a statement of the consultant's basic understanding of the City’s needs. The names, the business address, and telephone numbers of your firm’s principal responsible for executing the project’s agreement. Your information should describe the nature of the work and the line of authority of these individuals as they relate to this Project. If appropriate, contact information and qualifications of subconsultants that may participate on this Project.

2. Office location from which the work will be performed

Indicate the location of the office from which the contract will be managed and/or the majority of the key personnel assigned to the contract will be located. Locations of sub-consultant’s offices will be identified as well.

3. Qualifications and Experience of Firm and Key Team Members

Consultant will identify the project manager, other key individuals and their responsibilities, and provide resumes of these individuals. Include the expected amount of involvement (percentage) for each consultant team member. Include a listing of current work commitments to other projects or activities in sufficient detail to show that the organization and all of the individuals assigned to the contract will be available to complete the Project.

Describe the Consultant firm’s available resources and capability for actually undertaking and performing the work. Any changes in key personnel after the award of the contract must be approved by the City before the change is made.

Resumes of key personnel to be assigned to the Project should also be included with information on specific projects the individual has been involved with, demonstrating experience relevant to the Project.

Construction Manager / Resident Engineer shall:

Be familiar with local, state and federal safety provisions. Confidently direct contractor to implement appropriate safety measures.

Be fully versed with Caltrans LAPM Chapters 16 & 17. Have strong organizational skills. Have strong oral and written communication skills. Demonstrate experience with multiple projects of similar scope. Have experience with implementing quality assurance plan. Qualified SWPPP Practitioner (QSP) Certified.

WEST CAPITOL AVENUE ROAD REHABILITATION & SAFETY ENHANCEMENT PROJECT REQUEST FOR PROPOSAL

5

Construction Inspector shall: Be highly experienced with various pavement rehabilitation methods, and be able

to track/document material quantities daily. Have knowledge of traffic signal systems, including all components within the

control cabinet. Assist contractor with equipment testing and timing adjustments. Have knowledge of water pipeline installation, pressure testing and disinfection.

Inspect pipe placement including joint displacement, thrust restraints, service saddles, fire hydrant installations, etc.

Qualified SWPPP Practitioner (QSP) Certified

4. References

All key individuals listed in the organization chart should have at least three (3) professional references listed. References provided should be agency project managers on similar projects. References will be contacted as part of the selection process. References should include the contact name, title, company/organization, address, e-mail and phone number.

5. Project Understanding, Approach and Schedule

Describe your firm’s understanding of the Project and provide a clear statement of the general approach to be undertaken on the Project, including the level of effort required for the work proposed. Use tables to quantify percentage of commitment, subconsultants, equipment, and materials.

Consultant will prepare a detailed Scope of Services for the Project, detailing each of the items listed in Section III. Consultant is encouraged to include additional tasks and sub-tasks that it feels should be included to successfully complete the project. The City is interested in different cost-effective approaches to construct the Project efficiently.

The Consultant will be responsible for providing all services and work to complete the Project, including construction management, inspection, scheduling, materials testing, permit compliance and labor compliance. The final Scope of Services will be subject to negotiation.

6. Local Benefit Statement

Describe the local benefit to the West Sacramento community should your firm be selected. Local benefit may include but is not limited to expenditures made to local businesses, vendors, suppliers, labor or subcontractors used in support of the Project as well as fees or taxes paid to the City. For purposes of this section, a local vendor or service provider is one located within city limits and in possession of a West Sacramento business license. The local benefit statement provided will be considered as informational only to the City and will not be considered in the Consultant evaluation or selection process.

7. Conflict of Interest Statement

The prospective consultant will disclose any financial, business or other relationship with the City that may have an impact upon the outcome of this contract. The prospective consultant will also list current clients who may have a financial interest in the outcome of this contract or any City construction project that may follow.

8. Contract Information and Exceptions

The City intends to enter into a not-to-exceed Lump Sum contract with the selected firm. Consultant should address the acceptability of the terms and conditions for the Standard City of West Sacramento Contract for Services Agreement in Appendix B. Any proposed deviations and modifications to the agreement should be noted, with reasons given. Proposed contract changes will require City Attorney approval.

WEST CAPITOL AVENUE ROAD REHABILITATION & SAFETY ENHANCEMENT PROJECT REQUEST FOR PROPOSAL

6

Due to Federal funding for this project, Caltrans LAPM Exhibit 9-D was used to determine the Disadvantaged Business Enterprise (DBE) goal of 6%. City of West Sacramento would like to emphasize the importance of the DBE Program that requires certain information and forms to be submitted regarding all DBEs participation and utilization. The submittal of all DBE Program forms with the proposal is essential to the overall success of the project.

The consultant must meet the DBE goal by using DBEs as sub-consultants or document a good faith effort to meet the goal. If a DBE sub-consultant is unable to perform, with the City’s approval, the consultant must make a good faith effort to replace him/her with another DBE sub-consultant if the goal is not otherwise met.

If your DBE Commitment form 10-O1 shows that you have met the DBE goal, you should also be prepared to submit good faith efforts documentation within the specified time to protect your eligibility for award of contract/agreement in the event the Department finds that the DBE goal has not been met.

If you have not met the DBE goal, complete and submit the Good Faith Efforts documentation form (Exhibit 15-H), with the bid showing that you made adequate good faith efforts to meet the goal. Good faith efforts directed towards obtaining participation by ALL certified DBEs will be required. Failure to submit the required documentation within the time frame described above will render your proposal non-responsive. Good Faith Efforts documentation should be submitted with the proposal.

The following forms will be used as part of the initial evaluation.

Exhibit 10-B – Consultant Evaluation Sheet Exhibit 10-I – Notice to proposers Disadvantaged Business Enterprise Information Exhibit 10-O1 – Consultant Proposal DBE Commitment

The following forms must be submitted in separate sealed envelopes by all consultants with proposal Forms top qualified consultant will be opened after that consultant is selected.

Exhibit 10-H2 & 10-H3 – Cost Proposal Exhibit 10-K - Consultant Certification of Contract Costs/Financial Mgmt. System

The following forms must be submitted by selected consultant prior to contract execution:

Exhibit 10-O2 – Consultant Contract DBE Commitment Exhibit 10-Q - Disclosure of Lobbying Activities Exhibit 15-H – DBE Information – Good Faith Effort

Exhibits listed above is not inclusive of all required documentation. As stated previously, consultant must be familiar and comply with Caltrans LAPM requirements as it relates to consultants.

9. Insurance Requirements

The prospective consultant will provide a summary of the firm's current insurance coverage for comprehensive, general liability, professional liability, automotive liability and worker's compensation insurance. Indicate the limits of coverage on each policy. City required endorsements and minimum coverage limits must be provided at time of contract execution

WEST CAPITOL AVENUE ROAD REHABILITATION & SAFETY ENHANCEMENT PROJECT REQUEST FOR PROPOSAL

7

10. Supplemental Information

Alternate paving methods to improve schedule and quality of work. Use 95% plans to identify potential construction challenges. Use of this section is left to the Consultant’s discretion.

11. Cost Proposal and Fee schedule

The cost proposal should coincide with scope of services tasks and include all costs for which the Consultant expects to be compensated for, including all materials furnished and services provided. In addition, project cost should be summarized per Caltrans LAPM Exhibits 10-H2 & H3.

The City is interested in time efficient and cost-effective approaches to completing the services as promptly as possible. The City intends to issue a lump sum contract and the quoted price will constitute full and complete compensation for the services and materials provided as outlined above.

Five (5) copies of the cost proposal will be submitted by the short-listed firms or at the time of the consultant interview in separate, sealed envelopes. Format of the cost proposal will conform to requirements of the federal grant programs funding this Project.

The cost proposal will NOT be reviewed during the evaluation process. The cost proposal will only be opened and used in negotiating a contract with the top ranked consultant. After contract negotiations and award of contract, all unopened cost proposals will be returned to the consultants.

V. SELECTION PROCESS AND SCHEDULE

After receipt of all proposals, the City will conduct an evaluation of the written proposals and rank them accordingly. The evaluation panel reserves the right to select the top ranked firm. If interviews are indicated, short-listed consultants will be contacted. The selection committee will evaluate and rank the firms.

The City will then negotiate a contract which is reasonable and mutually agreeable to the City and the top ranked firm. If there are unresolved issues and negotiations are unsuccessful with the top ranked firm, negotiations with that firm will be formally terminated, and the City may attempt to negotiate an agreement with the next highest ranked firm.

Tentative Schedule

RFP Issued October 24, 2019

Deadline for Questions in Writing October 31, 2019

Pre-Proposal Meeting November 5, 2019 @ 10:00am

Response to Questions November 7, 2019

Deadline for Proposal Submittal November 14, 2019 by 3:00pm PST

Selection or Shortlist Notifications November 20, 2019

Consultant Interview & Selection Week of December 2, 2019

Contract Negotiations Week of December 9, 2019

City Council Award January 15, 2020

Notice to Proceed January 16, 2020

WEST CAPITOL AVENUE ROAD REHABILITATION & SAFETY ENHANCEMENT PROJECT REQUEST FOR PROPOSAL

8

VI. SELECTION CRITERIA

It is the intention of the City of West Sacramento to select a Consultant for this Project based on qualifications consistent with the Brooks Act. Selection will be based on criteria listed on LAPM Exhibit 10-B.

VII. INQUIRIES AND PRE-PROPOSAL MEETING

Questions should be made in writing and e-mailed by date indicated in Section V to Candido Ramirez at [email protected].

A pre-proposal meeting will be held on date/time in Section V at the West Sacramento City Hall Council Chambers at 1110 West Capitol Avenue, West Sacramento, CA, 95691. Attendance is not mandatory, but is highly recommended. The City will provide a brief project overview and address questions at the pre-proposal meeting. Follow up information and all responses will be posted at the same web link as this RFP by date indicated in Section V.

VIII. SUBMITTAL DEADLINE

The City must receive five (5) hardcopy sets of bound in an 8 ½” by 11” format and one (1) electronic PDF copy on a USB Flash Drive of proposals from interested firms no later than 3:00 p.m. local time November 14, 2019. Submitted as follows:

ATTN: Candido Ramirez, Project Manager City of West Sacramento Capital Projects & Transportation 1110 West Capitol Avenue, 1st Floor West Sacramento, CA 95691

WEST CAPITOL AVENUE ROAD REHABILITATION AND SAFETY ENHANCEMENT PROJECT REQUEST FOR PROPOSAL

 

APPENDIX A – PROJECT EXHIBITS

(Plans are posted separately, adjacent to this RFP)

 

APPENDIX B – CONTRACT FOR SERVICES

2019 March Model Contract for Services.DOCX

CONTRACT FOR SERVICES THIS CONTRACT is made on __________________, 20__, by and between the CITY OF WEST SACRAMENTO (“City”), and _______________________ (“Consultant”).

WITNESSETH: WHEREAS, the City [proposes][desires] _____________________________________ ____________________________________________________________________________; WHEREAS, the Consultant has presented a proposal for such services to the City, dated___________, 20__, (attached hereto as Exhibit “A”) and is duly licensed, qualified and experienced to perform those services; NOW, THEREFORE, the parties hereto mutually agree as follows: 1. SCOPE OF SERVICES:

A. Consultant shall do all work, attend all meetings, produce all reports and carry out all activities necessary to completion of the services described in [Exhibit “A”] OR [the Scope of Work, attached hereto and incorporated herein by this reference as Exhibit “__”.] This Contract and its exhibits shall be known as the “Contract Documents.” Terms set forth in any Contract Document shall be deemed to be incorporated in all Contract Documents as if set forth in full therein. In the event of conflict between terms contained in these Contract Documents, the more specific term shall control. If any portion of the Contract Documents shall be in conflict with any other portion, provisions contained in the Contract shall govern over conflicting provisions contained in the exhibits to the Contract.

B. Consultant enters into this Contract as an independent contractor and not as an employee of the City. The Consultant shall have no power or authority by this Contract to bind the City in any respect. Nothing in this Contract shall be construed to be inconsistent with this relationship or status. All employees, agents, contractors or subcontractors hired or retained by the Consultant are employees, agents, contractors or subcontractors of the Consultant and not of the City. The City shall not be obligated in any way to pay any wage claims or other claims made against Consultant by any such employees, agents, contractors or subcontractors, or any other person resulting from performance of this Contract.

C. The Consultant agrees it has satisfied itself by its own investigation and research regarding the conditions affecting the work to be done and labor and materials needed, and that its decision to execute this Contract is based on such independent investigation and research.

2. TERM OF CONTRACT

A. The services of Consultant are to commence upon [execution of this Contract by] OR [receipt of written notice to proceed from] the City, and shall be undertaken and completed in accordance with the Schedule of Performance attached hereto and incorporated herein by this reference as Exhibit “__.”

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 2

B. Consultant’s failure to complete work in accordance with the Schedule of Performance may result in delayed compensation as described in Section 3.

C. The City Manager or his or her designee may, by written instrument signed by the Parties, extend the duration of this Contract for [a period of _______] OR [a period equal to the original term of this Contract] in the manner provided in Section 5, provided that the extension does not require the payment of compensation in excess of the maximum compensation set forth in Section 3, Compensation.

3. COMPENSATION:

A. The Consultant shall be paid [monthly] [at the completion of services] for the actual fees, costs and expenses [for all time and materials required and expended, but in no event shall total compensation exceed _____________________________ ($____________), without City’s prior written approval]. Consultant's fees shall be as specified in the Schedule of Fees, which is attached hereto an incorporated herein as Exhibit "__".

B. Said amount shall be paid upon submittal of a [final] [monthly] [other] billing [showing completion of the tasks that month]. Consultant shall furnish City with invoices for all expenses as well as for all materials authorized by this Contract. The invoices shall be submitted with the [final] [monthly] [other] billings. If Consultant’s performance is not in conformity with the Schedule of Performance, payments may be delayed or denied, unless the Consultant’s failure to perform in conformity with the Schedule of Performance is a documented result of the City’s failure to conform with the Schedule of Performance, or if the Schedule of Performance is extended pursuant to Section 5.

C. If the work is halted at the request of the City, compensation shall be based upon the proportion that the work performed bears to the total work required by this Contract, subject to Section 4.

4. TERMINATION:

A. This Contract may be terminated by either party, provided that the other party is given not less than [_____] calendar days’ written notice (delivered by certified mail, return receipt requested) of intent to terminate. B. The City may temporarily suspend this Contract, at no additional cost to City, provided that the Consultant is given written notice (delivered by certified mail, return receipt requested) of temporary suspension. If City gives such notice of temporary suspension, Consultant shall immediately suspend its activities under this Contract. C. Notwithstanding any provisions of this Contract, Consultant shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of this Contract by Consultant, and the City may withhold any payments due to Consultant until such time as the exact amount of damages, if any, due the City from Consultant is determined.

D. In the event of termination, the Consultant shall be compensated as provided for in this Contract, except as provided in Section 4C. Upon termination, the City shall be entitled to all work, including but not limited to, appraisals, inventories, studies, analyses, drawings and data estimates performed to that date in accordance with Section 7 hereof.

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 3

5. AMENDMENTS, CHANGES OR MODIFICATIONS:

Amendments, changes or modifications in the terms of this Contract may be made at any

time by mutual written agreement between the parties hereto and shall be signed by the persons authorized to bind the parties hereto.

6. EXTENSIONS OF TIME:

Consultant may, for good cause, request extensions of time to perform the services required hereunder. Such extensions shall be authorized in advance by the City in writing and shall be incorporated in written amendments to this Contract or the attached Work Program in the manner provided in Section 5. 7. PROPERTY OF CITY:

A. It is mutually agreed that all materials prepared by the Consultant under this Contract shall become the property of the City, and the Consultant shall have no property right therein whatsoever. Immediately upon termination, the City shall be entitled to, and the Consultant shall deliver to the City, all data, drawings, specifications, reports, estimates, summaries and other such materials as may have been prepared or accumulated to date by the Consultant in performing this Contract which is not Consultant’s privileged information, as defined by law, or Consultant’s personnel information, along with all other property belonging exclusively to the City which is in the Consultant’s possession.

B. [Additionally, it is agreed that the parties intend this to be a contract for services and each considers the products and results of the services to be rendered by Consultant hereunder (the “Work”) to be a work made for hire. Consultant acknowledges and agrees that the Work (and all rights therein, including, without limitation, copyright) belongs to and shall be the sole and exclusive property of the City. The reuse of any of the materials or documents described in Paragraph 7.A by the City on any other project without the written permission of the Consultant, shall be at the City's sole risk and the City agrees to defend, indemnify and hold harmless the Consultant from all claims, damages and expenses, including attorney's fees, arising out of such unauthorized reuse by the City or by others acting through the City. The Consultant is not responsible and liability is waived by the City as against the Consultant for use by the City or any other person of any data, reports, plans or drawings not signed by the Consultant.] 8. COMPLIANCE WITH ALL LAWS:

A. Consultant shall comply with all applicable laws, ordinances, and codes of federal, State and local governments, and shall commit no trespass on any public or private property in performing any of the work authorized by this Contract. [It shall be City’s responsibility to obtain all rights of way and easements to enable Consultant to perform its services hereunder. Consultant shall assist City in providing the same.]

B. Consultant warrants to the City that it is licensed by all applicable governmental

bodies to perform this Contract and will remain so licensed throughout the progress of the Work, and that it has, and will have, throughout the progress of the Work, the necessary experience, skill and financial resources to enable it to perform this Contract.

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 4

FOR WORK SUBJECT TO PREVAILING WAGES [C. The work contemplated under

this Contract is a public work for the purposes of Labor Code section 1720, and is subject to the payment of prevailing wages. Accordingly, Consultant shall comply with the provisions of Exhibit "___".] 9. WARRANTIES AND RESPONSIBILITIES - CONSULTANT:

A. Consultant agrees and represents that it is qualified to properly provide the services set forth in Exhibit “__” in a manner which is consistent with the generally accepted standards of Consultant’s profession. B. Consultant agrees and represents that the work performed under this Contract shall be in accordance with applicable federal, State and local law in accordance with Section 17A hereof.

C. Consultant shall designate a project manager who at all times shall represent the Consultant before the City on all matters relating to this Contract. The project manager shall continue in such capacity unless and until he or she is removed at the request of the City, is no longer employed by Consultant, or is replaced with the written approval of the City, which approval shall not be unreasonably withheld. D. Consultant shall provide corrective services without charge to the City for services which fail to meet the above professional and legal standards and which are reported to Consultant in writing within sixty (60) days of discovery. Should Consultant fail or refuse to perform promptly its obligations, the City may render or undertake performance thereof and the Consultant shall be liable for any expenses thereby incurred.] 10. SUBCONTRACTING:

None of the services covered by this Contract shall be subcontracted without the prior written consent of the City, which will not be unreasonably withheld. Consultant shall be as fully responsible to the City for the negligent acts and omissions of its contractors and subcontractors, and of persons either directly or indirectly employed by them, as it is for the negligent acts and omissions of persons directly employed by Consultant. 11. ASSIGNABILITY:

Consultant shall not assign or transfer any interest in this Contract whether by assignment or novation, without the prior written consent of the City which will not be unreasonably withheld. However, claims for money due or to become due Consultant from the City under this Contract may be assigned to a financial institution, or to a trustee in bankruptcy, without such approval. Notice of any assignment or transfer whether voluntary or involuntary shall be furnished promptly to the City. 12. INTEREST IN CONTRACT:

Consultant covenants that neither it, nor any of its employees, agents, contractors, subcontractors has any interest, nor shall they acquire any interest, direct or indirect, in the subject of the Contract, nor any other interest which would conflict in any manner or degree with the

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 5

performance of its services hereunder. Consultant shall make all disclosures required by the City’s conflict of interest code in accordance with the category designated by the City, unless the City Manager determines in writing that Consultant’s duties are more limited in scope than is warranted by the category designated by the City code and that a narrower disclosure category should apply. Consultant also agrees to make disclosure in compliance with the City conflict of interest code if, at any time after the execution of this Contract, City determines and notifies Consultant in writing that Consultant’s duties under this Contract warrant greater disclosure by Consultant than was originally contemplated. Consultant shall make disclosures in the time, place and manner set forth in the conflict of interest code and as directed by the City. 13. MATERIALS CONFIDENTIAL:

All of the materials prepared or assembled by Consultant pursuant to performance of this Contract are confidential and Consultant agrees that they shall not be made available to any individual or organization without the prior written approval of the City, except by court order. 14. LIABILITY OF CONSULTANT-NEGLIGENCE:

Consultant shall be responsible for performing the work under this Contract in a manner which is consistent with the generally-accepted standards of the Consultant’s profession and shall be liable for its own negligence and the negligent acts of its employees, agents, contractors and subcontractors. The City shall have no right of control over the manner in which the work is to be done but only as to its outcome, and shall not be charged with the responsibility of preventing risk to Consultant or its employees, agents, contractors or subcontractors. 15. INDEMNITY AND LITIGATION COSTS:

Consultant shall protect, hold free and harmless, defend and indemnify the City, its consultants, and each of their officers, employees and agents, from any and all liability, penalties, costs, losses, damages, expenses, causes of action, claims or judgments, including attorney’s fees and expenses of litigation arising out of, pertaining to, or relating to the negligence, recklessness, or willful misconduct of the Consultant, its employees or anyone else employed by the Consultant in the performance of professional design services under this agreement, to the extent of the Consultant’s proportionate percentage of fault. To the extent permitted by Civil Code section 2782.8, for all other claims unrelated to the provision of professional design services, the Consultant shall protect, hold free and harmless, defend and indemnify the City, its consultants, and each of their officers, employees and agents, from any and all liability, penalties, costs, losses, damages, expenses, causes of action, claims or judgments, including attorney’s fees and expenses of litigation, which arise out of or are in any way connected with the Consultant’s, or its subcontractors’ or suppliers’, performance under this agreement or failure to comply with any of the obligations contained in the agreement. This indemnity shall imply no reciprocal right of the Consultant in any action on the agreement pursuant to California Civil Code section 1717 or section 1717.5. To the fullest extent legally permissible, this indemnity, defense and hold harmless agreement by the Consultant shall apply to any and all acts or omissions unrelated to the provision of professional design services, whether active or passive, on the part of the Consultant or its agents, employees, representatives, or subcontractor’s agents, employees and representatives, resulting in claim or liability, irrespective of whether or not any acts or omissions of the parties to be indemnified hereunder may also have been a contributing factor to the liability, except such loss or damage which was caused by the

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 6

active negligence, the sole negligence, or the willful misconduct of the City. 16. CONSULTANT TO PROVIDE INSURANCE:

A. Consultant shall not commence any work before obtaining, and shall maintain in force at all times during the duration and performance of this Contract, the policies of insurance specified in this Section. Such insurance must have the approval of the City as to limit, form, and amount, and shall be placed with insurers with a current A.M. Best’s rating of no less than A VII (an NR rating is acceptable for Worker’s Compensation insurance written with the State Compensation Insurance Fund of California).

B. Prior to execution of this Contract and prior to commencement of any work, the

Consultant shall furnish the City with certificates of insurance and copies of endorsements providing evidence of coverage for all policies required by the Contract. The Consultant and its contractors and subcontractors shall, at their expense, maintain in effect at all times during the performance of work under the Contract not less than the following coverage and limits of insurance, which shall be maintained with insurers and under forms of policy satisfactory to the City. The maintenance by Consultant and its contractors and subcontractors of the following coverage and limits of insurance is a material element of this Contract. The failure of Consultant or of any of its contractors or subcontractors to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of this Contract. Approval of the insurance by the City shall not relieve or decrease any liability of Consultant.

1. Worker’s Compensation and Employer’s Liability Insurance

a. Worker’s Compensation - Insurance to protect the Consultant, its contractors and subcontractors from all claims under Worker’s Compensation and Employer’s Liability Acts, including Longshoremen’s and Harbor Worker’s Act (“Acts”), if applicable. Such coverage shall be maintained, in type and amount, in strict compliance with all applicable state and Federal statutes and regulations. The Consultant shall execute a certificate in compliance with Labor Code Section 1861, on the form provided in the Contract Documents.

b. Consultant shall provide a Waiver of Subrogation endorsement in favor of the City, its officers, officials, employees, agents and volunteers for losses arising from work performed by the Consultant. 2. Commercial General Liability Insurance

a. The insurance shall be provided on form CG0001, or it’s equivalent, and shall include coverage for claims for bodily injury or property damage arising out of premises/operations, products/completed operations, contractual liability, and subconsultant’s work and personal and advertising injury resulting from actions, failures to act, or operations of the insured, or by its employees or agents, or by anyone directly or indirectly employed by the insured. The amount of insurance coverage shall not be less than [$1,000,000.00] per occurrence and [$2,000,000] general and products/completed operations aggregates.

b. The commercial general liability insurance shall also include the

following:

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 7

i. Endorsement equivalent to CG 2010 0714 naming the City,

its officers, officials, employees, agents, and volunteers as additional insureds. The endorsement shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees or volunteers.

ii. Endorsement stating insurance provided to the City shall be

primary as respects the City, its officers, officials, employees and any insurance or self insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant’s insurance and shall not contribute with it, to the payment or satisfaction of any defense expenses, loss, or judgment.

iii. Provision or endorsement stating that the Consultant’s

insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability.

3. Commercial Automobile Insurance

a. The insurance shall include, but shall not be limited to, coverage for

claims for bodily injury or property damage for owned, non-owned, and hired automobiles resulting from actions, failures to act, or operations of the insured, or by its employees or agents, or by anyone directly or indirectly employed by the insured. The amount of insurance coverage shall not be less than [$1,000,000.00] per accident.

b. The commercial automobile insurance shall include the same endorsements required for the commercial general liability policy (see Section 16.B.2.b).

4. Professional Liability. The Consultant and its contractors and

subcontractors shall secure and maintain in full force, during the term of this Contract and for five years thereafter, professional liability insurance policies appropriate to the respective professions and the work to be performed as specified in this Contract. The limits of such professional liability insurance coverage shall not be less than [$1,000,000] per claim. C. In addition to any other remedy the City may have, if Consultant fails to maintain

the insurance coverage as required in this Section, the City may obtain such insurance coverage as is not being maintained, in form and amount substantially the same as is required herein, and the City may deduct the cost of such insurance from any amounts due or which may become due Consultant under this Contract.

D. No policy required by this Contract shall be suspended, cancelled, terminated by

either party, or reduced in coverage or in limits unless Consultant has provided thirty (30) days prior written notice by certified mail, return receipt requested, to the City.

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 8

E. Any deductibles or self-insured retentions in excess of $10,000 must be declared to, and approved by, the City. F. The requirement as to types, limits, and the City’s approval of insurance coverage to be maintained by Consultant are not intended to, and shall not in any manner, limit or qualify the liabilities and obligations assumed by Consultant under the Contract.

17. MISCELLANEOUS PROVISIONS:

A. Consultant shall keep itself fully informed of, shall observe and comply with, and shall cause any and all persons, firms or corporations employed by it or under its control to observe and comply with, applicable federal, state, county and municipal laws, ordinances, regulations, orders and decrees which in any manner affect those engaged or employed on the work described by this Contract or the materials used or which in any way affect the conduct of the work.

B. Consultant shall not engage in unlawful employment discrimination. Such unlawful employment discrimination includes, but is not limited to, employment discrimination based upon a person’s race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, gender, citizenship, or sexual orientation.

C. Consultant shall maintain and make available for inspection by the City and its auditors accurate records of all of its costs, disbursements and receipts with respect to any work under this Contract. Such inspections may be made during regular office hours at any time until six (6) months after the final payments under this Contract are made to the Consultant.

D. This Contract constitutes the entire agreement between the parties relative to the services specified herein and no modification hereof shall be effective unless and until such modification is evidenced by a writing signed by both parties to this Contract. There are no understandings, agreements, conditions, representations, warranties or promises, with respect to this Contract, except those contained in or referred to in the writing.

E. All notices that are required to be given by one party to the other under this Contract shall be in writing and shall be deemed to have been given if delivered personally or enclosed in a properly addressed envelope and deposited in a United States Post Office for delivery by registered or certified mail addressed to the parties at the following addresses:

City: Consultant:

F. This Contract shall be interpreted and governed by the laws of the State of California.

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 9

G. Any action arising out of this Contract shall be brought and maintained in Yolo County California, regardless of where else venue may lie.

H. In any action brought by either party to enforce the terms of this Contract, each party shall be bear responsibility for its attorney’s fees and all costs regardless of whether one party is determined to be the prevailing party.

[Signatures on following page]

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 10

CITY OF WEST SACRAMENTO By: __________________________ Aaron Laurel, City Manager ATTEST: By: _______________________ Kryss Rankin, City Clerk APPROVED AS TO FORM: By: _______________________ Jeffrey Mitchell, City Attorney CONSULTANT By: _________________________ Title:

2019 March Model Contract for Services.DOCX

EXHIBIT A

Consultant Proposal/Scope of Work

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 2

EXHIBIT B

Schedule of Performance

Contract for Services Insert Contractors Name here Insert Date of contract

2019 March Model Contract for Services.DOCX 3

EXHIBIT C

Schedule of Fees

2019 March Model Contract for Services.DOCX

EXHIBIT D

CERTIFICATE OF COMPLIANCE WITH LABOR CODE § 3700 [Labor Code § 1861]

I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. CONSULTANTS By: [Title]

2019 March Model Contract for Services.DOCX 2

EXHIBIT E

LABOR COMPLIANCE

1. PREVAILING WAGE

A. The Work contemplated herein constitutes a public work within the meaning of Labor Code sections 1720 and 1771. It shall be mandatory upon the Consultant and upon any Subcontractor, to pay not less than the said specified prevailing rates of wages to all workers employed by them under the Contract in accordance with Labor Code section 1774. The Director of the Department of Industrial Relations ("DIR") of the State of California has determined the general prevailing rate of wages of per diem wages in the locality in which the work is to be performed for each craft or type of worker needed to execute the Contract. The Consultant acknowledges that it has examined the prevailing rate of per diem wages as established by the DIR. Copies of the current schedules for prevailing wages are on file at City Hall, and the contents of those schedules are incorporated herein as if set forth in full. The Consultant shall post a copy of the applicable prevailing wage determinations at each job site, along with any other work place posters required by law.

B. The City will not recognize any claims for additional compensation because of the payment of prevailing wages. The possibility of wage increases is one of the elements to be considered by the Consultant in determining its proposal, and will not under any circumstances be considered as the basis of a claim against the City.

C. By executing this Contract Consultant warrants that it has registered with the Department of Industrial Relations in accordance with Labor Code section 1725.5.

2. PREVAILING WAGE RECORDS

A. The Consultant and each subcontractor shall keep an accurate payroll record which shows the name, address, social security number, correct work classification (in accordance with the wage decision), both straight and overtime worked each day and week, and hourly rate of pay, gross wages earned, deductions made and net wages paid to each journeyman, apprentice, worker or other employee paid by the Consultant /subcontractor in connection with the Work. These payroll records shall be certified and shall be made available at Consultant's principal office. These records shall be maintained during the course of the Work. The Consultant and all subcontractors shall make the certified payroll records available for inspection by City representatives upon request and shall permit such representatives to interview employees during the work hours on the job site.

B. The City shall notify the Consultant in writing of any discrepancies or violations that are discovered during such inspections. Written notification pursuant to this Section shall include the actions that will be necessary to resolve the discrepancies and/or violations. The Consultant shall be held entirely responsible for the prompt resolution of all non-compliances with the prevailing wage laws, including those pertaining to all subcontractors and any lower-tier subcontractors. The Consultant shall forfeit as penalty to the City the amount specified by law for each calendar day or portion thereof for each worker (whether employed by the Consultant or any subcontractor) paid less than the stipulated prevailing rates for any work done under the Contract in violation of the provisions of the Labor Code and in particular, Section 1775.

C. To the extent applicable, Consultant and subcontractors shall maintain and furnish to the Department of Industrial Relations ("DIR"), a certified copy of each weekly payroll (but no

2019 March Model Contract for Services.DOCX 3

less often than monthly), with a statement of compliance signed under penalty of perjury. Such certified payroll reports shall be transmitted electronically to the DIR.

D. The City will not recognize any claims for additional compensation because of the payment of the prevailing wages. The possibility of wage increases is one of the elements to be considered by the Consultant in entering into the Contract, and will not under any circumstances, other than delays caused by the City, or the City’s agents, be considered as the basis of a claim against the City. 3. Labor Discrimination

Attention is directed to Section 1735 of the Labor Code, which reads as follows:

“No discrimination shall be made in the employment of persons upon public works because of their race, color, national origin or ancestry, physical handicap, mental condition, marital status, or sex of such person, except as provided in Section 12940 of the Government Code, and every General Contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter.”

4 Eight-Hour Day Limitation

(a) In accordance with the provisions of the Labor Code, and in particular, Sections 1810 to 1815 thereof, inclusive, incorporated herein by reference, eight hours labor shall constitute a day's work, and no worker in the employ of Consultant, or any Subcontractor, doing or contracting to do any part of the work contemplated by the Contract, shall be required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of those provisions; provided that subject to Labor Code Section 1815, a worker may perform work in excess of either eight (8) hours per day or forty (40) hours during any one week upon compensation for all hours worked in excess of eight (8) hours per day or forty (40) hours during any one week at not less than one and one-half times the basic rate of pay.

(b) The Consultant and each Subcontractor shall also keep an accurate record showing the names and actual hours worked of all workers employed by them in connection with the Contract. This record shall be open at all reasonable hours to the inspection of the City. It is hereby further agreed that, except as provided in (a) above, the Consultant shall forfeit as a penalty to the City the sum of twenty-five dollars ($25) for each worker employed in the performance of the Contract by the Consultant or by any of its Subcontractors for each calendar day during which such worker is required or permitted to labor more than eight (8) hours in and one calendar day and forty (40) hours in any one calendar week in violation of Sections 1810 through 1815.

5. Compliance with State Requirements for Employment of Apprentices

(a) The Consultant's attention is directed to Section 1777.5 of the Labor Code. Provisions of said Section pertaining to employment of registered apprentices are hereby incorporated by reference into this Contract. As applicable, the Consultant or any Subcontractor employed by the Consultant in the performance of this Contract shall take such actions as necessary to comply with the provisions of Section 1777.5.

2019 March Model Contract for Services.DOCX

Consultant Questionnaire

Definition of a Consultant is found in Section 18702 of Regulations of the Fair Political Practices Commission, Title 2, division 6 of the

California Code of Regulations.

Consultants, as defined by Section 18701, are required to file an Economic Interest

Statement (Form 700) within 30 days of signing a Consultant Agreement with the City, on an annual basis thereafter if the contract is still in place, and within 30 days of completion of the contract.

Company Name ________________________________________________________________________ (Agreement Date) Name of Consultant*______________________________________________________________________ (First Name) (Middle Initial) (Last Name) Company address_______________________________________ Phone__________________________ City, State, Zip___________________________________________________________________________ Contracting City Dept._____________________________________________________________________ Estimated Date of Project Completion__________________________________ A. Will consultant make governmental decision whether to

1. Approve a rate, rule, or regulation? Yes □ No □ 2. Adopt or enforce a law? Yes □ No □ 3. Issue, deny, suspend, or revoke any permit, license, Yes □ No □

application, certificate, approval, order, or similar authorization or entitlement?

4. Authorize the agency to enter into, modify, or renew a Yes □ No □ contract provided it is the type of contract which requires agency approval?

5. Grant agency approval to a contract which requires Yes □ No □ agency approval and in which the agency is a party or to the specifications for such a contract?

6. Grant agency approval to a plan, design, report, Yes □ No □ study, or similar item?

7. Adopt, or grant agency approval of, policies, standards, Yes □ No □ or guidelines for the agency, or for any subdivision thereof?

B. Will the consultant serve in a staff capacity with the City and in Yes □ No □ that capacity perform the same or substantially all the same duties for the City that would otherwise be performed by an individual holding a position specified in the City’s Conflict of Interest Code? Will consultant manage public investments? Yes □ No □

____________________________________________ _____________________________ Name of City Staff Person Completing Questionnaire Date *If other individuals will be working on the contract, a form should be completed for each person to determine filing obligation

2019 March Model Contract for Services.DOCX

APPENDIX C – CALTRANS LAPM EXHIBITS

EXHIBIT 10-B

EXHIBIT 10-I

EXHIBIT 10-O1

 

Local Assistance Procedures Manual EXHIBIT 10-B Suggested Consultant Evaluation Sheet

EXHIBIT 10-B SUGGESTED CONSULTANT EVALUATION SHEET *

CONSULTANT/FIRM NAME:

Criteria Max Points Rating

Understanding of the work to be done 25

Experience with similar kinds of work 20

Quality of staff for work to be done 15

Capability of developing innovative or advanced techniques 10

Familiarity with state and federal procedures 10

Financial responsibility 10

Demonstrated Technical Ability 10

Total 100

Evaluator Contract Office

Print Name: Initials:

Signature: Date:

Date:

*Notes:

1. To maintain the integrity of a competitive negotiation/qualifications based selection procurement, the total of all allowable non-qualifications based evaluation criterion (such as local presence or DBE participation) cannot exceed ten (10) percent of the total evaluation criteria. The ten percent limitation applies only to non-qualifications based evaluation criterion and should not be considered as a limitation for specific DBE contract goals established by a contracting agency in accordance with its approved DBE program. (see http://www.fhwa.dot.gov/programadmin/172qa_07.cfm).

2. For projects other than “Architectural & Engineering” services, as defined in Section 10.1, cost is one of the criteria, or may be the sole criterion. DBE participation by the consultant shall not be used as one of the criteria listed above.

3. The evaluation criteria and suggested maximum points shown above are not mandatory, but are recommended in the interest of maintaining consistency among the hundreds of agencies utilizing federal or state funds.

4. The evaluation criteria and weighted values must be identified in the RFP. If the RFP has different evaluation criteria or weighted values then the information above would have to be changed to match. The Contract Office is to initial and date in the space provided to verify that the criteria and weighted values used in the evaluation sheet are appropriate and that the sheet has been completed correctly.

5. Caltrans participation on the interview panel does not relieve the local agency of its responsibility to ensure that proper procurement procedures are followed and requirements are met.

Distribution: Local Agency Project Files

Page 1 of 1

Last Updated February 12, 2015

Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information

Page 1 of 3 LPP 13-01 January, 2018

EXHIBIT 10-I NOTICE TO PROPOSERS DBE INFORMATION

The Agency has established a DBE goal for this Contract of ____________%

OR

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 “Agreement” also means “Contract.”

• Agency also means the local entity entering into this contract with the Contractor or Consultant.

• The term “Small Business” or “SB” is as defined in 49 CFR 26.65.

2. AUTHORITY AND RESPONSIBILITY

A. DBEs and other small businesses are strongly encouraged to participate in the performance of Contracts financed in whole or in part with federal funds (See 49 CFR 26, “Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs”). The Consultant must ensure that DBEs and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance. The proposer must not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts.

B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs.

3. SUBMISSION OF DBE INFORMATION

If there is a DBE goal on the contract, Exhibit 10-O1 Consultant Proposal DBE Commitment must be included in the Request for Proposal. In order for a proposer to be considered responsible and responsive, the proposer must make good faith efforts to meet the goal established for the contract. If the goal is not met, the proposer must document adequate good faith efforts. All DBE participation will be counted towards the contract goal; therefore, all DBE participation shall be collected and reported.

Exhibit 10-O2 Consultant Contract DBE Information must be included with the Request for Proposal. Even if no DBE participation will be reported, the successful proposer must execute and return the form.

4. DBE PARTICIPATION GENERAL INFORMATION

It is the proposer’s responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Department’s DBE program developed pursuant to the regulations. Particular attention is directed to the following:

A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP).

Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information

Page 2 of 3 LPP 13-01 January, 2018

B. A certified DBE may participate as a prime consultant, subconsultant, joint venture partner, as a vendor of material or supplies, or as a trucking company.

C. A DBE proposer not proposing as a joint venture with a non-DBE, will be required to document one or a combination of the following:

1. The proposer is a DBE and will meet the goal by performing work with its own forces.

2. The proposer will meet the goal through work performed by DBE subconsultants, suppliers or trucking companies.

3. The proposer, prior to proposing, made adequate good faith efforts to meet the goal.

D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest.

E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work.

F. The proposer shall list only one subconsultant for each portion of work as defined in their proposal and all DBE subconsultants should be listed in the bid/cost proposal list of subconsultants.

G. A prime consultant who is a certified DBE is eligible to claim all of the work in the Contract toward the DBE participation except that portion of the work to be performed by non-DBE subconsultants.

5. RESOURCES

A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If you believe a firm is certified that cannot be located on the database, please contact the Caltrans Office of Certification toll free number 1-866-810-6346 for assistance.

B. Access the CUCP database from the Department of Transportation, Office of Business and Economic Opportunity Web site at: http://www.dot.ca.gov/hq/bep/.

1. Click on the link titled Disadvantaged Business Enterprise;

2. Click on Search for a DBE Firm link;

3. Click on Access to the DBE Query Form located on the first line in the center of the page.

Searches can be performed by one or more criteria. Follow instructions on the screen.

6. MATERIALS OR SUPPLIES PURCHASED FROM DBES COUNT TOWARDS THE DBE GOAL UNDER THE FOLLOWING CONDITIONS:

A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications.

B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the

Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information

Page 3 of 3 LPP 13-01 January, 2018

purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section.

C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers’ own distribution equipment shall be, by a long-term lease agreement and not an ad hoc or Agreement-by-Agreement basis. Packagers, brokers, manufacturers’ representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section.

D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services.

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

EXHIBIT 10-O1 CONSULTANT PROPOSAL DBE COMMITMENT

1. Local Agency: 2. Contract DBE Goal:

3. Project Description:

4. Project Location:

5. Consultant's Name: 6. Prime Certified DBE:

7. Description of Work, Service, or Materials Supplied

8. DBE Certification

Number 10. DBE %

%

Local Agency to Complete this Section

17. Local Agency Contract Number:

18. Federal-Aid Project Number:

19. Proposed Contract Execution Date:

20. Consultant’s Ranking after Evaluation: __________________________

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate.

9. DBE Contact Information

11. TOTAL CLAIMED DBE PARTICIPATION

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

12. Preparer's Signature 13. Date

14. Preparer's Name 15. Phone

16. Preparer's Title

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

ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

LPP 18-01 Page 1 of 2 January 2019

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS – CONSULTANT PROPOSAL DBE COMMITMENT

CONSULTANT SECTION

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

LOCAL AGENCY SECTION

17. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 18. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 19. Proposed Contract Execution Date - Enter the proposed contract execution date. 20. Consultant’s Ranking after Evaluation – Enter consultant’s ranking after all submittals/consultants are evaluated. Use this as a quick comparison for evaluating most qualified consultant. 21. Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 22. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 23. Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the consultant’s DBE commitment form. 24. Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form. 25. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the consultant’s DBE commitment form.

LPP 18-01 Page 2 of 2 January 2019