HomeMy WebLinkAboutAgenda Report - March 2, 2016 C-07TM
CITY OF LODI
COUNCIL COMMUNICATION
Cen7
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Terracon, of Lodi, for Construction Testing and Inspection
Services ($574,610), and Amendment No. 1 to Professional Services Agreement
with Michael Baker International, Inc., of Rancho Cordova, for Labor Compliance
Monitoring ($24,000), for Grade Separation Harney Lane at Union Pacific
Railroad Overhead Project
MEETING DATE: March 2, 2016
PREPARED BY: Interim Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement with Terracon, of Lodi, for construction testing
and inspection services, in the amount of $574,610, and
Amendment No. 1 to Professional Services Agreement with Michael Baker International, Inc., of Rancho
Cordova, for labor compliance monitoring, in the amount of $24,000, for Grade Separation Harney Lane
at Union Pacific Railroad Overhead Project.
BACKGROUND INFORMATION: At the November 18, 2015 City Council meeting, Council
awarded DeSilva Gates Construction, LP, of Dublin, a contract
for construction of the Grade Separation Harney Lane at Union
Pacific Railroad Overhead Project (Project). Due to the complex nature of the Project, consultants
possessing specialized expertise are needed to monitor certain portions of the construction process.
The Project requires construction of large overhead structures made of concrete and steel. Special
inspections and materials testing of these structures is needed to assure the construction is properly
performed. City staff recently solicited proposals for testing and inspection services from three
qualified firms. Three proposals were received and evaluated by a selection committee made up of
the Interim Public Works Director, the Interim City Engineer/Deputy Public Works Director, and the
Construction Project Manager. Terracon received the highest ranking and was selected to perform
the required testing and inspection services during construction. Services will be billed on a
not -to -exceed, time -and -materials basis.
This Project will require substantial labor compliance monitoring and reporting. Labor compliance
monitoring and reporting is required on all federally funded projects. The service includes tracking all
employee payroll documents as well as performing on site interviews with employees to confirm
wages and benefits are in accordance with prevailing wage determinations. Michael Baker
International, Inc., currently provides labor compliance services to the Public Works Transit and
Neighborhood Services Divisions. Amendment No. 1 expands the existing Professional Services
Agreement to provide labor compliance services related to project funding requirements for the
Project. Services will be billed on a not -to -exceed, time -and -materials basis.
APPROVED:c--T'f\
\?
Stephen SchwabaiPer, City Manager
K:\WP\PROJECTS\STREETS\HarneyGradeSeparation\Project\CAward HLGS Terracon Baker PSA doc
2/22/2016
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Terracon, of Lodi, for Construction Testing and Inspection Services
($574,610), and Amendment No 1 to Professional Services Agreement with Michael Baker International, Inc., of Rancho Cordova, for Labor Compliance
Monitoring ($24,000), for Grade Separation Harney Lane at Union Pacific Railroad Overhead Project
March 2, 2016
Page 2
Both of these services will be required during the course of construction. Minor clearing and grubbing
work has started and actual construction is anticipated to begin in April 2016. Project completion is
expected in October 2017.
FISCAL IMPACT: Not applicable.
FUNDING AVAILABLE: Funding for these items was appropriated on November 18, 2015.
(30799000.77020)
Jord ri Ayers
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Interim Public Works Director
CES/GW/tdb
Attachments
cc: Gary Wiman, Construction Project Manager
Terracon
Michael Baker International, Inc.
K:\WP\PROJECTS\STREETS\HarneyGradeSeparation\Project\CAward HLGS Terracon Baker PSA.doc 2/22/2016
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2016, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and TERRACON
(hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for construction
testing and inspection services (hereinafter "Project") as set forth in the Scope of
Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to
provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on April 1, 2016 and terminates upon
the completion of the Scope of Services or on March 31, 2018, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three -(3) -years -after- final -payment -under -this -Agreement,
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employeeshall -bepersonally--responsible for --any liability- arising_ under -this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Gary Wiman
To CONTRACTOR: Terracon
902 Industrial Way
Lodi, CA 95240
Attn: Troy M. Schiess
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose -for -which -they -were- intended.
7
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
CITY OF LODI, a municipal corporation
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: TERRACON
JANICE D. MAGDICH, City Attorney
By: By:
Name: Troy M. Schiess
Title: Materials Department Manager
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: PWST-0009.Const.ExtLabor 30799000.77020
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2016\Terracon HLGS.doc
CA:Rev.01.2015
8
Grade Separation Harney Lane at UPRR Overhead Project
Terracon
Scope of Services
Exhibit A
Provide Construction Testing and Inspection Services as stated in the Request For
Proposal dated 10/21/15, the construction contract documents and CALTRANS
requirements.
2/5/2013
CITY OF LODI
DEPARTMENT OF PUBLIC WORKS
REQUEST FOR PROPOSALS
for
Construction Testing and Inspection Services
for the
GRADE SEPARATION HARNEY LANE at UPRR OVERHEAD
PROJECT
Federal ID #STPL-5154 (040)
Please Submit Proposals to:
City of Lodi
Public Works Department
P.O. Box 3006
(221 West Pine Street)
Lodi, CA 95241 (95240)
Attn: Gary R. Wiman, Construction Project Manager
Deadline for Submittal of Proposals
No later than 5:00 n.m. on Friday, November 20. 2015
TABLE OF CONTENTS
Section Pon
Introduction 2
PART A Information 6
PART B Pricing Form 11
PART C Scope of Services 16
Evaluation Criteria 19
Attachments 21
1. Sample Contract with Indemnification and Insurance Requirements
2. Required Federal Form Submittals
3. Forms Required upon Execution of Agreement
4. Specification Section 01400 - Quality Control
5. Specification Section 01410 — Testing
6. Request and Approval for Testing Services (Form)
7. Detail Breakdown (Billing Report)
1
ICAWPWROJECIMSTREETNIarneyGratteSeparationTrojectWianiey Lane Grade Separation TI RPP 10-21-15.doc
INTRODUCTION
Harney Lane is a two-lane east -west urban collector near the City of Lodi's southem city limit.
It intersects the Union Pacific Railroad approximately 3/4 miles west of State Route 99. The City
of Lodi recently adopted a Specific Plan for Harney Lane which reclassified it as a four -lane
divided expressway. The City of Lodi is also planning several improvement projects along the
Harney Lane corridor between Lower Sacramento Road to the west and State Route 99 to the
east. This combined with the improvements to Harney Lane at State Route 99 that were recently
constructed will increase the usage of Harney Lane. Keeping the existing at -grade railroad
crossing along Harney Lane would cause significant traffic congestion, with a compound effect
on surrounding intersections and the State Route 99/ Harney Lane interchange. The construction
of a railroad grade separation at this location will be an integral piece of the planned
improvements to Harney Lane.
The City of Lodi ("City") is soliciting sealed proposals from qualified firms to provide
Construction Testing and Inspection Services for the Grade Separation Harney Lane at UPRR
Overhead Project. The Scope of Services shall include, but is not limited to: the furnishing of
quality assurance testing, laboratory and related inspection services during the construction. This work
will include all coordination with the City of Lodi, Caltrans, Design Engineers and contractor.
The purpose of this procurement is to select the most qualified firm to enter into a contract with
the City to provide Constriction Testing and Inspection Services for construction of the Grade
Separation Harney Lane at UPRR Overhead Project.
The City is seeking consultants with previous experience in grade separation project work, depth
of resources, and sensitivity to the local and regulatory issues. Firms should have knowledge of
the City's Standard Plans and Design Standards, as well as knowledge of the BNSF/UPRR
Guidelines for Railroad Grade Separation Projects, AASHTO Design Guidelines, Caltrans
Highway Design Manual, Caltrans Bridge Design Manuals, Caltrans Standard Plans, and
Caltrans Standard Specifications.
RFP documents package can be obtained via email by requesting them at either
gwiman@lodi.gov or Pwdepttlodi.gov. A PDF file of the RFP will be emailed
SCHEDULE
The City has established the following dates for this RFP:
RFP released
Proposals due
Proposals evaluated by review team
Interviews of short-listed firms (if necessary)
Award recommendation to City Council
Contract Execution/Work Commences
October 22, 2015
November 20, 2015
November 23- December 10, 2015
December 15, 2015
January 20, 2016
February 1, 2016
This schedule is subject to change and can be affected by various intervening events.
PREVAILING WAGE REQUIREMENTS
The services described herein are considered "public works" as defined by California Labor
Code Section 1720 et seq. Any Consultant awarded a contract as the result of this RFP shall be
responsible for compliance with all applicable prevailing wage laws, as well as any and all
2
K:\wP\PROJECcS STREE S1HeraeyaradcSeparadanWrojecdHemey lane Grade Separation TI RFP 1 O-21-15.doc
applicable state or federal wage laws, for services under the Consultant's contract.
PROPOSAL FORMAT
Each response to this RFP shall include the information described in this section. Provide the
information in the order specified and use tabs to identify the different sections of your proposal.
Failure to include all of the elements specified may be cause for rejection. Additional
information may be provided but should be succinct and relevant to the goals of this RFP.
Excessive information will not be considered favorably. Document pages shall be 8-1/2 inches
by 11 inches in size or folded to such a size. Proposals shall have a maximum of 30 pages, not
including the cover letter, index and resumes, and shall contain the following elements, in the
order given:
Cover Letter with the following information:
1. Title of this Request for Proposal
2. Name and mailing address of firm (include physical location if mailing address is a P.O.
Box)
3. Contact person, telephone number, fax number and e-mail address
4. A statement that the submitting firm will perform the services as described in the Scope of
Work.
5. Acknowledgement that all proposals may be considered public information. Subsequent to
award of this RFP, all or part of any submittal may be released to any person or firm who
may request it. Therefore, proposers shall specify in their Cover Letter if any portion of their
submittal should be treated as proprietary and not releasable as public information.
Proposers should be aware that all such requests may be subject to legal review and
challenge. Note: Cost proposals shall be treated as proprietary and shall not be released
as public information.
Signatory Requirements - The Cover Letter must be signed by an officer empowered by the
proposing firm to sign such material and thereby commit the proposing firm to the obligations
contained in the RFP response. Further, the signing and submission of a response shall indicate
the intention of the proposer to adhere to the provisions described in this RFP and a commitment
to enter into a binding contract.
• Proposals which are submitted on behalf of a Corporation shall have the correct corporate
name thereon and the actual signature of the authorized officer of the corporation written (not
typed) below the corporate name. The title of the office held by the person signing for the
corporation shall appear below the signature of the officer.
• Proposals which are submitted by an individual doing business under a firm name (" dba")
shall be signed in the name of the individual doing business under the proper firm name and
style.
PROPOSAL SUBMITTAL INSTRUCTIONS
• One (1) original and three (3) copies of your Proposal and one (1) copy of your
Cost -Proposal in a -separate sealed envelope, shalLbe_receivedby the_City of Lodi
Public Woks Department not later than -the -date an the cover
3
KAWFAPROJECISASTREEralameYeradacParationTroiecallarn67 Lane Grade Separation Tl RFP 10-21-15.doa
page of this RFP. Faxed and/or emailed proposals shall not be accepted. All
proposals shall be submitted in a sealed envelope or container, and clearly marked
with the RFP title.
• Proposals must be submitted ONLY to:
City of Lodi Public Works Department
Attn: Gary R. Wiman, Construction Project Manager
P.O. Box 3006
(221 West Pine Street)
Lodi, CA 95241-1910 (95240)
• Late proposals will not be accepted or considered. The City of Lodi shall not be
responsible for proposals delivered to a person or location other than that
specified in this RFP.
• All proposals, whether selected or rejected, shall become the property of the City
of Lodi and will not be returned.
• All costs associated with proposal preparation shall be borne by the proposer.
• All proposals shall remain firm for one hundred eighty (180) days following the
closing date for the receipt of proposals.
The Project Location is identified in the project location map included herein as Figure 1.
4
KAWMPROJECTSASTREETSWarneyOradeSeparaliedtProjectliarney Lane Grade SeparMian TI RFP 10-21-t5.dac
Figure 1
Vicinity Map
Grade Separation: Harney Lane at Union Padflc Railroad
wt,odbad i wooaenata eao
Nofl1
Mame iVoO dhtaxed
Woodat Ole t
..d 141116
Lad flit Paq4 L_
= aI
kir Lemma IN
W leo et W Einar
1.444/1410 Path
1 w
tit weave
Lodi
(EDa Begawan La WW/Mmaf tw a Krol""'"n t"
LOOMrpMk
S. Plow
— W Koper
Project gram
Magma MI M..is.sand
•
5
W..Wwpaya
vitae AO 12
ChMeN•
Ventovi Para
a Hoag Lw
E LIM OM RA
KAWPWROJECTS1STRERTSITIanteyaradeSeparationWrojeediarney Lone Grade Separation TI RFP 10-21-15.doe
1
It Maw la
PART A
Information
SECTION 1. NOTICE
Notice is hereby given that the City of Lodi will receive Qualification Statements and Pricing
Proposals for the furnishing of quality assurance testing, laboratory and related inspection services
during the construction of the Grade Separation Harney Lane at UPRR Overhead Project. Each firm is
requested to provide a proposal consisting of two sealed envelopes, one marked "QUALIFICATIONS"
and the other marked "RFP PRICING PROPOSAL". Questions regarding this proposal and scope of
work should be directed to Gary R. Wiman, Project Manager, at (209) 333-6706. Qualifications and
Proposals are due by 5:00 pm. on Friday, November 20, 2015.
The Grade Separation Harney Lane at UPRR Overhead Project will be Federally funded,
any Consultant awarded the contract must work with the City to be sure all required forms,
certifications, licenses and documentation is cohesive with the timing and requirements as set
forth in the Federal funding guidelines.
RFP Documents. RFP documents package can be obtained via email by requesting them at either
gwiman@lodi.gov or Pwdept@lodi.gov. A PDF file of the RFP will be emailed.
SECTION 2. PROJECT SCOPE
Projects contemplated tinder this agreement include the Grade Separation Harney Lane at UPRR Overhead
Project, including the construction of a new three -span, cast in place, post tensioned concrete box
girder approximately 248 feet long and 88 feet wide to grade separate Harney Lane at the Union
Pacific Rail Road track. Work includes signal modifications (temporary & permanent), drainage
and utility installation, street lighting, landscaping, construction of raised medians, curb gutter
and sidewalk, and other incidental and related work, in accordance with Plans and Specifications
for Grade Separation Harney Lane at UPRR Overhead Project. The project plans (drawings) and
specifications and working details and other contract documents are on file with the Director of Public
Works, City Hall, 221 West Pine Street, Lodi.
Construction is expected to begin in February 2016, and last for approximately 18 months.
Be advised that the City may elect to use the testing firm on other City construction projects during
this time. Selected firm will be required to honor pricing submitted as a part of this proposal.
SECTION 3. OUALIFICATION CONSULTANT
The Consultant is required to demonstrate an ability to perform with a high level of expertise in order to
be found qualified. Failure to submit such information will result in the rejection of the proposal. The
following information must be submitted by the Consultant in a separately sealed envelope marked
"QUALIFICATION". No pricing information will be included with the Qualification, but will be
provided in a second separately sealed envelope marked "RFP PRICING PROPOSAL".
1. Information demonstrating adequate financial resources to perform the contract or the ability
to obtain them as required for performance (example being a copy of the company financial
statement).
2. Information demonstrating ability to meet the performance schedule of the contract as
compared with other business commitments. Include a listing of all ongoing and planned
work in addition to the Grade Separation Harney Lane at UPRR Overhead Project. List
current number of employed field staff at the Office serving this project.
6
KAWMPROJECTS \STREETS WameyOradeSeparationTroject1Hamey lane (rade Sedation TI RFP 10-21-15.doc
3. Information demonstrating a satisfactory record of professionalism and performance. The
Consultant will provide information answering the following questions:
a. Has the Consultant ever been terminated for default? Explain.
b. Has the Consultant provided testing services of similar scale and scope (list
three or more equivalent projects within the last ten years)?
c. Has a Caltrans approved testing laboratory (Soils, concrete and Asphalt) within
100 miles of the project. Provide date of last inspection by Caltrans.
d. Has a current AMRL certification?
e. Is the Consultant recognized by the ICC Joint Committee on Special Inspection?
f. Who are the designated supervising staffP.E. and Project Manager? Provide
resumes and an organizational chart showing all staffthat will work on the
project.
g. Provide resumes of currently employed certified (ICC, RCI, AWS,
CALTRANS, etc.) staff inspectors who may be assigned to this project.
5. Information demonstrating a satisfactory record of integrity. Provide a list of client reference
names, telephone numbers, and applicable projects.
6. Information demonstrating they have the necessary construction and technical equipment and
facilities or ability to obtain them. List laboratory location where work for this project will be
administered. List laboratory location where materials for this project will be tested.
SCOPE OF WORK
The Consultant shall have the ability to deliver a wide range of services including, but not
limited to: Construction Inspection, testing and laboratory testing as required by the contract
documents, building codes, Caltrans and funding sources. The Consultant will report to and
assist the Construction Project Manager, who will act as the Resident Engineer for this project.
A sample contract is provided as Attachment 1.
Listed below are tasks the consultant is expected to incorporate in the proposed scope of
services. It is not intended that the tasks included below comprise a comprehensive list or are the
only tasks required for this project. Each consultant firm should, based on its expertise, develop
a comprehensive and detailed scope of services necessary to complete the deliverables listed in
this section of the RFP.
Table of Contents of material included in the proposal - This index must include a clear
definition of the material and be identified by sequential page numbers.
Organization Chart - Provide your firm's organization chart designating specific staff members
to be assigned to this contract. Include the firth's organizational structure and size variation of
employees in the past five years. Also provide a project -specific organizational chart identifying
services which would be completed by your firm's staff and those provided by subconsultants.
Experience of Firm and References - Provide a summary of the firm's experience with similar
projects, including the date and a brief description of the project. The description is to include, at
a minimum, an outline of the complexities of the project, the firm's approach to the project.
Related experience to high-profile, fast-track, public -sensitive, local agency projects of similar
size and magnitude should be included in this summary. Provide no more than three project
references for related projects, including date of project, consultant staff that worked on the
7
KAWPWROJECTASTRBETS \ThroseyGradeSeparatiooTrojectUlarney Lane Grade Separation TI RPP 1 O-21-15.doc
project, contact person and phone number. Preference is given to project references that have
directly worked with proposed staff.
Proposed Staff - Provide a brief summary of the qualifications/experience of each team member
and how the experience applies to this project, preferably not more than one page per team
member, to include length of service with the firm and resume.
Provide names of project manager and individuals authorized to negotiate contract on behalf of
consulting firm.
Required Statements - Include statements of assurance for the following requirements:
• Non -substitution for the designated members of the proposed staff members without prior
approval by the City
• Conflict of Interest
• Ability to fulfill the indemnification and insurance requirements contained in the sample
contract (Attachment 1). Please note that actual Certificates of Insurance are not required
as part of your submittal.
• A Disadvantaged Business contract goal of 15% has been determined for this project.
The required Federal forms are listed below. These forms shall be filled out and
submitted with the Drowse'. Copies and instructions are provided in Attachment 2.
o Exhibit 10-I Notice to Proposers DBE Information
o Exhibit 10-K Certification of Financial Management System and Contract Costs
o Exhibit 10-01 Local Agency Consultant DBE Commitment (Consultant
Contracts)
o Exhibit 10-Q Disclosure of Lobbying Activities
o Exhibit 10-U Consultant in Management Position Conflict of Interest and
Confidentiality Statement
o Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) - Part I and
Part II
o Exhibit 15-H UDBE Information - Good Faith Efforts
• The following Federal forms are required upon execution of agreement with Consultant.
Copies and instructions are provided in Attachment 3.
o Exhibit 10-02 Local Agency Consultant DBE Information
o Exhibit 17-F Final Report - Utilization of DBEs
o Exhibit 17-0 DBE Certification Status Change
SECTION 4. RFP PRICING DOCUMENTS
RFP pricing shall be delivered in a separately sealed envelope marked "RFP PRICING PROPOSAL" and
shall be made upon the special proposal (RFP Pricing Form) with all items completely filled out; numbers
shall be stated in figures, the signature of the proposer shall be in longhand. The completed form should
be without modifications, interlineations, alterations, or erasures. No qualification information will be
contained in the RFP Pricing envelope. Do not qualify pricing. Qualified pricing will be rejected as non-
responsive. Pricing is required to be prepared in accordance with Federal and State guidelines showing
companies CPA audited overhead rates per Title 48 Code of Federal Regulations (CFR), Part 31,
Contracts Cost Principles and Procedures. Each individual proposed for the project should include a
—ia1 chig table per -California ADM -2033- (rev -10112) -showing -their labor- rates fringe,—
overhead, and fee. Attach additional sheets as may be required to provide this information. The
8
ICAWAPROJECTS1STRERTSVIanieyGradeSeparationTrojcefflarney Lane Grade Sion TI RFP 10-21-15.doc
Consultant shall perform the work contemplated with resources available within its own organization and
no portion of the work shall be subcontracted without written authorization by the City Contract Manager.
The City of Lodi has determined that this project falls under the guidelines for prevailing wage
requirements. All personnel working on this project are entitled to the prevailing wage as set by the
State of California Department of Industrial relations. By submission of this proposal:
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the
Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate
and other employer payments for health and welfare, pension, vacation, travel time, and
subsistence pay, apprenticeship or other training programs. The responsibility for compliance
with these Labor Code requirements is on the Contractor.
The City of Lodi requires the submission of certified payroll records monthly with the billing request.
Each pricing proposal shall be in accordance with the attached sample contract and scope of work, and
with applicable codes.
Cost Proposal- Submit one (1) copy of proposed hourly rate(s), with not -to -exceed totals for
each of the tasks identified in the Scope of Work. The Cost Proposal shall be submitted in a
separate sealed envelope, clearly marked with the name of your firm, the name of the project,
and identified as "Cost Proposal". The Cost Proposal does not apply to the page count. Cost
proposals shall be treated as proprietary and shall not be released as public information. Cost
proposals of those firms not awarded the RFP shall be destroyed
SECTION 5. SUBMISSION OF PROPOSALS
Proposals including two separately sealed envelopes marked "QUALIFICATION STATEMENTS" and
"RFP PRICING PROPOSAL" shall be submitted to the City of Lodi at the place indicated in the
Request For Proposal. It is the sole responsibility of the proposer to see that his proposal is received in
proper time.
All proposals shall be submitted under separately sealed cover, plainly identified as "Request for
Proposals for Testing Services - Grade Separation Harney Lane at UPRR Overhead Project " and
addressed as directed in this Notice. Failure to do so may result in a premature opening of, ora failure
to open such proposals. Proposals which are not properly marked may be disregarded. Oral, telephonic,
or telegraphic proposals are invalid and will not receive consideration.
The City reserves the right to reject any and all proposals and/or waive any irregularity in any proposal
received. No respondent may withdraw his proposal for a period of sixty days after the date set for
submission of the proposals.
The proposer shall carefully examine the instructions contained herein and satisfy himself as to the
conditions with which he must comply prior to submitting his proposal, and to the conditions affecting
the award of contract.
SECTION 6. WITHDRAWAL OF PROPOSALS
Any proposal may be withdrawn at any time prior to the time fixed in the) public notice for the
submission of proposals, provided that a request in writing, executed by the proposer or his duly
authorized representative, for the withdrawal of such proposal is flied with the City's Public Works
Department. An oral, telegraphic or telephonic request to withdraw a proposal is not acceptable. The
withdrawal of a proposal shall not prejudice the right of a Consultant to file a new proposal.
SECTION7. IRREGULAR PROPOSALS
9
KAWMPROJECTS1STREETS1HameyeradeSeparationTrojecaHarney Lane Grade Separation T1 RFP 10 21-15.doc
Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids,
incomplete proposals, erasures, or irregularities of any kind. If proposal amount is changed after the
amount is originally inserted, the change should be initialed. If the Qualification contains pricing
information, the proposal may be rejected. Proposals demonstrating rates less than the required
prevailing wage rate for a particular service will not be accepted. Rates shall include, but not be
limited to, all costs associated with the service being provided, including tools, transportation and
repotting. Billing will only be for hours actually on site or performing the required tests. No minimum
hours will be recognized.
,SECTION 8. AWARD OF CONTRACT
The right is reserved to reject any and all proposals.
The award of the contract, if it is to be awarded, will be to the most qualified proposer whose proposal
complies with all the requirements prescribed. Such award, if made, will be made within sixty days after
the submission of the proposals.
SECTION 9. EXECUTION OF CONTRACT
The contract shall be signed by the successful proposer in duplicate counterpart and returned within five
days of receipt, not including Saturdays, Sundays, and legal holidays. No contract shall be binding upon
the City until it has been signed and executed by the Contractor and the City. Once fully executed, the
City will issue a copy of the contract.
End of Part A
10
KAWPWROJECTMSTRBBTS1HinseyOradeSeparetionTinjeeNinmey Lane Gado Separation 11 RFP 10-21-15.doc
PART B
REQUEST FOR PROPOSAL PRICING FORM
proposals are due no later than 5:00 p.m. on:
November 20, 2015
Location:
City of Lodi
Public Works Department
Attn: Gary R. Wiman, Construction Project Manager
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Empatm
The undersigned hereby proposes and agrees to furnish any and all required labor, material,
transportation, insurance, and incidentals necessary to provide quality assurance testing and inspecting
services pertaining to the Grade Separation Harney Lane at UPRR Overhead Project in accordance with
the terms and conditions of the Request for Proposal on filo at the City of Lodi, Public Works
Department. Proposer declares that the only persons or parties interested in this proposal as principals
are those named herein; that this proposal is made without collusion with any other person, firm, or
corporation; that the undersigned will contract with the City of Lodi to provide these services in the
manner and time prescribed; and that the undersigned will take in full payment therefore an amount
based on the unit prices specified herein below for the various services, the total value of said services
for the not -to -exceed sum of Dollars.
It is understood and agreed that the quantities of services under each item are approximate, being given
as a basis of comparison of proposals, and the right is reserved by the City to increase or decrease the
amount of work under any item as may be required by the City, in accordance with this agreement.
It is further understood and agreed that the total amount of money set forth for each item of work, or as
the total amount proposed for the project, does not constitute an agreement to pay a lump sum for these
services. The quantities may be increased or decreased depending on the job requirements.
IMPORTANT NOTICE
If the proposer is a corporation, state legal name of corporation, also names of president, secretary,
treasurer, and manager thereof. If a co -partnership, state true name of firm. If an individual, state first
and last name in full.
Firm Name:
By:
Dated:
11
K:\WPIPROJECrS STRBEPS1HameyOradeSeparatianWrojectWuney Lane Grade Separation TI RFP 10-21-15.doc
: All items must be cuml)leted for )r(»osai to be considered valid.
item
Description
Qty.
Unit
Field
Unit
Price
Lab
Unit
Price
Total Cost
1
Soils/Asphalt
Engineered Fill Observation
800
Hr.
Density (Curve) Cal 216
25
Ea.
Soil Compaction Testing —
Nuclear gauge
800
Hr.
Footing Verification Inspection
100
Hr.
Road Subgrade/Agg. base
compaction Testing
100
Hr.
CTM 202 Sieve Analysis
10
Ea.
CTM 217 Sand Equivalent
10
Ea.
CTM 229 Aggregate Durability
10
Ea.
CTM 301 R Value
5
Ea.
CTM 382 Asphalt Content
Ignition Oven
10
Ea.
CTM 309 Max. Specific Gravity
HMA Mix
10
Ea.
CTM 308 Max. Specific Gravity of
Compacted Mix
10
Ea.
HMA Mix Design Review
5
Ea.
Asphalt Compaction Testing -
Nudear Gauge
80
Hr.
CTM 375 Asphalt Compaction
Testing — Field Coring
40
Hr.
Subtotal
12
RAwPWROJDcrs\s REErswameyafadescpamti«n'PrOjaAHEney Lae oraee Sim TT RFP 11}-21-15.doc
Item
Description
Unit
Field
Unk
Price
Lab
Unit
Price
Total Cost
2
Cast -In -Place Concrete
Mix Design Review - ACI 301
5
Ea.
Cement Sampling - ASTM C 183
5
Ea.
CTM 521 Compressive Strength
Concrete Specimen
80 sets
4 cyl.
Tensile/Bend Test - ASTM 615-90
40
Ea.
Elongation and Yield/Tensile
Strength
40
Ea.
Reinforcement Placement
Inspection
300
Hr.
Drilled Dowel Testing (AASHTO T-
237)
237)
40
Hr.
Concrete Placement inspection
Including CTM 539, 540, 504,
518, 543, 556 and 557 as
required
400
Hr.
Concrete Core Testing - ASTM
C42 (incl. coring)
10
Ea.
Drilled In Anchor Testing
40
Hr.
Post Tension Cable Placement
200
Hr.
Post Tensioning Inspection
60
Hr.
Pick Up and Delivery of samples
(separate trips only)
40
Ea./Set
Subtotal
13
KAWPWRaBC. SISTREEMHaineyGrade3 anWrojedWemey Lane Grade Scparation T! RFP 10-21-15.doc
Item
Description
Qty.
Unit
Field
Unit
Price
Lab
Unit
Price
Total Cost
3
Masonry
Mortar Testing - UBC Std. 21-16
25
Ea./Set
Grout Testing UBC Std. 21-18
25
Ea./Set
Mix Design Review/Report
3
Ea.
Tensile/Bend Test ASTM 615-90
10
Ea.
Masonry Placement Inspection,
UBC 1701.5, 7.2
200
Hr.
CMU Block or Brick Testing
4
Set of 4
Prisms - UBC Std. 21-17
4
Ea.
Subtotal
4
Structural Steel
Shop Visual Welding
200
Hr.
Field Visual Welding
200
Hr.
Shop Fabrication Inspection
200
Hr.
Field Bolting (Torque) Inspection
w/Reports
100
Hr.
Metal Deck Welding
80
Hr.
Ultrasonic Testing
100
Hr,
Subtotal
5
Other
NOT USED
Subtotal
14
KAWMPROJECISWIREETSUiarneyGradeSoparationTroject1Haniey Lane Grads Separation T1 RFP 10-21-15.doc
Item
Description
Qty.
Unit
Field
Unit
Price
Lab
Unit
Price
Total Cost
6
Professional Services
Senior Staff Engineer
20
Hr.
Field Technician
100
Hr.
Lab Technician
80
Hr.
Subtotal
7
Miscellaneous
Premium Diff. for OT
100
40
Hr,
Out -of -Town Inspection
(beyond 50 miles)
Hr.
Mileage (beyond 50 miles)
500
Mile
Subsistence (beyond 50 miles)
10
Day
Subtotal
Grand Total
End of Part B
15
KAWMPROJECTSASTREETNIcaneythadeSeperationTrojecMarricy Land Grade Separation TI RAP 10-21-15.doc
PART C
SCOPE OF SERVICES
A. General Requirements
1. Consultant to be a fully qualified testing laboratory meeting the requirements of ASTM E-329
Sections 3 through 8, and Section 11, and recognized by the ICC Joint Committee on Special
Inspection and Approved by Caltrans.
2. Consultant shall attend all meetings and conferences as requested by the City or its agent.
3. Cost considerations are not to be considered as justification for breach of sound principles of
quality assurance, inspection, and testing.
4. Consultant shall establish and maintain procedures to ensure that persons performing work
are certified and skilled in methods and practices needed to assure required quality levels.
Remove and replace (at no additional cost to the City) personnel who do not possess the
required skills or who are not efficiently and effectively performing their assignments.
Provide the Project Manager with resumes of all personnel assigned to the project.
5. Consultant shall be responsible for the quality of the services provided, and shall maintain the
necessary facilities and equipment required to satisfy the testing specifications.
6. Consultant shall request a clarification from the Project Manager for missing or ambiguous
information or requirements. In the case of conflict in the plans, specifications and/or codes,
the more stringent inspection or testing requirement shall apply.
7. Consultant may need to subcontract for certain specialized testing or inspection services.
The use of such subconsultant will require prior City approval.
8. The following attachments will form a part of this contract:
• Specification Section 01400 - Quality Control
• Specification Section 01410 - Testing
• Request and Approval for Testing Services (Form)
• Detail Breakdown (Billing Report)
O. Scope
1. The scope of tests and inspections is based on the requirements of 2006 CALTRANS
Standards, other referenced code requirements, and the Grade Separation Harney Lane at
UPRR Overhead Project plans and specifications. The services to be provided will be as
directed by the City's representative. The Consultant will meet or communicate with the
representative and/or construction Contractor periodically to plan and schedule testing and
inspection services.
2. The authorization to provide specific services will be issued by the Project Manager using a
Testing Services Work Order (Request and Approval for Testing Services form). These work
orders will be issued by the City's representative periodically throughout the construction
period, as construction activities dictate. The Contractor will not be authorized to place orders
directly with the testing firm. The City will not pay for the services placed by the Contractor.
The Request and Approval for Testing Services form describes thc required test, location and
date required_ It will be requested by the Contractor and forwarded to the City representative
for approval. Upon completion of the testing/inspection, the Consultant will sign and date the
forms, which will be verified by the City's representative. The Consultant will make a copy of
the completed form, which will be attached to the Consultant's billing each month. These
serve as the Special Inspector's Time Card and must be signed by the Project Manager each
day. The time cards will be used to validate each month's hourly billing.
3. Off-site inspections are to be handled identical to the above except that Special Inspectors
shall fax or electronically mail time cards to thc owner's representative each day, without
exceptions.
16
KAWMPROJECTSISTREMHarneyGradeSeparalicanProject1Harnay late Grade Section 11 RFP 10 21-u.doc
4. The Consultant will maintain a monthly status report of the budget quantities and costs;
quantities and costs expended through previous report period, quantities and costs this report
period, and total quantities and costs to date. The status report will be submitted with the
monthly billing.
C. Time
Services shall start upon execution of the agreement and issuance of the first work order.
The duration of the Consultant contract will be for a period of TWENTY-FOUR (24) months at the
established item prices.
D. Notice
The Consultant will be given one working day's notice prior to starting any new inspection/testing
service.
E. Conflict of Interest
The Consultant cannot contract directly with construction Contractor for any testing services concerning
this City project.
F. Item Prices
1. The City is not limited to the use of funds as estimated per item. Unused funds from one item
price may roll up to other items as required so long as the total contract award does not exceed
125% of the total proposal price.
2. Any service required, but not referenced in the Proposal for Services listing, to be charged
to client using similar unit price for actual hours worked (not "List Price").
G. Reimbursement
1. The Consultant will only be paid for actual hours worked except for a one-hour minimum for
show -up time.
2. Travel Costs: The cost of mileage and subsistence charges to and from the project site is
included in the item prices. Travel and subsistence charges to factories and fabrication plants
in excess of a 50 -mile radius from the job site will be reimbursable by the City only when the
City has issued prior written approval thereof. The City will reimburse the Consultant for
mileage or airfare whichever is less expensive. The following will apply to determine
applicable costs. Travel time will be reimbursed at a field technician level. Actual costs with
no overhead or profit will be reimbursed. This level of reimbursement should be reflected in
the submitted Proposal for Services.
3. Reproduction and Mailing: Reproduction and mailing costs for reports and test results shall
be supplied in the quantity specified in the specification and included as part of the above -
listed item prices. Reproduction and shipping costs for additional copies will be reimbursed
by the City at actual cost when the City has issued prior written approval therefore.
H. Subconsultants
Consultant's subconsultants' time shall be paid at Consultant's cost, which should be reflected in the
item prices of the submitted Proposal for Services. Prevailing wage requirements must be met.
L Billing
17
KAWMPROJECTS1STREFIS1HarneyeradeSeparationWrojecalarney Lane Grade separation TI RFP 10-21-15.doe
The Consultant will submit to the Project Manager no later than the first of each month (for services up
to the 25th) a computed "Request and Approval for Testing Services" form for all services with each
billing. The Consultant will prepare a summary contract form with each billing which provides the
following infomtiation for eacb line item of work and for the total contract:
"Item, Description, Budgeted Quantity, Unit, Unit Price, Total Budgeted, Previously Billed
Units, Current Billing Units, Total Current Billing."
End of Part C
18
ICAVJAPROIRCTSISTRRSTSVEianteyaradeSeparatimTrojeadHarney Lane Grade Separation 11 RFP 10-21-15.doo
EVALUATION CRITERIA
The following evaluation criteria and rating schedule will be used to determine the most highly
qualified firm for this project:
Maximum Pants
Understanding of the work to be done
15
Experience with similar kinds of work
20
Quality of staff available for the work to meet project schedule
25
Capability of Laboratory to meet project schedule
10
Familiarity with state and federal procedures
10
Financial responsibility
10
Demonstrated Technical Ability
10
Total Possible Points
100
SELECTION PROCEDURE
Proposals will be reviewed for responsiveness, and responsive proposals will be screened by a
selection committee in accordance with the above criteria. The top two firm(s) submitting the
highest rated proposal(s) may be invited for interviews. The proposed project manager and
project engineer shall represent the firm at the interview.
The City reserves the right to make an award without further discussion of the submittal with the
offeror. Therefore, the proposal should be submitted initially on the most favorable terms that
the firm or individual might propose.
The City reserves the right to award a contract to the firm that presents the best qualifications
and whose proposal best accomplishes the desired results.
The City reserves the right to reject any or all proposals, or to waive minor defects and/or
irregularities in said proposals, or to negotiate minor deviations with the successful firm(s). The
City shall be the sole judge of the materiality of any such defect or irregularity.
GENERAL TERMS AND cONDmONS
Exceptions: If the Proposer takes exceptions to the specifications, terms and conditions of this
RFP or the Draft Contract, or as amended by any addenda subsequently issued, they must do so
in writing. Said exceptions must be submitted with the Proposer's response to this RFP. Failure
to do so shall signify acceptance of all specifications, terms and conditions and General
Provisions of this RFP and the resulting contract.
Standard Contract: Upon completion of the evaluation and recommendation for award, the
selected firm will be required to execute a consultant services agreement, a sample of which is
included as Attachment 1. Proposers are advised to carefully review the attached contract. Any
proposed exceptions, alterations, or amendments shall be clearly specified in a separate letter in
your submittal, the nature of which may affect the evaluation of your submittal and the perceived
ability to successfully award a contract to your firm/individual.
Independent Contractor: At all times the Consultant shall represent himself/herself to be an
independent contractor offering such services to the general public and shall not represent
htmself/herse or s/employ es, to -be air employee ufthe eity of Lodi.
19
KAWPWROJECTSISTREEMHanieyGradeSeparatienTrojecRliarney Lane Grade separation TI RFP 10-21-15.doc
Ownership of Information: All reports, documentation, and material developed or acquired by
the Consultant as a direct requirement specified herein shall become the property of the City of
Lodi. The Consultant agrees and understands that all discussions with the Consultant and all
information gained by the Consultant as a result of the Consultant's performance under the
contract, shall be confidential and that no reports, documentation, or material prepared as required
by the contract shall be released to the public without the prior written consent of the City.
Non -Appropriation: The City may terminate any resulting contract at the end of any fiscal year,
June 30th, without further liability other than payment of debt incurred during such fiscal year,
should funds not be appropriated by its governing body to continue services for which the
contract was intended.
Conflict of Interest: The Consultant shall warrant that no official or employee of the City has
an interest, has been employed or retained to solicit or aid in the procuring of the resulting
contract, nor that any such person will be employed in the performance of such contract without
immediate divulgence of such fact to the City.
Non -Collusion: Firms submitting proposals shall warrant that their offer is made without any
previous understanding, agreement or connection with any person, firm or corporation
submitting a separate proposal for the same project and is in an respects fair, without outside
control, collusion, fraud or otherwise illegal action. This condition shall not apply to proposals
which are submitted by firms who have partnered with others to submit a cooperative proposal
that clearly identifies a primary consultant and the associated subconsultants.
Indemnification and Insurance Requirements: The indemnification and insurance
requirements are provided in Attachment 1.
INQUIRIES
All general inquiries regarding the RFP process or proposal submission must be directed to:
Gary R. Wiman, Construction Project Manager
City of Lodi Public Works Department
P.O. Box 3006
(221 West Pine Street)
Lodi, CA 95241-1910 (95240)
Email: gwiman@lodi.gov / Phone: 209-333-6706
Email is the preferred method of receiving inquiries.
ATTACHMENTS
1. Sample Contract with Indemnification and Insurance Requirements
2. Required Federal Form Submittals
3. Federal Forms Required upon Execution of Agreements
4. Specification Section 01400 - Quality Control
5. Specification Section 01410 —Testing
6. Request and Approval for Testing Services (Form)
7. Detail Breakdown (Billing Report)
20
KAWP\PROJBCTS\STRBETS1HameyOradoSeparationTrojecMarriey lane Grade Separation TI RFP 10-21-J5.doc
Attachment 1
Sample Contract with Indemnification and
Insurance Requirements
21
KAWMPROJECTSISTREETSVIameyGradeSepaiationTrojectlflaroey Lane Grade Separation TI RFP 10-21-15.doc
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2015, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
(hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for
(hereinafter "Project) as set forth in the Scope
of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified
to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
remain in contact with reviewing agencies and make all efforts to review and retum all
comments.
Section 23 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
Identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on , 20 and terminates
upon the completion of the Scope of Services or on , 20 , whichever occurs
first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Prevailing Waste
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general
prevailing wage rate and other employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay, apprenticeship or other training programs.
The responsibility for compliance with these Labor Code requirements is on the prime
contractor.
Section 3.3 Contractor Registration — Labor Code 41725.5
No contractor or subcontractor may be awarded a contract for public work on a
public works project (awarded on or after April 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
Section 3.4 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.5 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.6 Auditing
3
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
fumish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damaae
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi its elected -and -appointed officials direeters offiieers,-
4
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.6 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth In Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
5
To CITY:
To CONTRACTOR:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Gary Wiman
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required conceming
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentlallty
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as 'Confidential' or
Proprietary, except to the extent otherwise required by law or permitted in writing by
6
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law. Jurisdiction. Severability. and Attorney's Fees
This Agreement shall be governed by the laws of the State of Califomia.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is In conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant In resolving any question or
interpretation or intent hereunder.
Section 4.16 Intearatlon and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
7
Section 4.18 Severability
The invalidity In whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Fundlna Conditions
0 If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of Its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
8
CITY OF LODI, a municipal corporation
ATTEST:
JENNIFER M. FERRAIOLA STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attomey
By: By:
Name:
Title:
Attachments:
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Funding Source:
Doc ID:
CA:Rev.O1.2015
(Business Unit & Account No.)
9
'Exhibit C
Insurance Renulramartts far Goreullslrt_ The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage es listed below. 'These Insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for daaneges for personal injury, including
accidental death, es well as from claims for property damages, which may arise from Contractoes operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shell be as follows:
1. COMPREHENSIVE GENERAL UABIUTY
31,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVEAUTQMOBILE UABIUTY
$1,000,000 Combined Single Lima
Such Insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to thls Agreement. Coverage shall be written on 1S0 form
CA 00 01 12 90. or a later version, that provides lability coverage et least as broad as this form.
All limits are to be designated strictly for the City of Lodi, Its elected and appointed boards, commissions, officers,
agents, employees, end volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Riek
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(e) or the City of Lodi.
It Is required that any available assurance proceeds broader than or in excess of the specified minimum Insurance
coverage requirements andfor limits sat forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (I) the minimum coverage and limits specified In these Insurance
requirements; ar (!i) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor, whichever is greater.
Contractor agrees end stipulates that any insurance coverage provided to the City of Lodl shall provide for a clahns
period following termination of overage which is at least consistent with the clans period or statutes of imitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the Ctty:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CO 2010 (11035) or a rater version, that provides liability
coverage at least as broad as this form) such Insurance as is afforded by this policy shall also apply to the City
of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as
additional named insureds. An additional named insured endorsement is also required for Auto Liability.
(b) Edmore and Non-Conitbutory ipsu[ance Endojsement
Additional insurance coverage under the Contractor's policy shall be 'primary and non-contrlbutory and will
not seek contribution from City's insurance or self -Insurance and shall be at least as broad as ISO form CG 20
01 0413.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The Insurance certificate must state, on its face or as an
endorsement, a description of the protect that it le insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) (+units of Coverage
The limits of Insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. My umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such covaraga shsil sie.o apply on a primary and non-contributory basis for the benefit of the City
before the City's own Insurance ar self-insurance shall be called upon to protect the City as a named insured.
Page 1 i of 2 pages i Risk rev.082015
(e)
Severability of Interest Clause
The term `Insured" Is used severally and not collectively, but the indusion herein of more than one insured
shat not operate to Increase the ling of the company's Way.
(f) Notice of CCncellaifon or Chance kp Commie Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancelation or reduction In coverage to the Risk Manager, City of Lodi, 221 West Pine St, Lodi,
CA 95240.
(g) Continuity of Coverage
All policies shal be In effect on or before the first day of the Term of this Agreement At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shal furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement Contractor
shell provide proof of continuing Insurance on at least an annual basis during the Temp. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replaoement Insurance.
(h) Failure to Comply
If Contractor fall or refuses to obtain and maintain the required insurance, or fall to provide proof of
coverage, the City may obtain the Insurance. Contactor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the mamarnum alowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the name(s) of the insurer(s), and rate of Interest. Contractor shall pay such relmtxrreoment and interest
on the first (1.t) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain Insurance as required by thls agreement, or falls
to provide proof of Insurance, the City may terminate this Agreement upon such breech. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and al of its personal property from the site or fadifles.
(I) Qualified Insurerfsl
M insurance required by the terms of this Agreement must be provided by insurers licensed to do business In
the State of California which are rated at least 'A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are Included on the
most recent list of California eligible surplus lines insurers (LESU list) and otherwise meet City requirements.
Workers Compensation Insuranw The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work Is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the tatter's employees unless such employees are covered by the protection afforded by the Contractor, in case
any clans of employees engaged in hazardous work under this Agreement at the sits of the project is riot protected
under the Workers Compensation Statute, the Contractor shall provide end shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for wort era
compensation Insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St, Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages
1
Risk: rev.082015
Attachment 2
Required Federal Forms Submittals
22
KAWPWROJECIUSTREEPSVioneyetadeSeparationTrojectWonal Lane (Inde Separation 11 RFP 1O-21d5.doc
Local Assistance Procedures Manual EXABIT 104
Notice to Proposers DBE Information
EXmBIT 10-I NOTICE TO PROPOSERS DBE INFORMATION
The Agency has established a DBE goal for this Contract of 15 %
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 10-01 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 10-02 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).
LPP 13-01
Page 1 of 3
May 8, 2013
Local Assistance Procedures Manual EXHBIT 10-1
Notice to Proposers DBE Information
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:
I . 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:l/www.dot.ca.gov/hq/bep/.
1. Click on the link in the left menu 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,xegular business thatengagees, as its principal business and under its own name,
LPP 13-01
Page 2 of 3
May 8, 2013
Local Assistance Procedures Manual EXHBIT 10-I
Notice to Proposers DBE Information
purchase and sale or tease 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.
LPP 13-01
Page 3 of 3
May 8,2013
Local Assistance Procedures Manual EXHIBIT 10-K
Consultant Certification of Contract Costs and Financial Management System
EXHIBIT 1O -K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL
MANAGEMENT SYSTEM
(Note: If requesting to utilize the Safe Harbor Indirect Cost Rate submit Attachment 1 of
DLA -OB 13-07 - Safe Harbor indirect Cost Rate for Consultant Contracts found at
http:/lwww.doLca.gov/hq/LocalProgranu/DLA OB/DLA_OB.htm in lieu of this form.)
Certification of Final Indirect Costs:
Consultant Firm Name:
Indirect Cost Rate: * for fiscal period _
*Fiscal period covered for Indirect Cost Rate developed (not the contract period).
Local Government:
Contract Number: Project Number:
I, the undersigned, certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal
period as specified above and to the best of my knowledge and belief
1. All costs included in this proposal to establish final Indirect Cost Rates are allowable in
accordance with the cost principles of the Federal Acquisition Regulations (FAR) of Title 48,
Code of Federal Regulations (CFR), Part 31.
2. This proposal does not include any costs which are expressly unallowable under the cost
principles attic FAR of 48 CFR, Part 31.
AU known material transactions or events that have occurred affecting the fin's ownership, organization, and
Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above.
Certification of Financial Manaeement 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:
1, the undersigned, certify that the approximate dollar amount of all A&E contracts awarded by Caltrans or a
California local agency to this firm within the last three (3) calendar years for all State DOT and Local Agencies
is $ and the number of states in which the firm does business is
Certification of Direct Costs:
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost
proposal(s) in this contract are reasonable, allowable and allocable to the contract in accordance with the cost
principles of the FAR of Title 48, CFR, Part 31. Allowable direct costs to a Government contract shall be:
Page 1 of 2
LPP 1541 January 14, 2015
Local Assistance Procedures Manual EXHIBIT 10-K
Consultant Certification of Contract Costs and Financial Management System
1. Compliant with Generally Accepted Accounting Principles (GAAP) and standards promulgated
by the Cost Accounting Standards Board (when applicable).
2. Compliant with the terms of the contract and is incurred specifically for the contract
3. Not prohibited by 23 CFR, Chapter 1, Part 172 — Administration of Engineering and Design
Related Service Contracts to the extent requirements are applicable to Consultant.
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be
retained in the project files.
Subconsultants (if applicable)
Proposed Contract Amount (or amount not to exceed if on-call contract): $
Prime Consultants (if applicable)
Proposed Total Contract Amount (or amount not to exceed if on-call contract): $
Prime, list all subconsultants and proposed subcontract dollar amounts (attach additional page if necessary):
Consultant Certifying (Print Name and Title):
Name:
Title:
Consultant Certification Signature **:
Date of Certification (mm/dd/yyyy):
Consultant Contact Information:
Email:
Phone number:
**An individual executive or financial officer of the consultant's organization at a level no lower than a Vice
President or Chief Financial Officer, or equivalent, who has authority to represent the financial information
utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract.
Note: Per 23 U.S.C. 112(b)(2)(B), Subconsultants must comply with the FAR Cost Princlp/es contained in 48 CFR, Part 31,
23 CFR Part 172.3 Definitions state: Consultant means the individual or firm providing engineering and design related services as a parry
to the contract. Therefore, subconsultants as parties ofa contract must complete a certification and send originals to 4&l and keep copies
in Local Agency Project Files.
Distributk, 1) Orignisl to f alttans Audits and Investigations
2) Retained in Laval Agency Project Files
Page 2 of 2
LPP 15-01 January 14, 2015
Local Assistance Procedures Manual Exhibit 10-01
Consultant Proposal DBE Commitment
EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT
1. Local Agency 2. Contract DBE Goal: _ 15 %
"
3. Project Desc ripllon:
4. Project Location:
5. Consultant's Name:
7. Description of Work, Service. or Materiels
Supplied
6. DBE
Certification
Number
6. Prime Certified DBE: ❑
9. DBE Contact information
10. DBE%
Local Agency to Complete tlrls section
17. Local Agency Contract Number.
18. Federal -Aid Project Number
19. Proposed Contract Execution Date:
Local Agency certifies that all DBE certifications are valid and Information on
this form is complete and accurate.
20. Local Agency Representative's Signature 21. Date
22. Local Agency Representative's Name 23. Phone
11. TOTAL CLAIMED DBE PARTICIPATION
IMPORTANT: Identify all DBE firms being claimed for credit,
regardless oilier. Written confirmation of each listed DBE Is
required.
12. Preparers Signature 13. Date
14. Preparers Name 16. Phone
24. Local Agency Representative's Title
16. Preparers Title
DISTRIBUTION: Original — Included with consultant's proposal to local agency.
ADA Notice: For Individuals with sensory disabilities. this document Is available in eitemats formals. For Information cat (916) 5644410 or TDD (916) 054
:::. ... .. . - . Int 1120 N Slregl, MS•59. Sacramento. CA 95814.
Page 1 of 2
July 23, 2015
Local Assistance Procedures Manual Exhibit 10-01
Consultant Proposal DBE Commitment
INSTRUCTIONS — CONSULTANT PROPOSAL DBE COMMITMENT
CONSULTANT SECTION
1. Local Agency - Enter the name of the local or regional agency that is funding the contract.
2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement.
3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab,
Seismic Rehab, Overlay, Widening, etc.).
4. Project Location - Enter the project location as it appears on the project advertisement.
5. Consultant's Name - Enter the consultant's firm name.
6. Prime Certified DBE - Check box if prune 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% ofthe 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 °Io - Percent participation of work to be performed or service provided by a DBE. Include the prime
consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation.
11. Total Claimed DBE Participation % - Enter the total DBE participation claimed. If the total % claimed is
less than item "Contract DBE Goal," an adequately documented Good Faith Effort (GFE) is required (see Exhibit
15-H DBE Information - Good Faith Efforts of the LAPM).
12. Preparer's Signature - The person completing the DBE commitment form on behalf of the consultant's firm
must sign their name.
13. Date - Enter the date the DBE commitment form is signed by the consultant's preparer.
14. Preparer's Name - Enter the name of the person preparing and signing the consultant's DBE commitment
form.
15. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form.
16. Preparer's Title - Enter the position/title of the person signing the consultant's DBE commitment form.
LOCAL AGENCY SECTION
17. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
18. Federal -Aid Project Number - Enter the Federal -Aid Project Number.
19. Proposed Contract Execution Date - Enter the proposed contract execution date.
20. Local Agency Representative's Signature - The person completing this section of the form for the Local
Agency must sign their name to certify that the information in this and the Consultant Section of this form is
complete and accurate.
21. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative.
22. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the
consultant's DBE commitment form.
23. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form.
24. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying
the consultant's DBE commitment form.
Page 2 of 2
July 23, 2015
Local Assistance Procedures Manual
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:
❑ a. contract
b. grant
c. cooperative agreement
d. loan
e. loan guarantee
f. loan insurance
0 a. bid/offer/application
b. initial award
c. post -award
3. Report Type:
0 a. initial
b. material change
For Material Change Only:
year quarter
date of last report
4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 b Subawardee,
Enter Name and Address of Prime:
0 Prim
❑ Subawaniee
Tier , if (mown
Congressional District, if known
6. Federal Department/Ageney:
8. Federal Action Number, if known:
10. Name and Address of Lobby Entity
(If individual, last name, first name, MI)
Congressional District, if known
7. Federal Program Name/Deacription:
CFDA Number, if applicable
9. Award Amount, if known:
11. Individuals Performing Services
including address if different from No. 10a
(If individual, lest name, fust name, MI)
(attach Continuation Sheets) if necessary)
12. Amount of Payment (check all that apply) 14. Type of Payment (cheek all that apply)
0 actual ❑ planned
13. Form of Payment (cheek all that apply):
8 a. cash
b. in-kind; specify: nature
Value
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:
16. Continuation Sheet(s) attached: Yes 0
17, lnrormation requested through this form is authorized by Title
31 U S C Section 1352 This disclosure of lobbying reliance
was placed by the tier above when his transaction was made or
entered into. This disclosure is required pursuant to 31 U S C.
1352 This information will be reported to Congress
semiannually and will be available for public inspection Any
person who fails its file the required disclosure shall be subject
to a civic penalty of not less than 510,000 and not more than
5100.000 for oach such failure
Federal Use Only;
No ❑ (attach Continuation Sheet(s) if necessary)
Signature: __
Print Name:
Title:
Telephone No.:
Date:
Authorized for Local Reproduction
Standard Form - LLL
Sieiuiard l uau 1.1.L !icy [W28.%
Distribution: Orig- Local Agency Project Files
LPP 13-01
Page 1
May S, 2013
Local Assistance Procedures Manual EXHBIT 10-Q
Dlsdosure 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 addition]
information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material
change report. Refer to the implementing guidance published by the Office of Management and Budget for additional
information.
1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a
covered federal action.
2. Identify the status oldie covered federal action.
3, Identify the appropriate ciassiFic.alion ofthis rcpori. If this is a follow-up report caused by a material change to the information
previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted
report by this reporting entity for this covered federal action.
4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the
appropriate ckLssificntion of the reporting entity that designates If it is or expects to be a prime or subaward recipient. Identify the
tier of the suhuwerdec, c.g., the first suhawardec of the prince 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 (RH') number, Invitation for Bid (IFf3) 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 -90-00l."
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.
18. Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to
influence the covered federal action.
11. Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name,
First Name and Middle Initial (MI).
12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity
(Item 10). indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is
a material change report, enter the cumulative amount of payment made or planned to be made.
13. Check all boxes that apply. If payment is made through an in-kind contribution, spec* the nature and value of the in-kind
payment.
14. Check ell boxes that apply. If other, specify nature.
15. Provide a specific and detailed description of the services that the lobbyist has performed or will he expected to perform and the
date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal
officials. Identify the federal officers) or employees) contacted or the offlcct(s) cmployee(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, U.C. 20503. SF-
L.I.I-Instructions Rev. 06-04
LPP 13-01
Page 2
May8,2013
Local Assistance Procedures Manual EXHIBIT 10-U
Consultant Management Conflict of Interest Statement
EXHIBIT 10-U CONSULTANT IN MANAGEMENT POSITION CONFLICT OF INTEREST AND
CONFIDENTIALITY STATEMENT
RFP/RFQ PROCUREMENT NUMBERS:
PROJECT NAME:
APPLICABILITY: Applicable to local agency consultants in management positions that exercise
authority over the Architect & Engineering Selection Panel from which the local agency has or
plans to have one or more consultant contracts containing Federal or State fltnds.
❑ I am an employee of a consultant under contract to the local agency that is responsible for the
procuring and administering of one or more consultant contracts containing either Federal or
State funds.
❑ I am in a management position with the local agency, my title is listed below and I have
attached my duty statement.
❑ The procedures followed to procure and execute the contract, between the local agency and the
consulting firm of which I am employed, comply with all Federal and State requirements. Also
this contract has a specific beginning and ending date.
❑ I hereby certify as follows:
1. I will not directly or indirectly participate in, manage, or overset any consultant
selection procurement process in which the consulting firm of which I am employed is
competing as a consultant or subconsultant.
2. I will not directly or indirectly influence any employee, staff member, or other
individual participating in any consultant selection procurement process in which the
consulting firm of which I am employed is as a consultant or subconsultant.
3. I will not directly or indirectly participate in, manage, or oversee any local agency
contract that is with the consulting firm of which I am employed, regardless of
whether the involvement of my employer in the contract is as a consultant or
subconsultant. Among other things, this includes my not being involved in managing
the work; and not approving changes in the schedule, scope, deliverables or invoices.
4. I understand that if I am involved in any local agency contract that is with the
consulting firm of which I am employed, in violation of 1. or 2. above, that Local
agency contract will no longer be eligible for Federal or State reimbursement because
of my involvement.
❑ I certify that I have read 49 CFR 1&36(bx3) below and I agree not to participate in selection,
or in the award or administration of a contract supported by Federal or State funds if a conflict
of interest, real or apparent, would be involved. Note: Caltrans is the Grantee and the local
agency is the sub -grantee.
LPP 13-01
Page 1 of 3
May 8, 2013
Local Assistance Procedures Manual EXHIBIT 10-U
Consultant Management Conflict of Interest Statement
49CFR 18.36(bX3)
(3) Grantees and subgrantces will maintain a written code of standards of conduct
governing the performance of their employees engaged in the award and administration of
COniraGIS. Nu Cn111hnyCC, officer ur agent of the grantee or subgrantee shall participate in
selection, or in the award or administration of n eoniracl supported by I cticrnl funds if n
conflict of interest, real or apparent, would be involved. Such a conflict would arise when:
(i) The employee, officer, or agent,
(ii) Any member of his immediate family,
(iii) His or her partner, or
(iv) An organization which employs, or is about to employ, any of the above, has a
financial or other interest in the firm selected for award. The grantee's or subgrantee's
officers, employees or agents will neither solicit nor accept gratuities, favors or anything
of monetary value from contractors, potential contractors, or I1articS to subagrccmcnt.
Crrentee and subgrantccs may sat minimum rules where the f n:utcial imams( is nal
substantial or the gift is an unsolicited item of nominal intrinsic value. To the extent
perrnitted by Stets or local law or rr:gulatiuns, such standards or conduct will provide for
penalties, sanctions, or other disciplinary actions for violations of such standards by the
grantee's and subgrnntee's officers. employees, or agents, or by contractors or their agents.
The awarding agency may in regulation provide additional prohibitions relative to real,
apparent, or potential conflicts of interest.
❑ I understand that it is unlawful for a person to utilize any organization name (i.e. local
agency) or auxiliary organization information, which is not a matter of public record, for
personal gain.
❑ I fully understand that any violation of the above could be a basis for ineligibility of
reimbursement of State or Federal project funds.
Date:
Signed:
Name:
Title:
Dept./Local Agency:
Employer:
REVIEW BY SUPERVISOR OF CONSULTANT IN MANAGEMENT POSITION
I have reviewed the foregoing "Conflict of Interest and Confidentiality Statement" and will ensure:
❑ that the foregoing named local agency consultant who is under contract and in a management
position with our local agency, abides by the foregoing terms and conditions;
❑ that should the foregoing named Local agency consultant, who is under contract and in a
management position with our local agency, violate any of the foregoing terms and conditions,
LPP 13-01
Page 2 of 3
May 8,2013
Local Assistance Procedures Manual EXHIBIT 10-U
Consultant Management Conflict of Interest Statement
the Caltrans DLAE will be notified and such violation will be considered a breach of ethics
and could be a basis for ineligibility of State or Federal project funds.
Date:
Signed:
Name:
Title:
Dept./Local Agency:
Employer:
REVIEWED/CONCURRENCE BY DISTRICT LOCAL ASSISTANCE ENGINEER
I have reviewed the foregoing "Conflict of Interest and Confidentiality Statement" and
Supervisor's statement.
❑ Based upon the foregoing, I concur that the consultant, who is under contract and in a
management position with the local agency, does not appear to present a conflict of interest.
The local agency and the consultant should be considered eligible for Federal and State
reimbursement.
❑ Based upon the foregoing, I do not concur as I believe that the consultant, who is under
contract and in a management position with the local agency, does appear to present a conflict
of interest.
❑ The consultant's time is not considered eligible for either Federal or State reimbursement.
❑ The local agency is not considered eligible for either Federal or State reimbursement.
Date: (DLAE) Signed:
Name:
Distribution: 1) Copy to: DLAE for each Federal/State funded project
2) Copy 16 be returned to Local Agency by DiAE with signature
LPP 13-01
Page 3 of 3
May B, 2,013
co
N Ca
..O
= o
0), Z
a
Do
O
8
0
WA
Y
9
Local Assistance Procedures Manual
o
a8
G
..
_-
t
o
<
I.8.
0
1
till
0.
ti
t
g
114
0
y
0
8
ba
Q
FI
ini
a
pAl
0
LC,
4
1
Description of Portion of Work to be Performed
i
i
E
GP o.
1 it
o
w
V
opp
a•°
.E
v
LA
V
N
V
El <SIS million I
_o
to
A
p
D <S1 million
LI <S5 million
0 <S10 million
, Q <SIS million
o
-..In
LA
A
:
a o
I
of Y) w
VVVVA
o 000p
o
--.-In
4.01
a
V!
VI
VVV
DOD
o 0
_
oas
LA '
1 U<S15million
1 LJ > S15 million
•
• w
a
o
e N
Z" i 1
md�
i; rel
v
Name
fCity State ZIP
N
w�:
N
d
City State ZIP
4.1 4
a
o
x 2,
42 C
8
O
VJ
0 0
b
Y
c"a
Local Assistance Procedures Manual
liq
o0
Age of Firm (Yrs.)
Q
D
2v
R
tz
Agc of Firm (Yrs.)
o
i!i.
co
Q g.
t
2,1
t
i
00-11
0
i
Boy
Description of Portion of Work to be Performed
_
1
1
1
Annual Gross Receipts
[�] < S1 million
HIo
Vy
4A
V
2
44
V
U <S15 million 1
.1r
44
A
VI
V
uotlpsS>Q
a
O
CA
V
...
44
V
=
P.,
44
A
�qga
..
49
V
❑
.,
49
V
44
V
rte.
49
V
°
0
.1
44
A
ra
Y!
V
0
uorlliar 5$ > 0 I
1 D <S10 million
1 ❑ < $15 million
o
0
.fin
iA
A
(3
a
0
a
z1g
w U
Address
City State ZIP
Name
Address
City State ZIP
N
0
City State ZIP
l-
l
i
w
i
8
F
0
0
0
DLA -OB 13-06
Local Assistance Procedures Manual Exhibit 15-H
DBE Ieformadon - Good Faith Effort
EXHIBIT 15-11 DBE INFORMATION —GOOD FAITH EFFORTS
DBE INFORMATION - GOOD FAITH EFFORTS
Federal -aid Project No.
The
Bid Opening Date
established a Disadvantaged Business Enterprise (DBE) goal of
for this project. The information provided herein shows that a good faith effort was made.
Lowest, second lowest and third lowest bidders shall submit the following information to document adequate
good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE
Commitment" form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility for
award of the contract if the administering agency determines that the bidder failed to meet the goal for various
reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error.
Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation
to demonstrate that adequate good faith efforts were made.
The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special
Provisions:
A. The names and dates of each publication in which a request for DBE participation for this project
was placed by the bidder (please attach copies of advertisements or proofs of publication):
Publications Dates of Advertisement
B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and
the dates and methods used for following up initial solicitations to determine with certainty
whether the DBEs were interested (please attach copies of solicitations, telephone records, fax
confirmations, etc.):
Names of DBEs Solicited Date of Initial Follow Up Methods and Dates
Solicitation
OB 12-04
Page 15-1
June 29, 2012
Exhibit 15-11 Local Assistance Procedure' Manual
DBE Information -Good Faith Effort
C. The items of work which the bidder made available to DBE firms including, where appropriate,
any breaking down of the contract work items (including those items normally performed by the
bidder with its own forces) into economically feasible units to facilitate DBE participation. It is
the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was
made available to DBE firms.
Items of Work
Bidder Normally Breakdown of Amount Percentage
Performs Item Items ($) Of
(y/N) Contract
D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's
rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the
firms involved), and the price difference for each DBE if the selected firm is not a DBE:
Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection
of the DBEs:
Names, addresses and phone numbers of firms selected for the work above:
E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any
technical assistance or information related to the plans, specifications and requirements for the
work which was provided to DBEs:
Page 15-2
June 29, 2012
OB 12-04
Local Assistance Procedures Manual Eablblt 15-H
DBE Information - Good Falth Effort
F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or
related assistance or services, excluding supplies and equipment the DBE subcontractor
purchases or leases from the prime contractor or its affiliate:
G. The names of agencies, organizations or groups contacted to provide assistance in contacting,
recruiting and using DBE firms (please attach copies of requests to agencies and any responses
received, i.e., lists, Internet page download, etc.): '
Name of Agency/Organization Method/Date of Contact Results
H. Any additional data to support a demonstration of good faith efforts (use additional sheets if
necessary):
NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.
OB 12-04
Page 15-3
June 29, 2012
Attachment 3
Federal Forms Required upon Execution of
Agreements
23
KAWPWROJECTSVIREITTSUIffirneyGradeSeperstionTrojecftlitiney Loc Grade Separation TI RPP 10-21-15.doc
Local Assistance Procedures Mongol Exhibit 10-02
Consultant Contract DBE Commitment
1. Local Agency: _-
3. Project Description:
4. Project Location: —
5. Consultant's Name:
EXHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT
2. Contract DBE Goal:
(5,'
6. Prime Certified DBE: 0 7. Total Contract Award Amount
8. Total Dollar Amount for SLI Subconsultante: 9. Total Number of ALL Subcanslrltants:
10. Description of Work, Service, or Materials
Supplied
11. DBE
Certification
Number
12. DBE Contact Information
13. DBE
Dollar
Amount
Local Agency to Completo this Section
20 Local Agency Contract
N. .mhar
21. Federal-AId Project Nranber.
22. Contract Execution
mo
Local Agency certifies that alt DBE certification are valid and Information on
this form is complete and accurate.
23. Local Agency Representative's Signature 24. Date
25. Local Agency Representative's Name 26. Phone
27. Local Agency Representative's Title
14. TOTAL CLAIMED DBE PARTICIPATION
IMPORTANT: Identify all DBE firms being claimed for credit,
regardless of tier. Written confirmation of each listed DBE Is
required.
15. Preparers Signature 16. Date
17. Preparers Name 18. Phone
19. Preparers 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.obllgation of federal funds on contract
ADA Noyes: For IndWiduala with sonsory disabildlea. this document Is available In,atternate formats. For Infomhallen clay (918) 854-8410 or TDD (918)854-
U-99 or ming Records end Forma Management,1120 N Steal, MS -89, Saasmento, CA 95814.
Page l of 2
July 23, 2015
Local Assistance Procedures Manual Exhibit 10-02
Consultant Contract DBE Commitment
INSTRUCTIONS — CONSULTANT CONTRACT DBE COMMITMENT
CONSULTANT SECTION
1. Local Agency - Enter the name of the local or regional agency that is funding the contract.
2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement.
3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic
Rehab, Overlay, Widening, etc).
4. Project Location - Enter the project location as it appears on the project advertisement.
5. Consultant's Name - Enter the consultant's firm name.
6. Prime Certified DBE - Check box if prime contractor is a certified DBE.
7. Total Contract Award Amount - Enter the total contract award dollar amount for the prime consultant.
8. Total Dollar Amount for ALL Subconsultants — Enter the total dollar amount for all subcontracted consultants.
SUM = (DBEs + all Non -DBEs). Do not include the prime consultant information in this count.
9. Total number of ALL subconsultants —Enter the total number of all subcontracted consultants. SUM = (DBEs + all
Non -DBEs). Do not include the prime consultant information in this count.
10. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be
provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own forces, if
the prime is a DBE. If 100% of the item is not to be performed or furnished by the DISE, describe the exact portion to be
performed or furnished by the DBE. Sec LAPM Chapter 9 to determine how to count the participation of DBE firms.
11. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on
the date bids are opened.
12. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants.
Also, enter the prime consultant's name and phone number, if the prime is a DBE.
13. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be
provided. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial
participation.
14. Total Claimed DBE Participation - 8: Enter the total dollar amounts entered in the "DBE Dollar Amount" column.
%: Enter the total DBE participation claimed ("Total Participation Dollars Claimed" divided by item "Total Contract
Award Amount"). If the total % claimed is less than item "Contract DBE Goal," an adequately documented Good Faith
Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM).
15. Preparer's Signature - The person completing the DBE commitment form on behalf of the consultant's firm must
sign their name.
16. Date - Enter the date the DBE commitment form is signed by the consultant's preparer.
17. Preparer's Name - Enter the name of the person preparing and signing the consultant's DBE commitment form.
18. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form.
19. Preparer's Title - Enter the position/title of the person signing the consultant's DBE commitment form.
LOCAL AGENCY SECTION
20. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
21. Federal -Aid Project Number - Enter the Federal -Aid Project Number,
22. Contract Execution Date - Enter the date the contract was executed.
23. Local Agency Representative's Signature - The person completing this section of the form for the Local Agency
must sign their name to certify that the information in this and the Consultant Section of this form is complete and
accurate.
24. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative.
25. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the
consultant's DBE commitment form.
26. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form.
27. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the
consultant's DBE commitment form.
Page 2 of 2
July 23, 2015
A
e
r
as
2
c3
ri
EOE
a
hi
(44
i
i
T
O
•
i°
P4
kc
1
E
10. Company Name and
Business Address
8. Centrad 9. Description of Work, Service, or
Item Materials Supplied
Number
N
8
2
8
iY
U
ri
FL
1
1
1
Local Assistance Procedures Manual
Exhibit 17-F
Final Report-Utllizatlon of Disadvantaged Business Enterprises (DBE)
and First -Tier Sibcontracton
INSTRUCTIONS — FINAL REPORT -UTILIZATION OF DISADVANTAGED BUSINESS
ENTERPRISES (DBE) AND FIRST-TIER SUBCONTRACTORS
1. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
2. Federal -Aid Project Number - Enter the Federal -Aid Project Number.
3. Local Agency - Enter the name of the local or regional agency that is funding the contract.
4. Contract Completion Date - Enter the date the contract was completed.
5. Contractor/Consultant - Enter the contractor/consultant's firm name.
6. Business Address - Enter the contractor/consultant's business address.
7. Final Contract Amount - Enter the total final amount for the contract.
8. Contract Item Number - Enter contract item for work, services, or materials supplied provided. Not
applicable for consultant contracts.
9. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials
provided. Indicate all work to be performed by DBEs including work performed by the prime
contractor/consultant's own forces, if the prime is a DBE. If 100% of the item is not to be performed or
furnished by the 013E, 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.
10. Company Name and Business Address - Enter the name, address, and phone number of all
subcontracted contractors/consultants. Also, enter the prime contractor/consultant's name and phone number,
if the prime is a DBE.
11. DBE Certification Number - Enter the DBE's Certification Identification Number. Leave blank if
subcontractor is not a DBE.
12. Contract Payments - Enter the subcontracted dollar amount of the work performed or service provided.
Include the prime contractor/consultant if the prime is a DBE. The Non -DBE column is used to enter the
dollar value of work performed by firms that are not certified DBE or for work after a DBE becomes
decertified.
13. Date Work Completed - Enter the date the subcontractor/subconsultant's item work was completed.
14. Date of Final Payment - Enter the date when the prime contractor/consultant made the final payment to
the subcontractor/subconsultant for the portion of work listed as being completed.
15. Original DBE Commitment Amount - Enter the "Total Claimed DBE Participation Dollars" from
Exhibits 15-6 or 10-02 for the contract.
16. Total - Enter the sum of the "Contract Payments" Non -DBE and DBE columns.
17. Contractor/Consultant Representative's Signature - The person completing the form on behalf of the
contractor/consultant's firm must sign their name.
18. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing the
form.
19. Phone - Enter the area code and telephone number of the person signing the form.
20. Date - Enter the date the form is signed by the contractor's preparer.
21. Local Agency Representative's Signature - A Local Agency Representative must sign their name to
certify that the contracting records and on-site performance of the DBE(s) has been monitored.
22. Local Agency Representative's Name - Enter the name of the Local Agency Representative signing the
form.
23. Phone - Enter the area code and telephone number of the person signing the form.
24. Date - Enter the date the form is signed by the Local Agency Representative.
Page 2 of 2
July 23, 2015
Z
pi
Z
G.442
Z
ILL
ilV
.
s
G.
n
1
1
m
I
U
ai
!I 1
! 10. DBE 11. Amount Paid
9. DBE Contact Infonnatlon i Certification While CeRllfad
Number
..
1 9. Contract
Item
Number
1
1
1
1
1
a
1
1
i
w
I
I hi
16
Local Assistance Procedures Manual Exhibit 17-0
Disadvantaged Business Enterprises (DBE) Certification Status Cbange
INSTRUCTIONS -DISADVANTAGED BUSINESS ENTERPRISES (DBE)
CERTIFICATION STATUS CHANGE
1. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
2. Federal -Aid Project Number - Enter the Federal -Aid Project Number.
3. Local Agency - Enter the name of the local or regional agency that is funding the contract.
4. Contract Completion Date - Enter the date the contract was completed.
5. Contractor/Consultant - Enter the contractor/consultant's firm name.
6. Business Address - Enter the contractor/consultant's business address.
7. Final Contract Amount - Enter the total final amount for the contract.
8. Contract Item Number - Enter contract item for work, services, or materials supplied provided. Not
applicable for consultant contracts.
9. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted
contractors/consultants.
10. DBE Certification Number - Enter the DBE's Certification Identification Number.
11. Amount Paid While Certified - Enter the actual dollar value of the work performed by those
subcontractors/subconsultants during the time period they are certified as a DBE.
12. Certification/Decertification Date (Letter Attached) - Enter either the date of the Decertification Letter
sent out by the Office of Business and Economic Opportunity (OBEO) or the date of the Certification
Certificate mailed out by OBEO.
13. Comments - If needed, provide any additional information in this section regarding any of the above
certification status changes.
14. Contractor/Consultant Representative's Signature - The person completing the form on behalf of the
contractor/consultant's firm must sign their name.
15. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing the
form.
16. Phone - Enter the area code and telephone number of the person signing the form.
17. Date - Enter the date the form is signed by the contractor's preparer.
18. Local Agency Representative's Signature - A Local Agency Representative must sign their name to
that contracting records and on-site performance of the DBE(s) has been monitored.
19. Local Agency Representative's Name - Enter the name of the Local Agency Representative signing the
form.
20. Phone - Enter the area code and telephone number of the person signing the form.
21. Date - Enter the date the form is signed by the Local Agency Representative.
Page 2 of 2
July 23, 2015
Attachment 4
Specification Section 01400
Quality Control
24
KAWPWROJECISNSTREETSaaneyGradeSeparationTrojeertHamey Lane Grade Separation TI RFP 1x21 -l5 doe
City ofLodi
MADE SEPMAIION HARNEY LANE AT WAR 01400 Quality Control
SECTION 01400 - QUALITY CONTROL
PART 1- GENERAL
1.01 DESCRIPTION
A. This Section dcsaribes the requirements nor quality control.
IA2 DUTIES AND RESPONSIBILITIES OF OWNER'S REPRESENTATIVE
A. The OwneVs Repreahmive and the Owner have the right, bat not the duty, to
monitor and inspect all wok parkland by the Contractor to ensure panorama
of the work to the Contrast Documents and Specitiationa. MI wok deal be
subject to inspection and test by the Ownet:s Representative and the Owner at all
reasonable times and at all pines prior to acceptance. Art such inspection and
test is for the sole benefit of the Owner and shall not relieve the Contractor of
responsibility ibr providing quality control measures to assure that the wade
strictly complies with the contract requirements. No inspection or test by the
Owner or Owner's Representative shall be construed u oonatidding or implying
an *molten=
1.03 CONT'RACTOR'S DUTIES AND RESPONSIBLITIES
A. The Contractor is responsible kr the quality of the work pertbnned under this
Contract as well as the quality dike materiel. equipment, and supplies finished
by it to be incorporated lido the work. 'hien Contractor will provide. fbr approval,
a quality.00nt of plan within 30 days ager the Notice to Proceed fir approval by
the Owner. The plan will include but not be limbed to procurement, delivery tad
insallatioa of material and equipment. The plan will provide specific teats and
per6onmanoe testing requitement, ibr each stage kr each subcontractor and the
General Contractor. Lop and !breis nor tracking all seeps will be provided and
will be signed by the inspectors.
B. The Contractor shall deslgaate a Quality Castrol Rapresai4dve who will be on
aloe at all times while the respective Coate toys work is in progress and will haus
the authodtr and responsibility to accept or ngject Items of watt. The C.ontnctoe's
Quality Control Representative may delegate his dates but the prlmdy
responsibility and authority reds wlh the Contra tor.
C. The Cradraoto' Quality Control Repaesadstivo dap coordinate the submittal of
all shop drawings. product dstei sad samples to the Owner's Representative. Any
submittal that is a change to the Contract requirements shall be identified as such
and transmitted to the Owner's Representative. No work requiring submittal of a
shop drawing, product data. or sample shill be commenced until the submittal has
been reviewed and accepted by the Owaes's Rep+asenprtive and the Engineer.
My &Lodi (Rewind 09116113) Quaky Control 01400 - 236
City of Lodi
GRACE SEPARATION HARNEY LANE AT IIPRR 01400 Quaky Control
D. The Contractor shall cooperate with an approved material besting tshorsixxy to
perforin testing of materials as required by the Contract Drawings end
Specifications, or the Ownees Representative, The Contractor shall provide e
two -working -clay notice when testing/inspection Is required. The Contractor will
request all tests and inapectloos in accordance with the Specifications and the
Owner's Representative fbr requesting testa and inspections. The Contractor will
not contact tate testing firmest directly without going through time Owner's
Representative.
B. The Contractor's Quality Control Representative bull review Ince drawings,
procurement documents, and C.oa nanob to ensure that the technical Munition
provided and all work perfbrmed is h accordance with the latest revisions of the
Contrast Drawings and Specifications.
F. The Cantraoloa's Quality Control Repsesaet rive dell pert= an inspection upon
receipt at the site of all materials, equipment, and supplies. Items which are
damaged or not In oanfbroranee with the respective submittals, quality standards,
Contract Drawings and Specifications will be Identified and segregated ROM
accepted items. Items thus identified shall not be incorporated into the work until
corrective action acceptable to the Owner's RepesentativetOvner is completed.
Items detenmhed mwlvsgeable will be removed from the job site.
O. The Contractor will establish a peribrmanoe-testing plan tbe all egnipme t and
eioctricaI systems. The testing plan will include teat and report firma icor each
type of application and will be approved by the O'wner's Representative. The
peribmtattce testing of the equipment and system will be documented and
approved by the OMnaees Representative. Copies of the approved performance
tests will be required for project closeout ae required by Section 01700 - Project
Closeout.
H. The Contractor's Quality Control Reprostatativo and subcontractors will attend a
weekly Quality Control (QC) meeting. The Contract"' will provide a list of
current controlling activities for that week and bring an outlined speoitioatio n
section to the meeting noting arca applicable fbr impaction/testing fbr the
controlling activities. All requests for testing will be provided titer the current
week and all notices of nen oomplisaoe will be reviewed.
1.
The Contractor will provide copies of his quality control inspection reports
each day. Format 011ie report will be aptxoved by the Owns
The Contractor will maintain a photo record of at least six locations plus special
areas of interest each week. The photos will be provided to the Owner's
Representative the following Monday of earth week.
1.04 INSPECTION AND TESTING
City 'aALaodt (Revised 09/W15) Quality Cantu! 01400 - 237
Cibl of Lodi
MAIM IEPARA1ION IIARIEV LANE AT UM 01400 Quality Control
A. inspection Plan: The Contractor will use a 11 point inspecdon pram tier each
separate feature of went to be peribnmed under this Contract; Le., work described
by each section of the toalminal provisions section of the Specifications. This plat
consists of the followinr
1. Preparatory inspeadon: Prior to commencing the work. the
Quality Cosset !toren:401 ve shall meet with the Owner's R epreastadvs
mud drat the following items as a minimum for ocmfbrmanow
a. Approval of shop drawings and submittals.
b. Approval of hapeclon and test reports of materials and equtpoteat
to be utilized.
o. Comptedoa of previous operation.
d. Availability ofmaterials and equipment required.
e. Nadflomtion ofOwner's Representative. when applicable.
f. Other paparmory steps dependent upon the partiouler
g. Quality
h. S&M y or environmental precautions to be observed.
2. laitW hdpeclion: Upon oompldioa of a repiesentative sample of a given
Stature await. the Contractor's Quality Control Representative shall meet
with the Owne't Representative and check the tbllowimg items as a
minimum ibr cos romance:
a. Wodammaddp to eetablbhed quality sander&
b. Configuration to Contract Dnhwhrga and Specifications.
a Ooastmodon methods, equipment. and tools utilized.
d. Mateiab and adobe utilized.
e. Adequacy of teeting methods.
f. Adequacy of shop drawings.
g. Amy ofaailrar environmental premodern
Cky of t odi (Revised oDwlb/ls) Quality Cartrol 01400 - 238
City ofLndi�Y _
GRADE t AIRATION IIA EY UNE AT UPRR 01400 Q1.Ut/ Control
3. Follow-up Inspections: The Contractor'. Quality Control Representative
shall inspect the work daily to assure the oaatiauhrg conibensunoe of the
work to the workmanship standards established daring the prepentory and
initial inspections. Follow-up inspections will be on a daily baala. If the
Contractor hu not complied with the inspection a tI#ication u to
def active work, the Ownees Representstive will issue a notice of
notrcontplluaoe.
4. Completion Inspection: Upon completion of a given kedsao of the link'
the Cantradoe's Quality Control Repruenutive shall meat with the
Owner's Representative shad City of Lodi Public Works Inspector to
perfirra an impaction of the completed worst. At hunt 24 hours notice
will be required ihr inspections. Nonooni rming shams !hail be Identified
and corrected prier to ooramenoentant of the mart operation.
B. Should the Contractor NI to correct work in a reasonable time, the Owner's
Representative will ISM a Notice of Nanoemplianoe. This is a two-part
notice/reply %rm. The Ownxs'a Representetive will specify the noncompllont
Hem on Part One and the Contractor shall respond on Part Two, indicating the fix
once ft has been accomplished. The Calor will maintain a log of all notices
of noncompliance which shall contain the fbilowing information: Notice number,
description, specification section, date issued, date response Horn the Cantraetor,
date corrected, number of days to correct, and remarks. The Contractor' will
present tax copies of this log at the weekly meetings and shall keep it uuurently
upped. Upon oompl mance with the notice of noncompliance, the Owner's
Representative will officially notify the Contractor.
C. Operation and Check Out Testing: The Contractor than provide personnel and
equipment to perfbrm the opemfonal tests and checkout of the equipment,
fitcilities, or equipment constructed, Marketed, or fastrdbd order this Confront
The Owner's Rcpresentadve will coordinate and witness all such teats.
Notification shall be gives at lout two days in advance of the scheduled tests.
Rehr to rnquirarnente for operating and maintenance dad and traindng speoifed le
Section 01730.
D. Substantial and Final inspection. The Owner's Representative will coordinate all
final inspections of the work. Request far fin&ka ag portions of the work
perfumed under this Contract shall be made to the Owner's Representative at
least 15 days in advance of the inspection. Prior to requesting a substantial
ocmpletlon inrpectIon, all tests ofthc oqudpment and systems anti training shall be
oomplebd. Refer tQ Section 01700 iitr detailed requirements Ibr subatantial
completion and final completion inapectlona Por project cioaoout. The Contractor
will bo provided with a punch list from the Owner indicating Items aver and
above those shown on the Contractor's punch list. The Omer will only provide
Chy of Lodi (Revised OW16/15) Quality (control 01400 - 239
Cit/ of Lodi
GRADE SEPARATION WNW LANK AT UPIIR 01400 Wily Control
two nnpeodons; misleads' (implosion and find completion. Others will be at
dm Cantaalor's mcpane. The Owner will provide a handwritten punch dist to the
Ccntrador. The Contractor will enter and maintain a computerized punch fist
based on the Owner's pumob list in a Homme approved by the Owner's
Representative with one Dopy of the omnputerked lit within five working ds ys
upon receipt oftho Owner's lit and update it an a weekly bads.
The Contractor will at each weekly meeting dining the closeout period provide m
amwtsbsd pumoh lint Indicating those hems width have been completed and are
reacts tor inspection. The Cantraosor will maintain aid beep this Ilt emelt and
provide a soppy to the Owner's Representative cash week until all kerns are
complete. Prior to the request lar adertmtW completion and throughout the 11th
of the prgjeot, the Comrsator will maintain a tering and %specula schedule.
This schedule will be provided at each weekly meeting Moat* the tests or
impetration: which win be regiudeed durbaQ the Mowing week. Based on this
schedule, the Contractor will provide the Required Request fbr 'Ming isms.
1.05 VERIFICATION OF TM REPORTS
A. The Testing Laboratory will submit a verified report in duplicate covering all of
the tests which are required to be made during the progress of the Project. Such
report shall be throbbed at least quarterly and each time that work an tie Protect
is suspended, covering the bests sup to that dme and at the completion of the
Pulled, covering all tests.
1.06 OWNER'S INSPECTOR
A. An inspector employed by the Owner in anconbnoe with the requirements
rdierenoed mq► be assigned to the work.
B. The work of cons ruction in all stages of progress will be subject to the personal,
cont tuous observation of the Inspector. He shall have five somas to any and all
pets of the work M any times Furnish the Inspector reasonable fiailities fir
obtahtthrg such intbrmabion as necessary to keep him folly informed, resp oting
the progress and manner of the work and the character of the materi&
lespeodon of the work shall not relieve the Contractor from sty obligation to
fi lfill this contract.
1.07 SPECIFIC TESTS AND INSPECTIONS
A. As required by code, as specified ht individual sections and section 01410.
I ND OF SUCTION
air of Lodi (Revised OWI915) Quality Castrol 01400 - 240
Attachment 5
Specification Section 01410
Testing
25
K.AWAPROJECTSWIREEISIHmagyaredeScparationTsojecNianiey Lane clsde Sepan don TI RIP 10-21.15.doo
ofLodl
GRADE SEPARAiION HARNEY LAM AT UPRR - 01410 "renting
SECTION 01410 - TESTING
PART 1- GENERAL
1.01 DESCRIPTION:
A. This Section summarises which tests and inspeodoas will be performed by the
Contractor, and which will be performed by the Owner's Reprc.entrdives. The detailed
tests and inspections required to be performed by the Contractor may be found in the
Individual Sections of these Specifications.
1.02 OWNER'S TESTING AGENCY:
A. For the purpose of meeting Architect/Engineer and City requlrcmc hs, the
OWNER will employ and pay for a testing agency, identified in the various
Specifications Sections as "the "Testing Agency", to perform tests, inspections, and
sampling of the following work ager start of construction:
1. Concrete Sampling and Testing
2. Soils sampling and compaction Testing
3. Asphalt Sampling, compaction and testing
4. CMU (Masonry) sampling and testing
S. other as required
B. Tire OWNFR's employment ofthe testing agency shall in no way relieve the
Contactor of his obligations to perforin the wont in accordance with Contract
requirements (see 1.05).
C. The Owner will badroisrge the Contractor for costs incurred ht the event the
Cenhactor's poor quality control of any material requhes excessive repeated testing by
the Owner's Testing Agency.
1.03 QUALITY ASSURANCE:
A. Qualification of Testing Agents: Agencies, buneaua, or laboratories shall be
acceptable to the Architect and meet the requirements ASTM E-329. Failure of Materials
and Equipment Tested or Inspected:
1. The Contractor shall be charged for retesting and reinspection resulting
from the Contractor's noncompliance with the Contract as
evidenced by tests and inspections by the Owner's Testing Agency.
1.04 TESTING AGENCY'S DUTIES:
A. Cooperate with Owner's Representative and the Contractor. Provide qualified
personnel promptly upon notice.
B. Perforin required inspection, sampling and testing of materials and methods of
oonstrucdon.
a of Lodi (Revised 9/16/2015)
Tmaeg 01410 - 241
at/ ofLodi
GRADE O'MATION I ARNEY LANE AT UM 01410 Taman
1. • Comply with specified standards, other recognized authorities as specified.
2. Check For compliance with Contract Documents.
C. Promptly notify the Owner's Representative and the Contactor of observed
irregularities or deficiencies in the wort.
D. Prompdy submit marls to the following:
1. One (1) copy to the Owner's Representative.
2. One (1) copy to the City of Lodi Public wort Deputment.
E. Reports dell include the dab issued and date of test, project title and number,
testing agency's name and address, name and signature of inspector. date of inspection or
samplingoecord ofiempaature and weather, identification of product and Specification
Section, location in Project, type of inspection or tat, reference tv applicable standards
and codes, and observation regarding compliance with Contract Documents.
F. Perform addidonal services as required by the Owner.
G. The luting agency is not authorized to release, revoke, alter or enlarge on the
sequhements ofthe Contract Documents, approve or accept any portion of the work, or
peribrm any of the Contractor's dada.
1.05 CONTRAC'IOR'S :
A. Initiate and coordinate tests and imspeodons required by Contract Documents and
public authorities having jurisdiction ofthe *rook.
B. Notify the OWNER'S Testing Agency through the Owner's Representative in
sufficient time In advance so that the Laboratory may arrange for inspection or testing.
C. When changes of cion schedule are necessary during construction,
coordinate an such changes with the Testing Agency as required.
E. Provide access, facilide% tools, and labor necessary nor duties to be pertbrmed at the
site by the Telling Agency and Inspector, including furnishing ladders, hoisting, lighting,
water supply and like services.
F. Provide and maintain, for the sole use of the Testing Agency, adequate fhclllties for
the snit storage ofmaterials.
aty of Lodi (Revised 91164015)
Toting 01410-242
Cloy of Lodi
GRADE SEPARATION HARNEY LANE AT UPRR 01410 Toting
G. Furnish and deliver samples of materials to be tested at no extra cost to Owner.
Test samples will be selected by the Inspector or Testing Agency and not by the
Contractor.
IL Reports:
1. Have the Testing Inn independently Vanish copies of each test and inspection
report, signed and certified by the Testing Agency Supervising Engisne;er as follows:
a. Owner's Representative two (2) copies.
2. Promptly process and dbtribute (within 48 hours) regained copies oftest reports
and related instructions to assure necessary retesting and replacement of materials with
the least possible delay in progress of the work.
3. The reports shall include detailed infinmatian relative to progress and condition of
work, including variances from the Contract Documents, and stipulating dates, hours,
locations ofthe tenet and inspections, as applicable.
I. Records:
1. Maintain correct records on an appropriate form for all inspections and tests
perib med, instructions received from the Owner or testing agency, and actions taken as
a result of those instructions.
2. These records shall include evidence that the required inspections or tests have
been performed (including type and number of inspections or tests, nature of defects„
causes
for rejection, etc.). proposed or directed remedial action, and corrective action
taken.
3. Document inspections and tests as required by eadr Section ofthe
Specifications.
J. If laws, ordinances, rules, regulations, or orders of public agency having jurisdiction
require work to be inspected, tested or approved by some authority otherthan the Owner,
or Contractor, the Contractor shall give required notices and make arrangements, deliver
to the Owner the certificates of inspection, test, or approval of such public agency, and
pay costs therefore unless otherwise provided in the Contract Documents.
K. Completed Work: Should the Owner require tests and Inspections for work completed
before final acceptance of entire work, burnish necessary facilities, labor, and materials to
uncover or remove work in queetion to extent necessary.
1. If such work is found defbctive due to fault of the Contractor, the Contactor shall
defray expense of removal, test, and inspections, and satialhotory reconstruction. Time
extension may not be granted.
Cagy of Lodi (Revlred 9/16/2015)
Tata 01410 -243
C1tr &FLedi
GRADE SEPARATION HAR1EY LANE AT UPRR 01410 Troll$
2. If such work b found to confbrm with requirements of duo Contract. the
Contractor shall be reimbursed by the Owner for facilities, labor and materials required
for removal, mid casts of satisfactory reconstruction in aoconlanvo with Contract
amounts lbr extra woke. Reasonable time extension shall be stunted.
1.06 TEST PROCEDURES:
A. Testing:
1. Testing Agency will perform tests according to mefhod(s) of test specified
in these Specification or required by current rules and regulations.
2. If no procedure or teat method is specified, testing shall conibnn to
.nate-611 specification references unless odseiwise directed by the Owner.
3. The Testing Agency will tag. seal, label, record, or otherwise suitably
Identify the materials for toting. No materials shall be used in the work until the test
reports are submitted and approved. accepting only the materials specified to be
placed or installed prior to testing.
B. Retesting:
1. Repeat applicable tests at specified intervals, when:
a. The source of supply is changed.
b. The characteristics of the materials cluing° or vary.
c. Umetis tory tat results me received.
2. Quantity and nature ofadditionsl testing. if required, will be determined
by the Owner.
3. Additional tests shall be taken in the presence ofthe Owner's Engineer.
4. Proof ofnon-compliance will make the Contractor liable fbr any corrective
melon which the Owner (bels is prudent, including complete removal and
replacement of delbctive materials.
5. Nothing contained herein is intended to imply that the Contractor does not
have the night to have tests performed an any material at any time for his own
information and job control so long as the Owner does not assume responsibility for
costs or for giving them consideration when appraising quality of materials.
1.07 NOT USED
OW &Lodi (Revised W1612015)
Tatting 01410.244
city °Mods
GRADE SEPARATION HAMMY LANE AT MIR 01410 Test
1.08 CODE COMPLIANCE TESTING:
A. Inspections and tests required by codes or ordinanoes, or by a plan approval
authority, and which aro made by a legally constituted authority, shall be the
responsibility of and shall be backcbarged 10 the Contractor.
1.09 CONTRACTOR'S CONVENIENCE TESTING:
A. Inspection and testing performed exclusively for the Contractor's convenience shall
be the sole responsibility ofthe Contractor.
PART 2 - PRODUCTS:
Not used.
PART 3 - EXECUTION:
Not used.
Forms:
Inspection Request Form
END OF SEC1ZON
aty of Lodi (Revised 9/162015)
Tem 01410 - 245
Attachment 6
Request For Testing Services Form
26
K.IWPIPROJECIMSTRIRBTSViatneyareda9cperatiesft je Allamey Lone Grade Swim TI RFP 10-21-15.doa
CITY OF LODI
REQUEST AND APPROVAL FOR TESTING/INSPECTION SERVICES
PROJECT: GRADE SEPARATION HARNEY LANE AT UPRR DATE:
TESTING/INSPECTION AGENCY: SPEC. REF:
CONTRACTOR: DWG. REF:
REQUESTED BY: Federal Project # STPL-5154 (040)
ITEM
TYPE OF TEST/INSPECTION
LOCATION, TIME & DATE RESULTS
1.
2.
I have personally checked for compliance with contract documents and certify this to be ready for inspection:
Signature Date:
Cofactor Representative
TEST/INSPECTIONS PERFORMED BY:
Signature
Date:
'f esting/iitspectian Agency Representative
COMMENTS:
CITY AUTHORIZATION:
TOTAL HOURS
(City We Only)
Attachment 7
Detail Breakdown (Billing Report)
27
KAWMPROJECTASTRREITSVIemayaradefieparationProjectRIamey Lame &ado Separation T1 RFP 10-21-15.doc
Exhibit B
I
A
b
i
V
1
ii
os
To
i4
_
IIM
it
1
11
Ho
L
Mil
a
mm
MM
MrlrICI
M
i1
rrr
M
M
Ail
4 cyL
il
IIM
M
M
O
N
8
100
222
h
O
O
O
h
80
h
h
!�4p
00
cF
o
tt
�
M
p
'V
Ii
Ar%
i
A
Engineered Fill Observation
Density (Curve) Cal 216
Soil Compaction Testing — Nuclear
O
k
g
f
w
Road Subgrade/Agg. base
compaction Testing
CTM 202 Sieve Analysis
CTM 217 Sand Equivalent
1
it
1Pi
a
CTM 301 R Value
CTM 382 Asphalt Content Ignition
Oven
CTM 309 Max. Specific Gravity
HMA Mix
o
i' )
1
Iv.a
ti
1,11
g
'
Cd
C7
Av
CTM 375 Asphalt Compaction
Testing — Field Coring
y
i
C
;
Mix Design Review - ACI 301
Cement Sampling - ASTM C 183
CTM 521 Compressive Strength
Concrete Specimen
Tensile/Bend Test - ASTM 615-90
Elongation and Yield/ Tensile
Strength
0
1
1
1
c`�
Dnlied Dowel Testing (AASHTO T-
237)
Concrete Placement Inspection
including CTM 539, 540, 504, 518,
543, 556 and 557 as required
L
N
Total Current Billing Due
J
d
§ .
11
,
1
22
m
p
FI
A
M
M
`A
J
A
J
4
11
A
Set of 4
11
MMM
MMM
MMM
g
10
4%
S
$
ici
m
m
S
FiwrtK
200
200
§
80
§
1 20
§
80
O
Mg`i
Concrete Core Testing - ASTM C42
(incl. coring)
1
i
Post Tension Cable Placement 1
I
1
Pick Up and Delivery (separate
trips only)
1
k
2
Mortar Testing - UBC Std. 21-16
Grout Testing UBC Std. 21-18
\
,
:41
rz
a
qB
2
Tensile/Bend Test ASTM 615-90 1
Masonry Placement Inspection,
UBC 1701.5, 7.2
LCMU Block or Brick Testing
Prisms - UBC Std. 21-17
Subtotal
L Structural Steel - _ _
Shop Visual Welding
1 Field Visual Welding
°
1.--:,.
§
1'
'hill
Hill
0
0
•�
�
t
I
:
Subtotal
g
NOT USED
7
2
I
1
ll
PEI2
Lab Technician
7
Qj
im
v
..
tO
v
1
gg
J
k A.f O
1
A
1
z
U
iiip
JA
11
'd
F PR
M
ON
M
O
O
g
rl
h
~
Premium Diff. for OT
Out -of -Town Inspection
(beyond 50 miles)
n
Grand Total
Ow
O
V'!
M
D
OO
v'1
g
IAII
FARTB
REQUEST FOR PROPOSAL PRICING FORM
Proposals are due no later than 5:00 p.m. on:
November 20, 2015
Location:
City of Lodi
Public Works Department
Attn: Gary R. Wiman, Construction Project Manager
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Proposer:.
The undersigned hereby proposes and agrees to furnish any and all required labor, material,
transportation, insurance, and incidentals necessary to provide quality assurance testing and inspecting
services pertaining to the Grade Separation Harney Lane at UPRR Overhead Project in accordance with
the terms and conditions of the Request for Proposal on file at the City of Lodi, Public Works
Department. Proposer declares that the only persons or parties interested in this proposal as principals
are those named herein; that this proposal is made without collusion with any other person, firm, or
corporation; that the undersigned will contract with the City of Lodi to provide these services in the
manner and time prescribed; and that the undersigned will take in full payment therefore an amount
based on the unit prices specified herein below for the various services, the total value of said services
for the not to -exceed sum of 514 62 10 • D D
Dollars.
It is understood and agreed that the quantities of services under each item are approximate, being given
as a basis of comparison of proposals, and the right is reserved by the City to increase or decrease the
amount of work under any item as may be required by the City, in accordance with this agreement.
It is further understood and agreed that the total amount of money set forth for each item of work, or as
the total amount proposed for the project, does not constitute an agreement to pay a lump sum for these
services. The quantities may be increased or decreased depending on the job requirements.
IMPORTANT NOTICE
If the proposer is a corporation, state legal name of corporation, also names of president, secretary,
treasurer, and manager thereof. If a co -partnership, state true name of firm. If an individual, state first
and last name in full.
Firm Name: terra -Uf
By:(�,cilrtkI Ott
Dated: II/ i a= l Y_
11
K:IwPWROJECfSISTRRETS1HameyGradeSeparstionlProjax4Hamey Lane Grade Separation TI RFP 10 21-15.doc
lierracon
Item
Description
1 Soil/Asphalt
Qty Unit Field Unit Lab Unit Total Cost
Price Price
Engineering Fill Observation
Density (Curve) Cal 216
Soil Compaction Testing -Nuclear Gauge
Footing Verification Inspection
Road SubgradelAgg Base Compaction Testing
CTM 202 Sieve Analysis
CTM 217 San Equivalent
CTM 229 Aggregate Durability
CTM 301 R Value
CTM 382 Asphalt Content Ignition Oven
CTM 309 Max Specific Gravity HMA Mix
CTM 308 Max Specific Gravity of Compacted Mix
HMA Mix Design Review
Asphalt Compaction Testing - Nuclear Gauge
CTM 375 Asphalt Compaction Testing - Field Coring
800
25
800
100
100
10
10
10
5
10
10
10
5
80
40
Hr,
Ea
Hr.
Hr.
Hr.
Ea.
Ea.
Ea.
Ea.
Ea.
Ea.
Ea.
Ea.
Hr.
Hr.
$ 120.00
$ 120.00
$ 130.00
$ 120.00
$ 120.00
$ 165.00
$ 200.00
$ 75.00
$ 120.00
$ 160.00
$ 270.00
$ 160.00
$ 165.00
$ 50.00
$ 250.00
$ 96,000.00
$ 5,000.00
$ 96,000.00
$ 13,000.00
$ 12,000.00
$ 750.00
$ 1,200.00
$ 1,600.00
$ 1,350.00
$ 1,600.00
$ 1,650.00
$ 500.00
$ 1,250.00
$ 9,600.00
$ 6,600.00
Subtotal $ 248,100.00
lierracon
Item
Description
Qty
Unit
Field Unit
Price
Lab Unit
Price
Total Cost
2
Cast -in -Place -Concrete
Mix Design Review - ACI 301
5
Ea.
$ 200.00
$ 1,000.00
Cement Sampling - ASTM C 183
5
Ea.
$ 200.00
$ 1,000.00
CTM 521 Compressive Strength Concrete Specimen
80 sets
4 cyl.
$ 112.00
$ 8,960.00
Tensile/Bend Test - ASTM 615-90
40
Ea.
$ 145.00
$ 5,800.00
Elongation and Yield/Tensile Strength
40
Ea.
$ 20.00
$ 800.00
Reinforcement Placement Inspection
300
Hr.
$ 130.00
$ 39,000.00
Drilled Dowel Testing (AASHTO T-237)
40
Hr.
$ 130.00
$ 5,200.00
Concrete Placement Inspection including:
CTM 539,540,504,518,543,556,and 557 as required.
400
Hr.
$ 130.00
$ 52,000.00
Concrete Core Testing - ASTM C42 (Including coring)
10
Ea.
$ 120.00
$ 1,200.00
Drilled in Anchor Testing
40
Hr.
$ 130.00
$ 5,200.00
Post Tension Cable Placement
200
Hr.
$ 130.00
$ 26,000.00
Post Tensioning Inspection
60
Hr.
$ 130.00
$ 7,800.00
Pickup and Delivery of Samples (separate trips only)
40
Ea./set
$ 5.00
$ -
$ 200.00
Subtotal
$ 154,160.00
lierracon
Item
3
Item
4
Item
Description
Masonry
Mortar Testing - UBC STd. 21-16
Grout Testing UBC Std. 21-28
Mix Design Review/Report
Tensile Bend Test ASTM 615-90
Masonry Placement Inspection, UBC 1701.5, 7.2
CMU Block or Brick Testing
Prisms - UBC Std. 21-17
Description
Structural Steel
Shop Visual Welding
Field Visual Welding
Shop Fabrication Inspection
Field Bolting (Torque) Inspection w! Reports
Metal Deck Welding
Ultrasonic Testing
5 NOT USED
Description
QtY
25
25
3
10
200
4
4
Qty
200
200
200
100
80
100
Qty
Unit
Set
Set
Ea.
Ea.
Hr.
Set of 4
Ea.
Unit
Hr.
Hr.
Hr.
Hr.
Hr.
Hr.
Unit
Field Unit Lab Unit
Price Price
$ 130.00
Field Unit
Price
$ 105.00
$ 130.00
$ 105.00
$ 130.00
$ 130.00
$ 130.00
Field Unit
Price
$ 84.00
$ 84.00
$ 200.00
$ 165.00
$ 740.00
$ 185.00
Subtotal
Lab Unit
Price
Subtotal
Lab Unit
Price
Total Cost
$ 2,100.00
$ 2,100.00
$ 600.00
$ 1,650.00
$ 26,000.00
$ 2,960.00
$ 740.00
$ 36,150.00
Total Cost
$ 21,000.00
$ 26,000.00
$ 21,000.00
$ 13,000.00
$ 10,400.00
$ 13,000.00
$ 104,400.00
Total Cost
Terracon
Item
Description
Qty
Unit
Field Unit
Price
Lab Unit
Price
Total Cost
6
Professional Services
Senior Staff Engineer
20
Hr.
$ 145.00
$ 2,900.00
Field Technician
100
Hr.
$ 120.00
$ 12,000.00
Lab Technician
80
Hr.
$ 95.00
$ 7,600.00
Subtotal
$ 22,500.00
Item
Description
Qty
Unit
Field Unit
Price
Lab Unit
Price
Total Cost
7
Miscellaneous
Premium Diff. For OT
100
Hr.
$ 40.00
$ 4,000.00
Out -of -Town Inspection (beyond 50 miles)
40
Hr.
$ 90.00
$ 3,600.00
Mileage (beyond 50 miles)
500
Mile
$ 0.70
$ 350.00
Subsistenance (beyond 50 miles)
10
Day
$ 135.00
$ 1,350.00
Subtotal
$ 9,300.00
Grand Total
$ 574,610.00
lrerracon
4 February 2016 Proposal Number: PNA150413
Mr. Gary Wiman
Construction Project Manager
City of Lodi
221 W. Pine Street
Lodi, CA 95240
Re: Proposal to Provide Construction Materials Testing and Inspection Services
Dear Mr. Wiman:
Terracon is pleased to submit a proposal to provide materials testing and inspection services for the Grade Separation Hamey
Lane at UPRR Overhead project located in Lodi, Califomia. We have extensive experience providing construction materials testing
and inspection services.
Terracon has offices based in Lodi, Sacramento, and Concord, California, and provides a wide range of engineering services
induding geotechnical, materials, foundation and structural engineering, geophysical exploration, environmental and geosciences,
forensic investigations, pod engineering, and aquatic design. We continue to view our company as a vital and growing consulting
firm of engineers and scientists, providing multiple related service lines to clients at local, regional, and national levels. M of our
services are delivered on a timely basis with high value and attention to client needs.
Benefits to working with Terracon include:
Responsiveness: Acting quickly to meet your deadlines, our employee owners are always available to you. With convenient
locations across the country, were able to qtiddy mobilize a workforce to respond to accelerated schedules and your
changing needs.
Resourcefulness: Applying new processes, methodologies, and techniques allows us to take a proactive approach to
solving project challenges and deliver your projects better and faster. With our nationwide network of offices, we can initiate
services easily on one or multiple projects simultaneously.
Reliability: With vast experience working in local conditions, Terracon is a dependable partner throughout the fife of your
project. We delver practical and constructible solutions, while avoiding delays, surprises, and costly mistakes down the road.
We are confident that Terracon will provide the City of Lodi with a high level of service and look forward to working with you. Should
you have any questions regarding the attached proposal, please contact me at (209) 367-3701 or email me at
tmschiess@terracan.com. Thank you for your time and consideration.
Sincerey,
Terracon,
Troy M. Schiess, PE 71404
Materials Department Manager
Terracon 902 Industrial Way Lodl, CA 95240
Main (209) 367-3701 Fax (209) 333-8303 Dispatch (209) 263-0600 terracon.com
Environmental • Facilities • GHntcchr ICaI • Materials
Environmental ■ Facilities • Geotechnical ■ Material■ Pool Engineering
Project Name: Grade Separation Hamey Lane at UPRR Overhead
Proposal No. PNA150413
Service
Rate
G QUD 1
Lead Project Inspector — Regular Time (8hr shift)
$1080/shift
Lead Project Inspector - Overtime
$164/hour
Lead Project Inspector — Double-time
$195/hour
Group 2
Building/Construction Inspector — Regular Time (8hr shift)
$1030/shift
$160/hour
Building/Construction Inspector —Overtime
Building/Construction Inspector — Double-time
$192/hour
Group 3
Inspector/Technidan — Regular Time (8hr shift)
$910/shift
Inspector/Technician — Overtime
$137/hour
Inspector/Technidan — Double-time
$161/hour
Additional services requested beyond what is outlined in the above proposal will be invoiced per our attached fee schedule. Time
shall be billed from portal to portal. Weekends and holidays will be charged in 4 and / hour increments. Overtime and doublet -time, if
any, will be applied per the Califomia Labor Law
Prevailing Wage Requirement: Public works contract provisions require the Contactor and its subcontractors 10 pay aN workers employed on the project no less
than the specified general prevailing wage rates for the work classification in which they are performing.
Terracon 902 Industrial Way Lodi, CA 95240
Main (209) 367-3701 Fax (209) 333-8303 Dispatch (209) 263-0600 terracon.com
Environmental • Facilities • Geotecl1nicaI • Materials
lTerracDn I 59
2016 Schedule of Services and Fees
Environmental, Geotechnical, Structural, Pool Engineering, Aquatic Design, and Materials Services
ENGINEERING SERVICES
Senior Principal Engineer 250.00/hr
Principal Engineer/Geologist 225.00/hr
Associate Engineer/Geologist 190.00/hr
Senior Engineer / Geologist / Sdentist 175.00/hr
Project Engineer / Geologist/ Scientist 165.00/hr
Staff Engineer / Geologist / Scientist 135.00/hr
Expert Consulting 275.00/hr
Expert Testimony 495.00/hr
Asphalt Concrete Consulting 145.00/hr
ICC Inspector (Reinfordng Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing) 85.00/hr
AC/Soils Inspedor with Nuclear Gauge 89.00/hr
Certified Fietd/Shop Welding Inspector (AWS/CWI) 105.00/hr
DSA Masonry Inspector 105.00/hr
CAD Designer 100.00/hr
CAD Drafter 88.00/hr
Accountant 95.00/hr
Administrative Assistant 65.00/hr
HOT MIX ASPHALT (HMA) SERVICES
HMA Placement Inspector 92.00/hr
HMA Density Process Control 92.00/hr
HMA Density Cores 110.00/hr
HMA Data Cores 110.00/hr
HMA Production Inspector 92.00/hr
HMA Design Review 200.00/ea
Lead Project Inspector Request Quote
Building/Construction Project Inspector Request Quote
Caltrans Certified Laboratory Technician 92.00/hr
CTM125 Sample Hwy Material 92.00/hr
Quality Control Manager 150.00/hr
Quality Control Plan 500.00/ea
EXPLORATION
GEOPHYSICAL
Seismic Refraction 1D -3D, Seismic Source DAQlink III, 24 Channel Acquisition System, 2 man crew
Multi -Channel Analysis of Surface Waves 1D -3D, Seismic Source DAQlink III, 24 Channel
Acquisition System, 2 man crew
Ground Penetrating Radar, special antennas may warrant additional charge
In-situ Soil Resistivity Testing, Mini -nes tester
Post Processing and Analysis
pitm ING
Drilling/Sampling (Track mounted rigs, 2 -person crew)
Drilling/Sampling (Simon 2400 and Mobile B24 truck mounted, Minute Man, 2 person aew)
Drilling/Sampling (CME75 Auger)
Drilling/Sampling (CME75 Mud Rotary w/desander)
Drilling and Sampling (CME75 Rock Coring)
Borehole Grouting
Responsive 0 Resourceful 0 Reliable
280.00/hr
280.00/hr
225.00/hr
185.00/hr
165.00/hr
275.00/hr
225.00/hr
285.00/hr
325.00/hr
Request Quote
285.00/hr
Page 1 of 6
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commercial Circle Unit E Concord, CA 94520
lTerracon I 54.10.
2016 Schedule of Services and Fees (Continued)
Hand -Auger Soil Sample (1 -person Crew) 135.00/hr
Coring 1 Man Crew w/o Trailer (Quote will be given upon request for second operator) 145.00/hr
Coring 1 Man Crew w/Trailer (Quote will be given upon request for second operator) 165.00/hr
Bit Charges per 6" max core length, 4" max core diameter 34.00/ea
Support Truck not induding mileage (500 gallon water tank) 250.00/day
2'5c6" Stainless -Steel Tubes and Caps, recycled 10.00/each
Permitting Fees Cost + 20%
Bailers (disposable) 10.00/ea
Sampling Supplies (gloves, water, rope, etc.) 25.00/day
Photo -ionization Detector (PID) 125.00/day
Water Level Indicator 30.00/day
ph/Conductivity/Temp Meter 50.00/day
Dissolved Oxygen Meter 50.00/day
Steam Cleaner 100.00/day
Cement Pump and Mixer 100.00/day
Drums 75.00/ea
Drilling Supplies Cost + 25%
Laboratory Analysis Cost + 30%
GEOTECHNICAL SOILS AND AGGREGATES
Direct Shear Test:
Unconsolidated - Undrained 140.00/pant
Consolidated - Undrained 165.00/point
Consolidated - Drained 185.00/pant
Triaxial Compression Test
Unconsolidated Undralned Triax D2850 185.00/point
Consolidated Undrained Triax D4767 Request Quote
Consolidated - Drained Request Quote
Consolidated - Undrained with Pore Pressure Measurements Request Quote
Consolidation Test:
Swell Only 200.00/ea
Consolidation without lime Rate 340.00/ea
Consolidation with Time Rate, per Toad inaement (additional charge) 120.00/ea
LABORATORY
HOT MIX ASPHALT (HMA)
Job Mix Formula (Reduced Rate for Multiple JMF's) Request Quote
CTM 202 Sieve Course Agg 60.00/ea
CTM 202 Sieve Rne Agg 75.00/ea
CTM 202 Sieve Ignition Sample 140.00/ea
CTM 202 Batch Plant Gradation Report 50.00/ea
CTM 204 Plasticity Index 125.00/ea
CTM 205 Determining % Crushed Particles 185.00/ea
CTM 206 Bulk SpG & Absor Coarse Agg 70.00/ea
CTM 207 Bulk SpG (SDD) Fine Agg 90.00/ea
CTM 211 LA Rattler Request Quote
CTM 214 Sodium Sulfate Soundness (per Sieve) 150.00/ea
CTM 217 Sand Equivalent 140.00/ea
CTM 226 Moisture Content of Aggregates by oven drying 40.00/ea
Responsive D Resourceful 0 Reliable
Page 2 of 6
902 Industrial Way Lodl, CA 95240 ♦ 50 Goldenland Ct #100 Saaamento, CA 95834 • 5075 Commeraal Circle Unit E Concord, CA 94520
lierracon
2016 Schedule of Services and Fees (Continued)
CTM 227 Cleanness Coarse Agg
CTM 229 Durability Index
CTM 234 - AASHTO T304 Fine Angularity
CTM 235 - ASTM D4791 Flat and Elongated Particles
CTM 304 AC Sample Preparation
CTM 308 Bulk Spec Gray Bit Mix (Cores and Briquettes)
CTM 309 Theo Spec Gav Bit Mix
CTM 366 Stabilometer Value (Set of 3)
CTM 370 Moisture Content of Bit Mix by Microwave
CTM 371 Tensile Strength Ratio Reid Mix
CTM 382 Ignition Fumaoe Asphalt Content
CTM 382 Ignition Furnace Calibration (1 per new source)
CTM 382 Ignition Fumaoe Calibration with Time
LP -1 Theo Max SpG Mix with Dif AC Cont
LP -2, 3, & 4 - HMA Volumetrics (VMA, VFA, DP) Calculations Report
LP -10 Sampling and Testing CRM
ASTM D2974 Organic Matter
ASTM D5334 Thermal Resistivity
MARSHALL MDC DESIGN
Marshall Mix Design
ASTM D1559 Stability & Flow
ASTM D1075 Immersion & Compression Retained Strength
ASTM D2726 Unit Weight
ASTM D2172 Extraction
ASTM D2172 Extraction with Gradation
ASTM D2041, D2172 Max. Specific Gravity of Bituminous Mix.
AGGREGATES
ASTM C88 Sodium or Magnesium Sulphate Soundness (per sieve size)
ASTM C40 Injurious Impurity Matter
ASTM C29 Unit Weight (aggregate)
CTM 212 Unit Weight (aggregates)
CTM 217 Sand Equivalent Test
C128 Specific Gravity, Fine
C127 Specific Gravity, Coarse
C535 Los Angeles Rattler Test (500 revolutions)
CTM 227 Cleanness Value, Coarse Aggregate
CTM 229 Durability Index: Rne & Coarse Aggregate
C142 Percent Friable Particles
Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE, Durability)
SOILS
Atterberg Limit 04318
Permeability Falling Head
Specific Gravity Determination ASTM D854
C136 Sieve Analysis Fine
C136 Sieve Analysis Course
Wash 200 D1140
Hydrometer ASTM D422
Responsive 0 Resourceful D Reliable
165.00/ea
200.00/ea
200.00/ea
200.00/ea
50.00/ea
30.00/ea
165.00/ea
300.00/ea
50.00/ea
850.00/ea
160.00/ea
400.00/ea
500.00/ea
150.00/ea
75.00/ea
200.00/ea
80.00/ea
600.00/ea
Request Quote
110.00/ea
110.00/ea
30.00/ea
300.00/ea
440.00/ea
150.00/ea
135.00/ea
75.00/ea
80.00/ea
80.00/ea
120.00/ea
70.00/ea
90.00/ea
300.00/ea
165.00/ea
200.00/ea
165.00/ea
695.00/ea
125.00/ea
280.00/ea
90.00/ea
115.00/ea
80.00/ea
230.00/ea
Page 3 of 6
902 Industrial Way Lodi, CA 95240 ♦ 50 Goidenland Ct #100 Sacramento, CA 95834 • 5075 Commerdal arde Unit E Concord, CA 94520
lrerracon
2016 Schedule of Services and Fees (Continued)
Laboratory Maximum Dry Density/Optimum Moisture Content Determination
4" mold AASHTO T99, ASTM D698
6" mold AASHTO T99, ASTM D698
4" mold AASHTO T180, ASTM D1557
6" mold AASHTO T180, ASTM D1557
CTM 216 Relative Compaction, Untreated and Treated Soils
CTM 301 R -Value Untreated Samples
CTM 301 R -Value Treated Samples
pH Test
pH -Lime Determination Test
Resistivity and pH Test CTM 643
Swell Test (Expansion Index) ASTM D4829
CTM 373 Unconfined Compressive Lime treated Specimen
Compressive Strength Cement
Compressive Strength Lime
Percent Lime/Cement Design, based on compressive strength
(includes R -value, pH Lime Determination and Unconfined Compressive Strength)
Unconfined Compression Test ASTM D2166
MASONRY BRICK/BLOCK/T=L
Compression Tests on Core Specimens (includes prep) ASTM C42
Shear Tests Masonry Cone
Compression Tests: (Same price for untested "hold" spedmens)
Compression Test Grout Molds
Compression Test Mortar Cylinder
Compression 2"x4" Cylinder Molds
Compression Masonry Prism (2 -block, mortared & grouted)
Concrete Masonry Unit:: (Same price for untested "hold" spedmens)
Compression Test Masonry Unit 8"x5 x16"
Masonry Absorption Tests ASTM C140
Masonry Shrinkage (Volume Change)
Masonry Lineal Shrinkage with Absorption
Masonry Shrinkage with Absorption and Compression
CONCRETE
Concrete Mix Design Review
Additional Concrete Mix Design (using same materials)
Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests
Floor Flatness Testing
Floor Flatness Report
Unit Weight Fireproofing
Compression Test Concrete Cylinders (same pride for untested "hold" specimens)
Flexural Strength, Concrete Beams, 6"x6"x24 ASTM C78
Cylinder Molds (6"x12")
Cement Content of Hardened Portland Cement Concrete ASTM C85
Shrink Bar Testing (3 bars per set) ASTM C157
Compression Tests on Core Specimens (indudes prep) ASTM C42
Calcium Chloride Moisture Test Kit (includes calculations)
Responsive U Resourceful 0 Reliable
235.00/ea
245.00/ea
235.00/ea
245.00/ea
220.00/ea
325.00/ea
325.0%a
60.00/ea
175.00/ea
200.00/ea
215.0%a
300.00/ea
300.00/ea
300.00/ea
1600.0%a
120.00/ea
75.00/ea
145.00/ea
28.0%a
28.00/ea
15.0%a
185.00/ea
185.00/ea
105.00/ea
185.00/ea
260.00/ea
420.00/ea
200.00/ea
150.00/ea
Request Quote
135.00/hr
450.00/ea
50.00/ea
28.00/ea
125.00/ea
7.00/ea
Request Quote
420.00/set
75.0%a
80.00/ea
Page 4 of 6
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commerdal Circle Unit E Concord, CA 94520
lrerracon I 59
2016 Schedule of Services and Fees (Continued)
STEEL AWS/ASTM/ASME/ANSI/API
Structural Steel
Tensile & Bend Tests:
Reinforcement Steel Tensile & Bend <5
Reinforcement Steel Tensile & Bend 6 to 9
Reinforcement Steel No. 10 and larger
High-strength Bolt, Nut & Washer Testing
Rockwell Hardness Test
HSB Torque Wrench Calibration
Welder Qualification and Weld Procedure Qualifications:
Weld Procedure Qualifications
Welder Qualification Plate Groove Weld- 1G, 2G, 3G, 4G
Welder Qualification Pipe Groove Weld - 1G, 2G, 5G, 6G, 6GR
Welder Qualification Plate Fillet Weld - 1F, 2F, 3F, 4F
Welder Qualification Pipe Fillet Weld - 1F, 2F, 4F, 5F
WPS Test Plate (set)
WPS Test Pipe (set)
NON-DESTRUCTIVE TESTING
High Strength Bolt (HSB) Testing
Bolt Pull/Load Testing
Rebar Pull Testing
Ceiling Wire Pull Testing
NDT GPR (for reinforcement locating only, other uses refer to Geophysical services)
Pachometer
STANDARD POOL ENGINEERING SERVICES
The fees quoted indude response to plan check.
Remodel Pian [Engineer site visit may be required]
Remodel Pool Plan (typical in -ground) [Engineer excavation inspection required]
Residential Pool Plan (drilled piers) [Geotechnical investigation report required]
Commercial Pool Plan (typical in -ground) [Geotechnical investigation report required]
Commercial Fool Plan (drilled pier) [Geotechnical investigation report required]
Commerdal/Vault Pool Plan
On -Site Steel and/or Excavation Observation
Custom Swimming Pool Detail
Custom Retaining Wall Design (1 height)
Additional Heights
Structural Design Computation copies
Additional Plan Sheets
Consulting Letter
Patio Comer/Trellis Design
Forensic Site Visit
Full Service Aquatic Design
Epoxy Injection
Responsive 0 Resourceful 0 Reliable
135.00/ea
165.00/ea
205.00/ea,
plus machining cost +20%
350.00/set
70.00/ea
320.00/ea
750.00/ea
130.00/ea
225.00/ea
75.00/ea
95.00/ea
65.00/ea
85.00/ea
125.00/hr
115.00/hr
115.00/hr
140.00/hr
165.00/hr
140.00/hr
800.00/min
800.00/min
Request Quote 3,100.00/min
Request Quote 1,500.00/min
Request Quote 3,500.00/min
Request Quote 2,000.00/min
400.00/min
500.00/min
500.00/min
200.00/ea
20.00/ea
15.00/ea
185.00/min
Request Quote 900.00/min
Request Quote 600.00/min
Request Quote
1,800/min first 10', 60.00/ft. after
Page 5 of 6
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commerdal Orde Unit E Concord, CA 94520
lrerracon 1 50.
2016 Schedule of Services and Fees (Continued)
MISCELLANEOUS
Automobile Mileage
Subsistence and Lodging
Equipment Rental
Field Report Preparation
Pad Certification Report
Final Letter (Testing/Inspections)
Additional Copy of Report (wet -signed)
Miscellaneous Item Charge
Air & Ground Transportation
CAD — Prints
Responsive 0 Resourceful 0 Reliable
0.90/mile
cost + 20%
cost + 20%
50.00/each
150.00/each
200.00/each
50.00/each
Cost +20%/each
Cost +20%/each
10.00/sheet
Page 6 of 6
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commerdal Circle Unit E Concord, CA 94520
Exhibit C
Insurance Reouiremonts fgr Consultant The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from daims for damages for personal injury, including
accidental death, as well as from daims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured, Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor, whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the daims period or statutes of limitations
found in the Califomia Tort Claims Act (Califomia Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be fumished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City
of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as
additional named insureds. An additional named insured endorsement is also required for Auto Liability.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 0413.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of the proiect that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary -and -non -co 'butory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
Page 11 of 2 pages .- Risk: rev.08.2015
(e) Severabilitv of Interest Clause
The term "insured' is used severally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
(f) Notice of Cancellation or Change in Coverage Endorseme (
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(g) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall fumish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall Immediately notify the City and
immediately obtain replacement insurance.
(h) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1°) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(i) Qualified Insurers)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of Califomia which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of Califomia eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation Is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 21 of 2 pages I Risk: rev.08.2015
AMENDMENT NO. 1
Michael Baker International, Inc.
Professional Services Agreement
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is
made and entered this day of , 2016, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and MICHAEL BAKER
INTERNATIONAL, INC. (hereinafter "CONSULTANT").
WITNESSETH:
1. WHEREAS, CONSULTANT and CITY entered into a Professional Services
Agreement (Agreement) on May 26, 2015, and Consent to Assign on January 27,
2016, as set forth in Exhibit 1 (attached); and
2. WHEREAS, CITY requested to amend the Scope of Services as set forth in
Exhibit 2 (attached); and
3. WHEREAS, CITY requested to amend the fees to increase the existing not to
exceed amount by $24,000, for a total, not to exceed $43,999, as set forth in
Exhibit 3 (attached); and
4. WHEREAS, CITY requested to amend said Agreement to extend the term
through March 30, 2018; and
5. WHEREAS, CONSULTANT agrees to said amendment.
NOW, THEREFORE, the parties agree to amend the Scope of Services, Fees,
and Term of the Agreement. All other terms and conditions of the Agreement remain
unchanged.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Amendment No. 1 on , 2016.
CITY OF LODI, a municipal corporation MICHAEL BAKER INTERNATIONAL, INC.
Hereinabove called "CITY" Hereinabove called "CONSULTANT"
STEPHEN SCHWABAUER
City Manager
Attest
JENNIFER M. FERRAIOLO, City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
Name:
Title:
Exhibit 1
CONSENT TO ASSIGNMENT- CONTRACT #6460
MICHAEL BAKER INTERNATIONAL, INC.— PAYROLL AND LABOR COMPLIANCE REVIEW
SERVICES
THIS CONSENT TO ASSIGNMENT OF PROFESSIONAL SERVICES AGREEMENT, is
made and entered this Jitil day of , 2016, by and between the CITY OF LODI, a
municipal corporation (hereinafter "CITY"), MICHAEL BAKER INTERNATIONAL, INC.,
(hereinafter "CONSULTANT").
WITNESSETH:
1. WHEREAS, Pacific Municipal Consultants and CITY entered into a Professional
Services Agreement (Agreement) on March 24, 2015, as set forth in Exhibit 1
(attached);
2. WHEREAS, Pacific Municipal Consultants wishes to assign the Agreement to Michael
Baker International, Inc.; and
3. WHEREAS, CITY consents to said assignment;
NOW, THEREFORE, the City provides approval to Pacific 'Municipal Consultants to
assign and agrees to and CONSULTANT accepts the assignment of the Agreement set forth in
Exhibit 1. All other terms and conditions, including compensation, shall remain as set forth in
the Agreement as set forth in Exhibit 1.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Amendment
No. 1 on 1 A.nukt, c- Y) , 2016.
CITY OF LODI, a municipal corporation MICHAEL BAKER INTERNATIONAL, INC.
hereinabove called "CONSULTANT"
STEPH SCHWA
City Manager
'me: ACevcr' G,�� r
Title: v tce efcsrae(*
Attest: PACIFIC MUNICIPAL CONSULTANTS
NIFER 11 FERR IOLO PHILIP O. CARTER
i y Clerk Vice -President
w-_
Approved as to Form:
JANICE O.' MAGDICH
City Attorney
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Exhibit 1
=�>
.;��,
Section 1.1 Parties
THIS AGREEMENT is entered into on (fV f h 2 , 2015,
by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
Pacific Municipal Consultants (PMC) (hereinafter "CONSULTANT").
Section 1.2 Purpose
CITY selected the CONSULTANT to provide the services required in accordance
with attached Scope of Services, Exhibit A, attached and incorporated by this reference.
CITY wishes to enter into an agreement with CONSULTANT for assistance in
documenting and ensuring contract compliance with State and Federal regulations
(hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A.
CONSULTANT acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONSULTANT, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONSULTANT shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONSULTANT shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONSULTANT shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONSULTANT's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONSULTANT shall
1
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONSULTANT shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONSULTANT acknowledges that CITY has relied on CONSULTANT's
capabilities and on the qualifications of CONSULTANT's principals and staff as identified
in its proposal to CITY. The Scope of Services shall be performed by CONSULTANT,
unless agreed to otherwise by CITY in writing. CITY shall be notified by CONSULTANT
of any change of Project Manager and CITY is granted the right of approval of all
original, additional and replacement personnel at CITY's sole discretion and shall be
notified by CONSULTANT of any changes of CONSULTANT's project staff prior to any
change.
CONSULTANT represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONSULTANT represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONSULTANT to practice its profession, and
that CONSULTANT shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
The City acknowledges and agrees that the Consultant has invested
considerable time and money that would be difficult to quantify in the training and
development of Consultant's employees. Therefore, without receiving the Consultant's
written permission, the City agrees not to hire, retain or contract with any employee of
Consultant who performs services for the City under this Agreement for a period of one
year from the date this Agreement is terminated.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONSULTANT shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
2
Section 2.6 Term
The term of this Agreement commences on March 30, 2015 and terminates upon
the completion of the Scope of Services or on March 30, 2017, whichever occurs first.
Section 2.7 Option to Extend Term of Agreement
At its option, City may extend the terms of this Agreement for an additional two
(2) one (1) -year extensions; provided, City gives contractor no Tess than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terms and conditions of this
Agreement continue and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed four (4) years.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation _
CONSULTANT's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONSULTANT shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONSULTANT shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONSULTANT's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal. CITY shall make
payment within thirty (30) days receipt of each properly submitted invoice.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
3
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONSULTANT
to CITY for services under this Agreement. Upon request, CONSULTANT agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONSULTANT agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONSULTANT agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or Its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONSULTANT further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONSULTANT shall not
discriminate in the employment of its employees or in the engagement of any sub
CONSULTANT on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONSULTANT shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibilitv for Damage
CONSULTANT to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
designated volunteers from and against any claims, damages, losses, and expenses
(including reasonable attorney's fees), arising out of performance of the services to be
performed under this Agreement, to the extent any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONSULTANT, any
subcontractor employed directly by CONSULTANT, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
4
injuries or damages arising out of the active negligence or willful misconduct of the City
of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONSULTANT
CONSULTANT shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONSULTANT each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONSULTANT shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY:
To CONSULTANT:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Julia Tyack, Transportation Planner
Pacific Municipal Consultants (PMC)
Attn: Philip O. Carter, President
2729 Prospect Park Drive, Suite 220
Rancho Cordova, CA 95670
5
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONSULTANT is Not an Employee of CITY
CONSULTANT agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent CONSULTANT for and on behalf of CITY and
not an employee of CITY. CITY shall not direct the work and means for accomplishment
of the services and work to be performed hereunder, CITY, however, retains the right to
require that work performed by CONSULTANT meet specific standards without regard to
the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY or CONSULTANT may terminate this Agreement, with or without cause, by
giving the other party at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase,
Upon termination, CONSULTANT shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONSULTANT shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONSULTANT with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONSULTANT agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONSULTANT and clearly marked by CONSULTANT as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONSULTANT. CONSULTANT acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law. Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
witl�aid laws, but the remainder ofthis Agreement shall be in force and effect. In the
6
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONSULTANT acknowledges that Lodi Municipal Code Section 3.01.020
requires CONSULTANT to have a city business license and CONSULTANT agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and CONSULTANT
as to those matters contained herein. No prior oral or written understanding shall be of
any force or effect with respect to those matters covered hereunder. This Agreement
may not be modified or altered except in writing, signed by both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability.
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONSULTANT shall allow CITY to inspect all such
documents during CONSULTANT's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONSULTANT to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONSULTANT harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
® If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Agreement as of the date first above written.
ATTEST.
CITY OF LODI, a municipal corporation
NIFER FERRAIOLOTEPHEN SCHWABAU
Clerk
644ityyManager
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By ; _
PACIFIC MUNICIPAL CONSULTANTS (PMC)
By:
Name: PHILIP O. CARTER
Title: -President
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: Various Federal Proiect Accounts
(Business Unit & Account No.)
Doc ID:WP\Projects\PSAs\PMC2015
CA:rev.01.201S
8
Exhibit A/B
PM C6
January 28, 2015
Julia Tyack, Transportation Planner
CITY OF LODI
221 West Pine Street
Lodi, CA 95240
Jtyack@lodl.gov
RE: ' REQUEST FOR PROPOSALS — PAYROLL AND LABOR COMPLIANCE REVIEW
Dear Ms. Tyack:
Thank you for your request for PMC's qualifications to provide labor compliance services to the City of
Lodi In its state- and federally funded public works projects. PMC Is an experienced consultant that
provides talented and hard-working staff to supplement local resources. PMC has supported the City's
Community Development Block Grant (CDBG) program since 2006. This includes providing labor
compliance monitoring services.
PROJECT UNDERSTANDING AND SCOPE OF WORK
PMC would be pleased to provide the scope of labor compliance services as described In your request
dated January 21, 2015. This will include documenting and ensuring contractor compliance with state
and federal regulations, Including Davis Bacon prevailing wage requirements on City capital improvement
projects. Tasks may include but are not limited to employee Interviews (using HUD -II), payroll review
for compliance with prevailing wages, and timely communication with the prime contractor to obtain
correct documents from both the prime contractor and subcontractors. PMC will also attend
preconstructlon meetings as requested to prepare the prime contractor for required payroll compliance
documents.
If desired, PMC will also assist with selecting and providing wage decisions, collecting and reviewing the
required 10 -day documentation, calculating and ordering wage restitution, and compiling Information for
and completing any required reports. Site visits by PMC will be scheduled to Interview employees and
also to observe and note the work being completed. Employee Interviews and site visit notes will be
used to examine certified payroll reports.
PROJECT PERSONNEL
The staff describe below will be providing services to the City.
JENNIFER GASTELUM1 SERVICE AREA LEAD
Ms. Gastelum has more than 14 years of experience in housing, planning, and project management. As
the service area lead for housing and community development, she will provide general oversight
2729 Prospect Park Drive, Suite 220 • Rancho Cordova, CA 95670 • P: (916) 3614384 • F: (910) 381-1574
s r I
e, e
r AO
CITY OF LODI
RE: REQUEST FOR PROPOSALS - PAYROLL AND LABOR COMPLIANCE REVIEW
Page 2
ROB SRONCE, PROJECT MANAGER AND LABOR COMPLIANCE OFFICER
Mr. Sronce has over 20 years of housing and community development experience, with 11 years of
direct experience working with HUD and HCD staff to administer federal and state housing and
community development grants. In that time, he has designed, developed, and Implemented housing
programs for several agencies as an employee and as a consultant, Mr. Sronce currently provides on-site
assistance to the City of Lodi's CDBG program including labor compliance monitoring. He also provides
labor compliance services to the City of Rancho Cordova.
RELEVANT FIRM EXPERIENCE
PMC has provided labor compliance services to the following clients:
• City of Lodi
• City of Rancho Cordova
• The Wayfarer Center of Woodland
• City of Elk Grove
• City of Corona (third -party review)
• County of Monterey (third -party review)
• City of Walnut Creek
• City of Citrus Heights
• City of Rio Vista
REFERENCES
Please find below three references for labor compliance services. Additional references are available on
request.
Joseph Wood, Manager
Neighborhood Services Division
City of Lodi
(209) 333-67I 1
Scott Thurmond, Executive Director
Friends of the Mission, Woodland
(916) 416-0901
Jessica Hayes, Housing Services and Development
Specialist
City of Rancho Cordova
(916) 851-8761
HOURLY RATES
Below are hourly billing rates for the listed personnel. PMC bills In quarter-hour increments and Invoices
on a monthly basis.
• Jennifer Gastelum, Service Area Lead $135
• Rob Sronce, Project Manager and Labor Compliance Officer $110
Sincerely,
Philip O. Carter Robert Sronce
President Project Manager
POC: rs: sw:jm
P:1Californla, Sate oRLodi, City ot\P13.1047 Labor Compliance
Not to Exceed $19,999
JENNIFER GASTELUM
Service Area Lead
tiAs E well im 'fir irigS over 13 vers CN experience (o projects throughout
C , Ilrol'rllc, i4c''vada. and Washington She is experience_, in managing I_hs'
preparation of 1-.ousing Elements, I loos uq Condition tSu'vev Repoits,
olirlArrr7 1�1,3n�, A.rtior flans, Analysis of :r71pcdime nts io Fair f lousing
Choice, and (sr`ler hoJS'.g g polity doctirvi ri s, Her most recent housing
expel enc e int hides Housing Flergent updates to, over CMO doled
:.dl'TO"'ia:a cities as ,bell dS Consul dated Plan') for many Jurisdictions
thio ighotit : all'Jrrltii.
f.IS. t rdSCElUnI :'e ently serveo as the iabcr corrplialce o ficer on The
Crossings @ New Rancho pioject, an ](-unit muIrfamily affordable rental
construction project_ and is currently overseeing Enemy Cfficiency and
Conservation Block `,rant I.FFCB(5) program monitoring and reporting
assistance for the Clay of Elk Grove.
RELEVANT PROJECT EXPERIENCE
imperial County, HOME Grant Administration. Currently manages Imperial County's
HOME -Funded First -Time Homebuyers Program.
City of Rancho Cordova, CDBG. Provides as -needed technical assistance and guidance
To the City in the adminisl ration of its horsing and community development programs,
induding programs funded by CDBG and housing impact fees.
City of Citrus I leights, CDBG. Provides on-call technical assistance to the City for Its
CDBG and housing programs, including guidance on eligibility, environmental review,
and reporting.
Monterey County, CDBG, NSP, HOME, Calf IOME. Provides technical assistance
and guidance to the County on irs state housing and community dcvclopmenc grants.
Efforts include record-keeping and reporting systems, compliance., and program
development.
EDUCATION
BS, City and Regional Planning
College of Archirecture ani
Erlwior'mental Design, California
Polytechnic State University, San
Luis Obispo
AA, American River Junior College,
Sacramento
PROFESSIONAL
AFFILIATIONS AND
AWARDS
American Planning Associarion
(APA)
California Chapter of the American
Planning Association (CCAPA)
Parsons Infrasuuctuie and
Technology, Inc., Excellence rn
Action Award, September 2003
American Planning Association,
2000 Student Project Award, City of
Atascadero Draft General Plan, 2000
ROBERT S. SRONCE
Project Manager and Labor Compliance Officer
!v''.1 Sconce. l'a': srS Cfi 11ou51ric iLuId con?. riunity deve.opm,2ht
_•r::, with 10 'fc�rAirccr ; x crienCn wcrkil lg with l G X11ICD
stilt to adrr' nis ei Inder:11 and 'irate housing and community development
9.r:ant-;, li` 0' it time, he 'ias dosieiiled, developed, and Irnplemen ed
nous:ng Droclrams'or several ag ncies as an employee and as a ConSUltunl
RELEVANT PROJECT EXPERIENCE
City of Lodi. Ou-site staffing to support the City's CDBG program including labor
compliance services. This includes day-to-day management nF subrec:ipienrs,
reporting, planning and compliance. Currently provides labor compliance
monitoring services to the City.
City of Rancho Cordova, Provides as -needed rechnical assistance and guidance to
the City in the administration of its housing and community developnienr
programs, including programs funded by CDBG and housing impact fees.
Currendy provides labor compliance services.
'Wayfarer Center of Woodland. Provided labor compliance monitoring services for
the rehabilitation of rhe commercial kitchen at Walter's House, a mission of the
Wayfarer Center, Walters House provides residential treatment for alcoholism and
drug addiction.
City of Corona. Provided technical assistance and program support in support of
the City's NSP, CDBG, and HOME programs, including oversight and
managemenr ofsuhgranrees as well as compliance, research, planning, and
implementation. Reviewed labor compliance done by a third party.
City of Elly Grove, Provided. as -needed technical assistance and guidance co the City
in the administration of its housing and community development programs. Part of
rhe team assisting the. City to implement ics federal NSP -funded programs.
Monterey County. Provided technical assistance and guidance to the County on its
scare housing and community development grants. Efforts induded record-keeping
and reporting systems, compliance, and program development. Reviewed labor
compliance dont by a Third party.
EDUCATION
BS, Community Studies, University
of California, Davis
1IUD-Cartified HOME Program
Specialise
EXHIBIT C
Jnsurance Rggulrements for Consultant The Consultant shall take out and maintain during the life of this
Agreement, Insurance coverage as listed below. These insurance policies shall protect Consultant and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Consultants operations under
this Agreement, whether such operations be by Consultant, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
1, COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover habillty arising out of any vehicle (including, owned (if any), hired and non -hired
vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on
ISO form CA 00 01 12 90, or a later version of this form, or an equivalent form providing equivalent liability
coverage.
3. PROFESSIONAL LIABILITY / ERRORS AND OMISSIONS
$1,000,000 Per Claim
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
employees, and designated volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's
Risk Manager for approval and shall not reduce the limits of liability set forth herelnabove. Insurance policies
containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be
satisfied by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or In excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional Insured. Furthermore,
the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Consultant; whichever is greater.
Consultant agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Govemment Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11185) or equivalent form) such insurance as is
afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions,
officers, employees, and designated volunteers as additional named insureds.
(b) Primary and Non-Contrbutory Insurance Endorsement
Additional Insurance coverage under the Consultant's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 04 13.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of the project that it is insuring.
Page 1 I of 2 pages
•••• Risk: rev.03.2014
Insurance Requirements for Consultant (continued)
(c) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess Insurance of Consultant shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(d) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04, will be provided to the City of Lodi.
(e) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
(f) Notice of Cancellation or Chanae in Coveraae Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(g) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement At least thirty (30) days
prior to the expiration of each insurance policy, Consultant shall fumish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Consultant
shall provide proof of continuing insurance on at least an annual basis during the Term. If Consultant's
insurance lapses or is discontinued for any reason, Consultant shall immediately notify the City and
immediately obtain replacement insurance.
(h) Failure to Comply
If Consultant fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Consultant shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Consultant of such payment of premiums within thirty (30) days of payment stating the amount
paid, the names) of the insurer(s), and rate of interest. Consultant shall pay such reimbursement and interest
on the first (1g) clay of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Consultant fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Consultant shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(i) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Consultant shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Consultant's employees employed at the site of the project and, if any
work is sublet, Consultant shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Consultant. In case
any lass of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Consultant shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St , Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 of 2 pages j Risk: rev.03.2014
Exhibit D
Services — Federal Clauses
(under $25,000)
The following clauses are included with the City of Lodl Professional Service Agreement.
1. Access to Records
The following access to records requirements apply to this Contract:
Where the Purchaser is not a State but a local government and is the FTA Recipient or a
subgrantee of the FTA Recipient in accordance with 49 C.F.R. 13.36(i), the Contractor agrees
to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States
or any of their authorized representatives access to any books, documents. papers and records
of the Contractor which are directly pertinent to this contract for the purposes of making audits,
examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R.
633.17 to provide the FTA Administrator or his authorized representatives including any PMO
Contractor access to Contractor's records and construction sites pertaining to a major capital
project, defined at49 U.S.C. 5302(a)1, which is receiving federal financial assistance through
the programs described at 49 U.S.C. 5307, 5309 or 5311.
II Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient
in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA
Administrator or his authorized representatives, including any PMO Contractor, access to the
Contractor's records and construction sites pertaining to a major capital project, defined at 49
U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs
described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes
contracts of less than the simplified acquisition threshold currently set at $100,000.
III. Where the Purchaser enters into a negotiated contract for other than a small purchase or
under the simplified acquisition threshold and is an institution of higher education, a hospital or
other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA
Administrator, the Comptroller General of the United States or any of their duly authorized
representatives with access to any books, documents, papers and record of the Contractor
which are directly pertinent to this contract for the purposes of making audits, examinations,
excerpts and transcriptions.
N, Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement
(defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall
make available records related to the contract to the Purchaser, the Secretary of Transportation
and the Comptroller General or any authorized officer or employee of any of them for the
purposes of conducting an audit and inspection.
V. The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
VI The Contractor agrees to maintain all books, records, accounts and reports required under this
contract for a period of not less than three years after the date of termination or expiration of
this contract, except in the event of litigation or settlement of claims arising from the
performance of this contract, in which case Contractor agrees to maintain same until the
Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized
representatives, have disposed of all such litigation, appeals, claims or exceptions related
thereto. Reference 49 CFR 18.36(l)(11).
VII. FTA does not require the inclusion of these requirements in subcontracts
2. Federal Changes
CONTRACTOR shall at all times comply with all applicable FTA regulations, policies, procedures and
directives, including without limitation those listed directly or by reference in the Department of
Transportation, Federal Transit Administration. Master Agreement (FTA MA (20) dated October 1, 2013),
between Purchaser and FTA, es they may be amended or promulgated from time to time during the term
of this contract. CONTr:e' C i L:a-ri :eelui s to ail .:-amply She ll constitute r P c
Y y O a material breach of this contract.
3. No Government Obligation to Third Parties
I CITY OF LODI and CONTRACTOR acknowledge and agree that, not withstanding any
concurrence by the Federal Government in or approval of the solicitation or award of the
underlying contract, absent the express written consent by the Federal Government, the
Federal Government is not a party to this contract and shall not be subject to any obligations or
liabilities to CITY OF LODI , CONTRACTOR, or any other party (whether or not a party to that
^ontract) pertaining to any matter resulting from the underlying contract.
II The CONTRACTOR agrees to include the above clause in each subcontract financed In whole
or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not
be modified, except to identify the SUBCONTRACTOR who will be subject to its provisions_
4. Program Fraud and False or Fraudulent Statements or Related Acts.
I. The CONTRACTOR acknowledges that the provisions of the Program Fraud Civil Remedies
Act of 1988, as amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud
Civil Remedies," 49 G.F.R. Part 31, apply to Its actions pertaining to this Project. Upon
execution of the underlying contract, the CONTRACTOR certifies or affirms the truthfulness and
accuracy of any statement it has made, it makes, it may make, or causes to be made,
pertaining to the underlying contract or the FTA assisted project for which this contract work is
being performed. In addition to other penalties that may be applicable, the CONTRACTOR
further acknowledges that if it makes. or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification, the Federal Govemment reserves the right to
impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the CONTRACTOR
to the extent the Federal Government deems appropriate.
II. The CONTRACTOR also acknowledges that if it makes, or causes to be made, a false,
fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government
under a contract connected with a project that is financed in whole or in part with Federal
assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government
reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on
the CONTRACTOR, to the extent the Federal Government deems appropriate.
til. The CONTRACTOR agrees to include the above two clauses in each subcontract financed in
whole or in part with Federal assistance provided by FTA, It is further agreed that the clauses
shall not be modified. except to identify the SUBCONTRACTOR who will be subject to the
provisions.
5. Civil Rights
The following requirements apply to the underlying contract:
I. - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S C. §
2000d. soi1km 303 of the Age Discrimination Act of 1.975, as amended, 42 U.S.C. § 6102,
section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal
transit law ai U.S C § 5332, the CONTf3.ACTOR agrees that it will not discriminate against
any employee or applicant for employment because of race, color, creed, national origin, sex,
age, or disability. In addition, the CONTRACTOR agrees to comply with applicable Federal
implementing regulations and other implementing requirements FTA may issue
2
II, Eaual Employment Opportunity - The following equal employment opportunity requirements
apply to the underlying contract:
• Race, Color. Creed. National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as
amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C, § 5332, the
CONTRACTOR agrees to comply with all applicable equal employment opportunity
requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract
Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts
60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as
amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal
Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes,
executive orders, regulations, and Federal policies that may in the future affect construction
activities undertaken in the course of the Project. The CONTRACTOR agrees to take
affirmative action to ensure that applicants are employed, and that employees are treated
during employment, without regard to their race, color, creed, national origin, sex, or age. Such
action shall include, but not be limited to, the following: employment, upgrading, demotion or
transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms
of compensation; and selection for training, including apprenticeship. In addition, the
CONTRACTOR agrees to comply with any implementing requirements FTA may issue.
• Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as
amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. § 5332, the CONTRACTOR
agrees to refrain from discrimination against present and prospective employees for reason of
age. In addition, the CONTRACTOR agrees to comply with any implementing requirements
FTA may issue.
• Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as
amended, 42 U.S.C. § 12112, the CONTRACTOR agrees that it will comply with the
requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement
the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630,
pertaining to employment of persons with disabilities. In addition, the CONTRACTOR agrees to
comply with any implementing requirements FTA may issue.
III. The CONTRACTOR also agrees to include these requirements in each subcontract financed in
whole or in part with Federal assistance provided by FTA, modified only if necessary to identify
the affected parties.
6. Disadvantaged Business Enterprise (DBE)
City of Lodi Assurance
The CITY OF LODI shall not discriminate on the basis of race, color, national origin, or sex in the award
and performance of any U.S. Department of Transportation (DOT) assisted contract or in the
administration of its Disadvantaged Business Enterprise (DBE) program or the requirements of 49 CFR
part 26.
The CITY OF LODI will take all necessary and reasonable steps under 49 CFR Part 26 to ensure
nondiscrimination in the award and administration of DOT -assisted contracts.
It is the policy of the CITY OF LODI to ensure nondiscrimination in the award and administration of DOT -
assisted contracts and to create a level playing field on which DBEs can compete fairly for contracts and
subcontracts relating to the CITY OF LODI construction, procurement and professional services activities.
Contractor Assurance
Pursuant to 49 CFR Part 26, the CONTRACTOR is required to make the following assurance in its
agreement with the CITY OF LODI and to include this assurance in any agreements it makes with
subcontractors in the performance of this contract:
"The Contractor or Subcontractor shall not discriminate on the basis of race, color, national origin
or sex in the performance of this contract. The Contractor shall carry out applicable requirements
of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure of the
3
Contractor or Subcontractor to carry out these requirements is a material breach of contract,
which may result in the termination of contract by the CITY OF LODI, or any such remedy the
CITY OF LODI may deem appropriate."
The City's DBE Program, as required by 49 CFR Part 26, as approved by DOT, is incorporated by
reference in this section.
Implementation of this DBE Program is a legal obligation and failure to carry out its tem -is shall be treated
as a violation of this contract, Upon .notification of failure to_cary out its approved program, the DOT
and/or the Federal Transit Administration (FTA) may impose sanctions as provided for under Part 26 and
may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program
Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq).
7. Prompt Payment
Prompt Progress Payment to Subcontractors
Attention is directed to the provisions in Federal Regulations (49 CFR 26.29) concerning
payment to subcontractors. The contractor shall make prompt and regular incremental
acceptances of portions, as determined by the CITY OF LODI of the contract work and pay
retainage to the prime contractor based on these acceptances.
II. Prompt Payment of Payment of Withheld Funds to Subcontractors
The contractor shall return all monies withheld in retention from all subcontractors within thirty
(30) days after receiving payment for work satisfactorily completed and accepted including
incremental acceptances of portions of the contract work by the CITY OF LODI. Federal
Regulation (49 CFR 26.29) requires that any delay or postponement of payment over 30 day
may take place only for good cause and with the CITY OF LODI's prior written approval. Any
violation of this provision shall subject the violating contractor or subcontractor to the penalties,
sanctions, and other remedies specified in Section 7108.5 of the California Business and
Professions Code.
This requirement shall not be construed to limit or impair any contractual, administrative, or
judicial remedies, otherwise available to the contractor or subcontractor in the event of: a dispute
involving late payment or nonpayment by the contractor; deficient subcontractor performance;
and/or noncompliance by a subcontractor. This provision applies to both DBE and non -DBE
subcontractors
8. Incorporation of FTA 4220.1F Terms
The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT,
whether or not expressly set forth in the preceding contract provisions. All contractual provisions required
by DOT, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the
contrary herein notwithstanding, all FTA -mandated terms shall be deemed to control in the event of a
conflict with other provisions contained in this Agreement. The CONTRACTOR shall not perform any act,
fail to perform any act, or refuse to comply with any CITY OF LODI request, which would cause CITY OF
LODI to be in violation of the FTA terms and conditions.
9. Termination
Upon written notice, CONTRACTOR agrees that the Federal Government may suspend or terminate all
or part of the Federal financial assistance provided herein if CONTRACTOR has violated the terms of the
Grant Agreement or Cooperative Agreement, or if the Federal Govemment determines that the purposes
of the statute authorizing the Project would not be adequately served by the continuation of Federal
financial assistance for the Project. Any failure to make reasonable progress on the Project or other
violation of the Grant Agreement or Cooperative Agreement that endangers substantial performance of
the Project shall provide sufficient grounds for the Federal Government to terminate the Grant Agreement
or Cooperative Agreement. Termination of any Federal financial assistance for the Project will not
invalidate obligations properly incurred by CONTRACTOR before the termination date, to the extent those
obligations cannot be canceled. If, however, the Federal Government determines that CONTRACTOR
4
has willfully misused Federal assistance funds by failing to make adequate progress, failing to make
reasonable and appropriate use of the Project real property, facilities, or equipment, or has failed to
comply with the terms of the Grant Agreement or Cooperative Agreement, the Federal Government
reserves the right to require CONTRACTOR to refund the entire amount of Federal funds provided for the
Project or any lesser amount as the Federal Government may determine. Expiration of any Project time
period established for the Project does not, by itself, constitute an expiration or termination of the Grant
Agreement or Cooperative Agreement
I. Termination for Convenience: CITY OF LODI may terminate this contract, in whole or in
part, at any time by written notice to the CONTRACTOR. The CONTRACTOR shall be
paid its costs, including contract closeout costs, and profit on work performed up to the
time of termination. The CONTRACTOR shall promptly submit its termination claim to
CITY OF LODI to be paid the CONTRACTOR. If the CONTRACTOR has any property in
its possession belonging to CITY OF LODI, the CONTRACTOR will account for the
same, and dispose of it in the manner CITY OF LODI directs.
11. Termination for Default: If the CONTRACTOR does not deliver supplies in accordance
with the contract delivery schedule, or, if the contract is for services, the CONTRACTOR
fails to perform in the manner called for in the contract, or if the CONTRACTOR fails to
comply with any other provisions of the contract, CITY OF LODI may terminate this
contract for default. Termination shall be effected by serving a notice of termination on
the CONTRACTOR setting forth the manner in which the CONTRACTOR is in default.
The CONTRACTOR will only be paid the contract price for supplies delivered and
accepted, or services performed in accordance with the manner of performance set forth
in the contract. If it is later determined by CITY OF LODI that the CONTRACTOR had an
excusable reason for not performing, such as a strike, fire, or flood, events which are not
the fault of or beyond the control of the CONTRACTOR, CITY OF LODI, after setting up a
new delivery of performance schedule, may allow the CONTRACTOR to continue work,
or treat the termination as a termination for convenience.
III. Termination for Cost -Type Contracts: CITY OF LODI may terminate this contract, or any
portion of it, by serving a notice of termination on the CONTRACTOR. The notice shall
state whether the termination is for convenience of CITY OF LODI or is for the default of
the CONTRACTOR. If the termination is for default, the notice shall state the manner in
which the CONTRACTOR has failed to perform the requirements of the contract. The
CONTRACTOR shall account for any property in its possession paid for from funds
received from CITY OF LODI, or property supplied to the CONTRACTOR by CITY OF
LODI. If the termination is for default, CITY OF LODI may fix the fee, if the contract
provides for a fee, to be paid the CONTRACTOR in proportion to the value, if any, of the
work performed up to the time of termination. The CONTRACTOR shall promptly submit
its termination claim to CITY OF LODI and the parties shall negotiate the termination
settlement to be paid the CONTRACTOR.
10. Energy Conservation
CONTRACTOR agrees to comply with mandatory standards and policies relating to energy efficiency
which are contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act, 42 U.S.C. §§ 6321 et seq.
11. Access Requirements for Persons with Disabilities
CONTRACTOR agrees to comply with all applicable requirements of the Americans with Disabilities Act
(ADA) of 1990. as amended, 42 U.S.C. 12101 et. seq., Section 504 of the Rehabilitation Act of 1973, as
amended, 29 U.S.C. 794; 49 U.S.C. 5301(d); and all regulations promulgated to implement the ADA and
Section 504 of the Rehabilitation Act of 1973, as amended, as may be applicable to CONTRACTOR.
5
Local Assistance Procedures Manual EXHBIT 10-Q
Disclosure of Lobbying Activities
EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES /V I b
r
COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352
1. Type of Federal Action:
❑ a. contract -
b. grant
c. cooperative agreement
d. loan
e. loan guarantee
f. loan insurance
4. Name and Address of Reporting Entity
0 Prime ❑ Subawardee
Tier , if known
2. Status of Federal Action:
❑ a. bid/offer/application
b. initial award
c. post -award
Congressional District, if known
6. Federal Department/Agency:
8. Federal Action Number, if known:
10. Name and Address of Lobby Entity
(If individual, last name, first name, MI)
3. Report Type:
0 a. initial
b. material change
Fur 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. l0a)
(last name, first name, MI)
(attach Continuation Sheet(s) if necessary)
12. Amount of Payment (check all that apply)
0 actual ❑ planned
13. Form of Payment (check all that apply):
a cash
b. in-kind; specify: nature
Value
14. Type of Payment (check all that apply)
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), cmployee(s),or member(s) contacted, for Payment Indicated in Item 11:
(attach Continuation Shcet(s) if necessary)
16. Continuation Sheet(s) attached: Yes ❑
17. Information requested through this form is authorized by Title
31 U.S.0 Section 1352. This disclosure of lobbying reliance
was placed by the tier above when his transaction was made or
entered into. This disclosure is required pursuant to 31 U.S.C,
1352 This information will be reported to Congress
semiannually and will be available for public inspection Any
person who fails to file the required disclosure shall be subject
to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
Federal Use Only:
No ❑
Signature:
t1 I
- f
Print Nsine: t 1 i ,) (• i s
i LY l -v _l
Telephone No.: ': 10). ; f; 4'r Date' -
Authorized for Local Reproduction
Standard Form - LLL
Standned Pnrin 1.1 1. Ra. 111. tti•al.
Distribution: Orig- Local Agency Project Files
LPP 13-01
Page 1
May 8, 2013
Local Assistance Procedures Manual EXHBIT 10-Q
Disclosure of Lobbying Activities
INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OFLOBBYING ACTIVITIES
This disclosure fonn shall be completed by the reporting entity, whether subawardee or prime federal recipient at the
initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352,
The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or
an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional
information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material
change report. Refer to the implementing guidance published by the Office of Management and Budget for additional
information.
1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence. the outcome of a
covered federal action.
2. Identify the status of the covered federal action.
3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the
informationpreviously 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 4checks "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, ifknown. 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.
9, Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for
Proposal (RFP) aumber, Invitation for Bid (11 d) number. grant announcement number, the contract grant. or loan award number,
the application/proposal control number assigned by the federal agency). Include prefixes, e.g., 'RFP -DE -90-001."
9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount
of the award/loan commitments for the prime entity identified in item 4 or 5.
10. Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to
influence the covered federal action.
11. Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name,
First Name and Middle initial (Ml).
12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity
(Item 10). Indicate whether the payment has been made (actual) or will be muds (planned). Check all boxes that apply. Ifthis is
a material change report, enter the cumulative amount of payment made or planned to be made.
13. Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind
payment.
14. Check all boxes that apply. If other, specify nature.
15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the
date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal
officials_ Identify the federal officer(s) or employee(s) contacted or the officer(s) employees) 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,—t.o-the Offree-of-Management-and-BudgatT1 aperwor-k -Reduction-Projects-0348-0046); Washington D C. 20503.SF-
-L-L fnstruetions--Rev.06-
LPP 13-01
Page 2
May 8, 2013
Local Assistance Procedures Manual Exhibit 12.G
Required Federal -aid Contract Language
II.
III,
IV.
V.
VI.
VII.
VIII.
IX.
X.
XI.
FHWA-1273 — Revised May 1, 2012
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
General
Nondiscrimination
Nonsegregated Facilities
Davis -Bacon and Related Act Provisions
Contract Work Hours and Safety Standards Act Provisions
Subletting or Assigning the Contract
Safety: Accident Preventon
False Statements Concerning Highway Protects
Implementation of Clean Air Act and Federal Water Pollution
Control Act
Compliance with Governmentwlde Suspension and Debarment
Requirements
Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A, Employment and Materials Preference far Appalachian Development
Highway System or Appalachian Local Access Road Contracts (Included
in Appalachian contracts only)
I. GENERAL
1, Form FI IWA-1273 roust be physically incorporated In each
construction contract funded under Tiile 23 (excluding emergency
contracts solely Intended for debris removal). The contractor (or
subcontractor) must insert this form in each subcontract and further
require Its Inclusion In all lower tier subcontracts (excluding purchase
orders, rental agreements and other agreements for supplies or
services)
The applicable requirements of Form FHWA-1273 are incorporated by
reference for work done under any purchase order, rental agreement or
agreement for other services. The prime contractor shell be responsible
for compliance by any subcontractor, lower -tier subcontractor or service
provider.
Form FHWA-1273 must be Included to all Federal -aid design -build
contracts, In all subcontracts end in lower tier subcontracts (excluding
subcontracts for design services, purchase orders, rental agreements
and other agreements for supplies or services). The design -builder shall
be responsible for compliance by any subcontractor. lower -tier
subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 In bid proposal
or request for proposal documents, however, the Form FHWA-1273 must
be physically Incorporated (not referenced) In all contracts, subcontracts
and lower-ller subcontracts (excluding purchase orders, rental
agreements and other agreements for supplies or services related to a
construction contract).
2. Subject to the applicability crkerla noted in the following sections,
these contract provision° shall apply to all work performed on the
contract by the contractor's own organization and with the assistance of
workers under the contractor's Immediate superintendence and to all
work performed on the contract by piecework, station work, or by
subcontract
3. A breach of any of the stipulations contained In these Required
Contract Provisions may be sufficient gra undo for withholding of progress
payments, withholding of final payment, termination of the contract,
suspension / debarment or any other action determined to be appropriate
by the contracting agency and FHWA.
4. Selection of Labor. During the performance of this contract, the
contractor shall not use convict labor for any purpose within the limits of
a construction project on a Federal-ald highway unless It Is labor
performed by convicts who are on perole, supervised release, or
probation. The tens Federal -aid highway does not Include roadways
functionally classified as local roads or rural minor collectors.
DLA -OB 13-06
11. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable
to el! Federal -aid construction contracts end to all related construction
subcontracts of 310,000 or more, The provisions of 23 CFR Part 230 are
not applicable to material supply, engineering, or architectural service
contracts.
In addition, the contractor and all subcontractors must comply with the
following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-
1627. Title 23 USC Section 140, the Rehabilitation Acl of 1973, es
amended (29 USC 794), Title VI of the Civil Rights AG of 1964, as
amended, and related regulations Including 49 CFR Parts 21, 26 and 27;
and 23 CFR Parts 200, 230, and 633.
The contractor end all subcontractors must comply with: the
requirements of the Equal Opportunity Clouse in 41 CFR 60-1.4(b) and,
for all construction contracts exceeding $10,000, the Standard Federal
Equal Employment Opportunity Construction Contract Specifications in
41 CFR 604.3.
Note: The U.S. Department of Labor has exclusive authority to determine
compliance with Executive Order 11246 and the policies of the Secretary
of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting
agency and the FHWA have the authority and the responsibility to
ensure compliance with Tlfle 23 USC Section 140, the Rehabilitation Act
of 1973, as amended (20 USC 794), and Title VI of the Civil Rights Act of
1964, as amended, and related regulations Including 49 CFR Parts 21,
26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix A, with
appropriate revisions to conform to the U.S. Department of Labor (US
DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal employment opportunity
(EEO) requirements not to discriminate and to take affirmative action to
assure equal opportunity es set forth under laws, executive orders, rules,
regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60
and 49 CFR 27) end orders of the Secretary of Labor as modified by the
provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140
shall constitute the EEO and specific affirmative action standards for the
contractor's project activities under this contract. The provisions of the
Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set
forth under 28 CFR 35 and 29 CFR 1830 are Incorporated by reference
In this contract. In the execution of this contract, the contractor agrees to
comply with the following minimum specific requirement activities of
EEO:
a. The contractor will work with the contracting agency and the Federal
Government to ensure that It has made every good faith effort to provide
equal opportunity with respect to all of Its terms and conditions of
employment and in their review of activities under the contract.
b. The contractor will accept as Its operating policy the following
statement
"It is the policy of thla Company to assure that applicants are
employed, and that employees are treated during employment. without
regard to their race, religion, sex, color, national origin, age or
disability. Such action shall include: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forns of compensation; and selection
for training, Including apprenticeship, preapprenticeshlp, andlor on -
the -Job training."
2. EEO Officer: The contractor will designate and make known to the
contracting officers an EEO Officer who will have the responsibility for
and must be capable of effectively administering and promoting an
active EEO program and who must be assigned adequate authority and
responsibility to do so
Page 8of2.2
Altgust 12, 2013
e1,
Local Assistance Procedures Manual Exhibit 12-G
Required Federal -aid Contract Language
3, Dissemination of Policy: All members of the cnnlractor's staff
who are authorized to h}re, supervise, promote, and discharge
employees, or who recommend such action, orwho are substantially
Involved In such action, will be made fully cognizant of, and will
Implement, the contractor's EEO policy and contractual
responsibilities to provide EEO in each grade and classification of
employment. To ensure that the above agreement will be met, the
following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then not
fess often than once every six months, at which time the contractor's
EEO policy and its Implementation will be reviewed and explained.
The meetings wilt be conducted by the EEO Officer,
b. Ail new supervisory or personnel office employees wilt be given
a thorough Indoctrination by the EEO Officer, covering ati major
aspects of the contractor's EEO obligations within thirty days
following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the
project will be instructed by the EEO Officer in the contractor's
procedures for locating and hiring minorities and women
d. Notices and posters setting forth the contractors EEO policy
will be placed In areas readily accessible to employees, applicants
for employment and potential employees.
e. The contractor's EEO policy end the procedures to implement
such policy will be brought to the attention of employees by means
of meetings, employee handbooks, or other appropriate means.
4, Recruitment: When advertising for employees, the contractor will
include In all advertisements for employees the notation: "An Equal
Opportunity Employer." Al! such advertisements will be pieced In
publications having a large circulation among minorities and women
In the area from which the project work force would normally be
derived.
a. The contractor will, unless precluded by a valid bargaining
agreement, conduct systematic and direct recruitment through public
and private employee referral sources likely to yield qualified
inrriorities and women To meet this requirement, the contractor will
identify sources of potential minority group employees, and establish
with such identified sources procedures whereby minority and
women applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agreement
providing for exclusive hiring hall referrers, the =erector Is
expected to observe the provisions of shat agreement to the extent
Ilial the system meets the contractor's comptiancn with EEO
oontrael provisions. Whore implementation of such an agreement
has the effect of discriminating against minorities or women, or
obligates the contractor to do the same, such implementation
violates Federal nondiscrimination provisions.
c The contractor will encourage its present employees to refer
minorities and women as applicants for employment. information
and procedures with regard to referring such applicants will be
discussed with employees.
5. Personnel Actions: Wages, working conditiona, and employee
benefits shall be established and administered, and personnel
actions of every type, Including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken without
regard to rate, color, religion, sex, national origin, age or disability.
The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites
to insure That working conditions and employee facilities do not
indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of wages
paid within each classification to determine any evidence of
discriminatory wage prectices
c, The contractor will periodically review selected personnel
actions In depth to determine whether there Is evidence of
discrimination, Where evidence is found, the contractor will
promptly take corrective action. If the review Indicates that the
discrimination may extend beyond the actions reviewed, such
corrective action shall include all affected persons.
d. The contractor will promptly Investigate all complaints of
alleged elscriminatlon made to Ilse contractor in connection wrth its
obligations under this contract, will °itempl to resolve such
complaints, and will take appropriate cnrreutive action within a
reasonable time If he Investigation indicates that the discrimination
may affect persons other then the complainant, such corrective
action shall include such other persons. Upon completion of each
Investigation, the contractor will Inform every complainant of all of
their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist In locating, qualifying, and Increasing
the skills of minorities and women who are applicants for
employment or current employees. Such efforts should be aimed at
developing full joumey level status employees In the type of trade or
Job classification involved.
b. Consistent with the contractors work force requirements and
as permissible under Federal and State regulations, the contractor
shall make Tull use of training programs, I.e„ apprenticeship, and on-
tha-job training programs for the geographical arca of contract
performance. in the event a special provision for training is provided
under this contract, this subparagraph will be superseded as
indicated In the special provision. The contracting agency may
reserve training posttlons for persons who receive welfare
assistance In accordance with 23 U.S.C. 140(a),
c. The contractor will advise employees and applicants for
employment of available training programs and entrance
requirements for each.
d. The contractor will periodically review the training and
promotion potential of employees who are minorities and women
and will encourage eligible employees to apply for such training and
promotion.
7. Unions: If the contractor relies in whole or in part upon unions as
a source of employees, the contractor will use good faith efforts to
obtain the cooperation of such unions to increase opportunities for
minorities and women. Actions by the contractor, either directly or
through a contractors association acting as agent, will include the
procedures set forth below:
a, The contractor will use good faith efforts to develop, in
cooperation with the unions, iolnl training programs aimed toward
qualifying more minorities and women for membership in the unions
and increasing the skills of minorities and women so that they may
qualify for higher paying employment,
b. The contractor will use good faith efforts to incorporate an EEO
clause into each union agreement to the end that such unlon will be
contractually bound to refer applicants without regard to their race,
color, religion, sex, national origin, age or disability.
c. The contractor Is to obtain information as to the referral
practices and policies of the labor union except that to the extent
such Information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to the
contractor, the contractor shall so certify to the contracting agency
DLA -OB 13-06
Page 9 of 22
August 12, 2013
Local Assistance Procedures Manual Exhibit 12-G
Required Federal -aid Contract Language
and shall set forth what efforts have been made to obtain such
information.
d. In the event the union Is unable to provide the contractor with a
reasonable flow of referrals within the time limit set forth in the
collective bargaining agreement, the contractor will, through
Independent recruitment efforts, fill the employment vacancies
without regard to race, color, religion, sex, national origin, age or
disability; making full efforts to obtain qualified and/or qualifiable
minorities and women The failure of a union to provide sufficient
referrals (even though It is obligated to provide exclusive referrals
under the terms of a collective bargaining agreement) does not
relieve the contractor from the requirements of this paragraph. In
the event the union referral practice prevents the contractor from
meeting the obligations pursuant to Executive Order 11248, as
amended, and these special provisions, such contractor shall
immediately notify the contracting agency.
8. Reasonable Accommodation for Applicants f Employees
with Disabilities: The contractor must be familiar with the
requirements for and comply with the Americans with Disabilities Act
and all rules and regulations established there under. Employers
must provide reasonable accommodation in all employment
activities unless to do so would cause an undue hardship.
9. Selection of Subcontractors, Procurement of Materials and
Leasing of Equipment: The contractor shall not discriminate on the
grounds of race, color, religion, sex, national origin, age or disability
in the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The contractor
shall take all necessary and reasonable steps to ensure
nondiscrimination in the administration of this contract
a. The contractor shall notify all potential subcontractors and
suppliers and lessors of their EEO obligations under this contract
b. The contractor will use good faith efforts to ensure
subcontractor compliance with their EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the Stats DOT's U.S,
DOT -approved DBE program are incorporated by reference.
b. The contractor or subcontractor shall not discriminate on the
basis of race, color, national origin, or sex in the performance of this
contract. The contractor shall carry out applicable requirements of
49 CFR Part 26 In the award and administration of OOT -assisted
contracts. Failure by the contractor to carry out these requirements
is a material breach of this contract, which may result In the
termination of this contract or such other remedy as the contracting
agency deems appropriate.
11. Records and Reports: The contractor shall keep such records
as necessary to document compliance with the EEO requirements.
Such records shall be retained for a period of three years following
the date of the final payment to the contractor for all contract work
and shall be available at reasonable times and places for Inspection
by authorized representatives of the contracting agency and the
FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number and work hours of minority end non -minority
group members and women employed in each work classification
on the protect;
(2) The progress and efforts being made in cooperation with
unions, when applicable, to Increase employment opportunities for
minorities and women; and
(3) The progress and efforts being made In locating, hiring,
training, qualifying, and upgrading minorities and women;
b. The contractors and subcontractors will submit an annual
report to the contracting agency each July for the duration of the
project, indicating the number of minority, women, and non -minority
group employees currently engaged In each work classification
required by the contract work. This Information Is to be reported on
Fenn FRWA-1391 The staffing data should represent the project
work force on board in all or any part of the last payroll period
preceding the end of July. If on-the-job training Is being required by
special provision, the contractor will be required to collect and report
training data. The employment date should reflect the work force on
board during all or any part of the last payroll period preceding the
end of July.
III. NONSEGREGATED FACILITIES
This provision Is applicable to all Federal -aid construction contracts
and to all related construction subcontracts of $10,000 or more,
The contractor must ensure that facilities provided for employees
are provided in such a manner that segregation on the basis of race,
color, religion, sex, or national origin cannot result. The contractor
may neither require such segregated use by written or oral policies
nor tolerate such use by employee custom. The contractor's
obligation extends further to ensure that Its employees are not
assigned to perform their services at any location, under the
contractors control, where the facilities are segregated. The term
"facilities" Includes waiting rooms, work areas, restaurants and other
eating areas, time clocks, restrooms, washrooms, locker rooms, and
other storage or dressing areas, parking Tots, drinking fountains,
recreation or entertainment areas, transportation, and housing
provided for employees. The contractor shall provide separate or
single -user restrooms and necessary dressing or sleeping areas to
assure privacy between sexes.
IV. DAVIS-BACON.AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction projects
exceeding $2,000 and to all related subcontracts and lower -tier
subcontracts (regardless of subcontract size). The requirements
apply to all protects located within the right-of-way of a roadway that
Is functionally classified as Federal -aid highway. This excludes
roadways functionally classified as local roads or rural minor
collectors, which are exempt Contracting agencies may elect to
apply these requirements to other projects.
The following provisions are from the U.S. Department of Labor
regulations In 29 CFR 5.5 "Contract provisions and related matters"
with minor revisions to conform to the FHWA-1273 format and
FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site
of the work, will be paid unconditionally and not less often than once
a week, and without subsequent deduction or rebate on any account
(except such payroll deductions as are permitted by regulations
issued by the Secretary of Labor under the Copeland Act (29 CFR
pert 3)), the full amount of wages and bona fide fringe benefits (or
cash equivalents thereof) due at time of payment computed at rates
not less than those contained in the wage determination of the
Secretary of Labor which is attached hereto and made a part hereof,
regardless of any contractual relationship which may be alleged to
exist between the contractor and such 1s rers and megghanics,
DLA -OB 13-06
Page 10 of 22
August 12, 29.0
Local Assistance Procedures Manual Exhibit 12-6
Required Federal -aid Contract Language
Contributions made or costs reasonably anticipated for bona fide
fringe benefits under section 1(b)(2) of the Davis -Bacon Ac( on
behalf of laborers or mechanics are considered wages paid to such
laborers or mechanics, subject to the provisions or paragraph 1.d. of
this section; also, regular contributions made or costs incurred for
more then a weekly period (but not less often than quarterly) under
plans, funds, or programs which cover the particular weekly period.
are deemed to be constructively made or Incurred during such
weekly period. Such laborers and mechanics shall be paid the
appropriate wage rate and fringe benefits on the wage determination
for the Classification of work actually performed, without regard to
skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics
performing work in more than one classification may be
compensated at tho rate specified for each classlfcailon for the lime
actually worked therein: Provided. That the employer's payroll
records accurately set forth the lime spent in each classification In
which work is performed. The wage delorminatien (including any
addiIicnai detail -lc -aeon and wage rater c;ontarmed under paragraph
1.b. of this section) and the Cavis aeon poster (WH -1321) shall be
posted at all limes by the contractor and Its subcontractors at the
site of the work in a prominent and accessible place where It can be
easily seen by the workers.
b. (1) The contracting officer shall require that any class of
laborers or mechanics, including helpers, which Is not listed in the
wage determination and which is to be employed under the contract
shall be classified in conformance with the wage determination. The
contracting officer shall approve an additional classification and
wage rate end fringe benefits therefore only when the following
criteria have been met:
(I) The work to be performed by the classification requested Is
not performed by a classification in the wage determination; and
(h) The classification Is utilized in the area by the construction
industry; and
(11I) The proposed wage rate, Including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates
contained In the wage determination.
(2) If the contractor and the laborers and mechanics to be
employed in the classification (Ifknown), or their representatives.
and the contracting officer agree on the classification and wage
rate (including the amount designated for fringe benefits where
appropriate), a report of the action taken shall be sent by the
contracting officer to the Administrator of the Wage and Hour
Division, Emptoyment Standards Administration, teS. Department
of Labor, Washington. DC 20210. The Administrator, or an
authorized representative, will approve, modify, or disapprove
every additional classification action within 30 days of receipt end
so advise the contracttng officer or will notify the contracting officer
within the 30 -day period that additional time Is necessary.
(3) In the event the contractor, the laborers or mechanics to be
employed In the ctassificatlon or their representatives, and the
contracting officer do not agree on the proposed classification and
wage rate (Including the amount designated for fringe benefits.
where appropriate), the contracting officer shall refer the
questions. Including the views of all interested Deities and the
recommendellon al the contracting officer, 10 the Wage and Hour
Administrator for determination. The Wage and Hour
Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30 -
day period that additional time Is necessary.
(4) The wage rate (Including fringe benefits where appropriate)
determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this
section, shall be pald to all workers performing work in the
classification under this contract from the first day on which work
is performed In the classification.
c. Whenever the minimum wage rate prescribed in the contract for
e class of laborers or mechanics Includes a fringe benefit which is
not expressed as an hourly rate, the contractor shall either pay the
benefit as stated In the wage determination or shall pay another
bona fide fringe benefit or an hourly cash equivalent thereof.
d. lithe contractor does not make payments to a trustee or other
third person. the conlraClar may consider as part of the wages of
any laborer or mechanic the amount of any costs leasanably
anticipated in providing bona fide trirugv benefits under a plan 01
program, Provitted. Thal the Secretary of Labor has found. upon the
written request of the contracloi. that the applicable standards of the
Davis -Bacon Act have been mel The Secretary of Labor may
require the contractor to set aside in a separate account assets for
the meeting of obligations under the plan or program
2, Withholding
The contracting agency shall upon Its own action or upon written
request of an authorized representative of the Department of Labor,
withhold or cause to be withheld from the contractor under this
contract, or any other Federal contract with the same prime
contractor, or any other federally -assisted contract subject to Davis -
Bacon prevailing wage requirements, which is held by the same
orime contractor, so much of the accrued payments or advances as
may be considered necessary to pay laborers and mechanics,
including apprentices, trainees. and helpers, employed by the
contractor or any subcontractor the full amount of wages required by
the contract. In the event of failure to pay any laborer or mechanic.
Including any apprentice, trainee, or helper, employed or working on
the site of the work, all or part of the wages required by the contract,
the contracting agency may, after written notice to the contractor,
take such action as may be necessary to cause the suspension of
any further payment, advance, or guarantee of funds until such
violations have ceased.
3. Payrolls and basic records
n. Payrolls and basic records relating thereto shall be maintained
by the contractor during the course of Ilse work and preserved for a
period of three years thereaftor for all laborers and mechanics
working at the site of the work. Such records shall contain the name,
address. and social security number of each such worker, lila or her
correct classification, hourly rates of wages paid (including rates of
contributions or costs enticlpated for bona fide fringe benefits or
cath equivalents thereof of the types doscrlbed In section t(b)(2)(B)
of the Davis -Bacon Act), daily and weekly number of hours worked,
deductions made and acteal wages paid Whenever the Secretary of
Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any
laborer or mechanic include the amount of any costs reasonably
anticipated In providing benefits under a plan or program described
In section 1(b)(2)(B) of the Davis -Bacon Act. the contractor shall
maintain records which show that the commitment to provide such
benefits Is enforceable, that the plan ur program is financially
responsible, and that the plan or program has been communicated
in writing to the laborers or mechanics affected, and records which
show the costs anticipated or the actual cost incurred in providing
sue)! benefits Contractors employing apprentices or trainees under
approved programs shalt maintain written evidence of the
registration of apprenticeship programs and certification of trainee
programs, the registration of the apprentices and trainees, and the
ratios and wage rates prescribed In the applicable programs.
DLA -OB 13-06
Page 11 of 22
August 12, 2013
Local Assistance Procedures Manual Exhibit 12-G
Required Federal -aid Contract Language
b. (1) The contractor shall submit weekly for each week In which
any contract work is performed a copy of all payrolls to the
Contracting agency. The payrolls submitted shall set out accurately
and completely all of the information required to be maintained
under 29 CFR 5.5(a)(3)(i), except that full social security numbers
and home addresses shall not be Included on weekly transmittals
Instead the payrolls shall only need to Include an individually
Identifying number for each employee ( e:g. , the last four digits of
the employee's social security number). The required weekly payroll
information may be submitted in any form desired. Optional Form
WH -347 Is available for this purpose from the Wage and Hour
Division Web site at
http://www dol gov/ese/whdrforms/wh347instr htm or its successor
site. The prime contractor is responsible for the submission of
copies of payrolls by all subcontractors. Contractors and
subcontractors shall maintain the full social security number and
current address of each covered worker, and shall provide them
upon request to the contracting agency for transmission to the State
DOT, the FI -MIA or the Wage and Hour Division of the Department
of Labor for purposes of an investigation or audit of compliance with
prevailing wage requirements. It is not a violation of this section for a
prime contractor to require a subcontractor to provide addresses
and social security numbers to the prime contractorfor Its own
records, without weekly submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a "Statement of
Compliance," signed by the contractor or subcontractor or his or her
agent who pays or supervises the payment of the persons employed
under the contract and shall certify the following:
(i) That the payroll for the payroll period contains the
information required to be provided under §5.5 (a)(3)01) of
Regulations, 29 CFR part 5, the appropriate information is being
maintained under §5.5 (a)(3)(i) of Regulations. 29 CFR part 5,
and that such information Is correct and complete;
(ii) That each laborer or mechanic (Including each helper,
apprentice, and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned,
without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the
full wages earned, other than permissible deductions as set forth
in Regulations, 29 CFR part 3;
(iii) That each laborer or mechanic has been paid not less
than the applicable wage rates and fringe benefits or cash
equivalents for the classification of work performed, as specified
in the applicable wage determination incorporated into the
contract.
(3) The weekly submission of a properly executed certification
set forth on the reverse side of Optional Forn WH -347 shall
satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 3.b.(2) of this section.
(4) The falsification of any of the above certifications may
subject the contractor or subcontractor to civil or criminal
prosecution under section 1001 of title 18 and section 231 of title
31 of the United States Code.
c. The contractor or subcontractor shall make the records required
under paragraph 3.a. of this section available for Inspection,
copying, or transcription by authorized representatives of the
contracting agency, the State DOT, the FHWA, or the Dopartment
of Labor, and shall permit such representatives to interview
employees during working hours on the job. If the contractor or
subcontractor fails to submll the required records or to make thern
avar a aferwritten notice to the contractor, the
contracting agency or the State DOT, take such action as may be
necessary to cause the suspension of any further payment,
advance, or guarantee of funds. Furthermore, failure to submit the
required records upon request or to make such records available
may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a, Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined
rate for the work they performed when they are employed pursuant
to and individually registered in a bona fide apprenticeship program
registered with the U.S. Department of Labor, Employment and
Training Administration, Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency
recognized by the Office, or if a person is employed In his or her first
90 days of probationary employment as an apprentice in such an
apprenticeship program, who Is not individually registered In the
program, but who has been certified by the Office of Apprenticeship
Training, Employer and Labor Services or a State Apprenticeship
Agency (where appropriate) to be eligible for probationary
employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in
any craft classification shall not be greater than the ratio permitted to
the contractor as to the entire work force under the registered
program. Any worker listed on a payroll at en apprentice wage rate,
who is not registered or otherwise employed as stated above, shall
be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess of
the ratio permitted under the registered program shall be paid not
less than the applicable wage rate on the wage determination for the
work actually performed, Where a contractor is performing
construction on a project in a locality other than that in which its
program is registered, the ratios and wage rates (expressed in
percentages of the Journeyman's hourly rate) specified In the
contractor's or subcontractor's registered program shall be
observed.
Every apprentice must be paid at not less than the rate specified in
the registered program for the apprentice's level of progress,
expressed as a percentage of the Journeymen hourly rate specified
in the applicable wage determination. Apprentices shall be paid
fringe benefits In accordance with the provisions of the
apprenticeship program. If the apprenticeship program does not
specify fringe benefits, apprentices must be paid the full amount of
fringe benefits listed on the wage determination for the applicable
classification. If the Administrator determines that a different practice
prevails for the applicable apprentice classification, fringes shall be
paid In accordance with that determination,
In the event the Office of Apprenticeship Training, Employer and
Labor Services, or a State Apprenticeship Agency recognized by the
Office, withdraws approval of an apprenticeship program, the
contractor will no longer be permitted to utilize apprentices at less
than the applicable predetermined rate for the work performed until
en acceptable program Is approved.
b, Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to
work at less than the predetermined rate for the work performed
unless they are employed pursuant to and individually registered In
a program which has received prior approval, evidenced by formal
certification by the U.S. Department -of -labor. Employment and
Training Administration.
Page 12 of 22
August 12, 2013
Local Assistance Procedures Manual Exhibit 12-G
Required Federal -aid Contract Language
The ratio of trainees to joumeymen on the job site shall not be
greater than permitted under the plan approved by the Employment
and Training Administration.
Every trainee must be paid at not less than the rate specified in the
approved program for the trainee's level of progress, expressed as a
percentage of the journeyman hourly rate specified in the applicable
wage determination. Trainees shall be paid fringe benefits In
accordance with the provisions of the trainee program, If the trainee
program does not mention fringe benefits, trainees shall be paid the
full amount of fringe benefits listed on the wage determination
unless the Administrator of the Wage and Hour Division determines
that there is an apprenticeship program associated with the
corresponding journeyman wage rate on the wage determtnalion
which provides for less than full fringe benefls for apprentices Any
employee listed on the payroll at a trainee rate who is not registered
and participating in a training plan approved by the Employment and
Training Administration she bo paid not less than the applicable
wage rate on the wage determination for the classification of work
actually performed. In addition, any trainee performing work on the
job site In excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed.
In the event the Employment and Training Administration withdraws
approval of a training program, the contractor will no longer be
permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable
program Is approved.
c. Equal employment opportunity The utilization of apprentices,
trainees and joumeymen under this pert ehair he In conformity with
the equal employment opportunity requirements of Executive Order
11246, es amended, and 29 CFR part 30.
d. Apprentices and Trainees (programs of the U.S, DOT),
Apprentices and trainees working under apprenticeship and skill
training programs which have been certified by the Secretary of
Transportation as promoting EEO in connection with Federal -aid
highway construction programs are not subject to the requirements
of paragraph 4 or this Section IV. Thu straight time hourly wage
rates for apprentices and trainees under such programs well be
established by the particular programs. The ratio of apprentices and
!minces lo journeymen shall not be greater than permitted by the
terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor
shall comply with the requirements of 29 CFR part 3, which are
Incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form
FHWA-1273 in any subcontracts and also require the subcontractors
to include Form FHWA-1273 in any lower tier subcontracts. The
prime contractor shall be responsible For the compliance by any
subcontractor or lower tier subcontractor with all the contract
clauses in 29 CFR 5.5.
7. Contract termination: debarment A breach of the contract
clauses In 29 CFR 5.5 may be grounds for termination of the
contract, and for debarment as a contractor and a subcontractor as
provided in 29 CFR 5 12.
8. Compliance with Davis -Bacon and Related Act requirements.
All rulings and Interpretations of the Davls-Bacon and Related Acts
contained in 29 CFR parts 1, 3, and 5 are herein Incorporated by
reference in this contrail,
9. Disputes concerning labor standards. Disputes arising out of
the labor standards provisions of this contract shall not be subject to
the general disputes clause of this contract. Such disputes shall be
resolved in accordance with the procedures of the Department of
Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the
meaning of this clause include disputes between the contractor (or
any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither It
(nor he or she) nor any person or firm who has an Interest in the
contractor's firm is a person or firm ineligible to be awarded
Government contracts by virtue of section 3(a) of the Davis -Bacon
Act or 29 CFR 5,12(a)(1).
b. No part of this contract shall be subcontracted to any person or
firm ineligible for award of a Government contract by virtue of
section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements Is prescribed In the U $
Criminal Code, 18 U.S.C. 1001.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The following clauses apply to any Federal -aid construction contract
in an amount in excess of $100,000 and subject to the overtime
provisions of the Contract Work Hours and Safety Standards Act.
These clauses shall be Inserted In addltion to the clauses required
by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the
terms laborers and mechanics include watchmen and guards.
1. Overtime requirements. No contractor or subcontractor
contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or
permit any such laborer or mechanic in any workweek in which he or
she is employed on such work to work in excess of Forty hours in
such workweek unless such laborer or mechanic receives
compensation at a rate not less than one and one-half times the
basic rate of pay for all hours worked In excess of forty hours In such
workweek.
2. Violation; liability for unpaid wages; liquidated damages, In
the event of any violation of the clause set forth in paragraph (1.) of
this section, the contractor and any subcontractor responsible
therefor shall be liable For the unpaid wages. In addition, such
contractor and subcontractor shall be liable to the United States (In
the case of work done under contract for the District of Columbia or
a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect
to each individual laborer or mechanic, including watchmen and
guards, employed In violation of the clause set forth In paragraph
(1.) of this section, in the sum of $10 for each calendar day on which
such individual was required or permitted to work In excess of the
standard workweek of forty hours without payment of the overtime
wages required by the clause set forth In paragraph (1.) of this
section.
3, Withholding for unpaid wages and liquidated damages. The
FHWA or the contacting agency shall upon Its own action or upon
written request of an authorized representative of the Department of
Labor withhold or cause to be withheld, from any moneys payable
on account of work performed by the contractor or subcontractor
under any such contract or any other Federal contract with the same
DLA -OB 13.06
Page 13 of 22
August 12, 2013
Local Assistance Procedures Manual Exhibit 12-C
Required Federal -aid Contract Language
prime contractor, or any other federally -assisted contract subject to
the Contract Work Hours and Safety Standards Act, which Is held by
the same prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as provided
in the clause set forth in paragraph (2.) of this section
4. Subcontracts. The contractor or subcontractor shall Insert In any
subcontracts the clauses set forth in paragraph (1.) through (4.) of
this section and also a clause requiring the subcontractors to include
these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower
tier subcontractor with the clauses set forth in paragraphs (1.)
through (4.) of this section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction contracts
on the National Highway System.
1. The contractor shall perform with Its own organization contract
work amounting to not less than 30 percent (or a greater percentage
if specified elsewhere In the contract) of the total original contract
price, excluding any specialty items designated by the contracting
agency. Specialty ttems may be performed by subcontract and the
amount of any such specialty items performed may be deducted
from the total original contract price before computing the amount of
work required to be performed by the contractors own organization
(23 CFR 635 116).
a. The term "perform work with its own organization" refers to
workers employed or leased by the prime contractor, and equipment
owned or rented by the prime contractor, with or without operators.
Such term does not include employees or equipment of a
subcontractor or lower tier subcontractor, agents of the prime
contractor, or any other assignees. The term may Include payments
for the costs of hiring leased employees From an employee leasing
firm meeting all relevant Federal and State regulatory requirements,
Leased employees may only be included In this term If the prime
contractor meets all of the following conditions;
(1) the prime contractor maintains control over
the supervision of the day -today activities of the leased employees;
(2) the prime contractor remains responsible for the quality of
the work of the leased employees;
(3) the prime contractor retains all power to accept or exclude
Individual employees from work on the project; and
(4) the prime contractor remains ultimately responsible for the
payment of predetermined minimum wages, the submission of
payrolls, statements of compliance and all other Federal
regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work that
requires highly specialized knowledge, abilities, or equipment not
ordinarily available in the type of contracting organizations qualified
and expected to bld or propose on the contract as a whole and In
general are to be limited to minor components of the overall
contract.
2. The contract amount upon which the requirements set forth in
paragraph (1) of Section VI is computed includes the cost of material
and manufactured products which are to be purchased or produced
by the contractor under the contract provisions.
3 Therontractor-shall-fumlah-(a)-a-competent-superintend or
aupendsor who ls-employedby the-fam, has -full authority -to-diroctperformance of the work In accordance with the contract
requirements, and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of Its own
organizational resources (supervision, management, and
engineering services) as the contracting officer determines Is
necessary to assure the performance of the contract
4. No portion of the contract shall be sublet, assigned or otherwise
disposed of except with the written consent of the contracting officer,
or authorized representative, and such consent when given shall not
be construed to relieve the contractor of any responsibility for the
fulfillment of the contract. Written consent will be given only after
the contracting agency has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) Is not
applicable to design -build contracts; however, contracting agencies
may establish their own self -performance requirements.
VII. SAFETY: ACCIDENT PREVENTION
This provision is applicable to all Federal -aid construction contracts
and to all related subcontracts.
1. In the performance of this contract the contractor shall comply
with all applicable Federal, State, and local laws governing safety,
health, and sanitation (23 CFR 635). The contractor shall provide all
safeguards, safety devices and protective equipment and take any
other needed actions as It determines, or as the contracting officer
may determine, to be reasonably necessary to protect the life and
health of employees on the job and the safety of the public and to
protect property in connection with the performance of the work
covered by the contract.
2. It Is a condition of this contract, and shall be made a condition of
each subcontract, which the contractor enters into pursuant to this
contract, thal the contractor and any subcontractor shall not permit
any employee, In performance of the contract, to work in
surroundings or under conditions which are unsanitary, hazardous
or dangerous to his/her health or safety, as deterrnined under
construction safety and health standards (29 CFR 1926)
promulgated by the Secretary of Labor, in accordance with Section
107 of the Contract Work Hours and Safety Standards Act (40
U.S.C. 3704).
3. Pursuantto 29 CFR 1926.3, it is a condition of this contract that
the Secretary of Labor or authorized representative thereof, shall
have right of entry to any site of contract performance to inspect or
investigate the matter of compliance with the construction safety and
health standards and to carry out the duties of the Secretary under
Section 107 of the Contract Work Hours and Safety Standards Act
(40 U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
This provision is applicable to all Federal -aid construction contracts
and to all related subcontracts
In order to assure high quality and durable construction In
conformity with approved plans and specifications and a high degree
of reliability on statements and representations made by engineers,
contractors, suppliers, and workers on Federal-ald highway protects,
It Is essential that all persons concerned with the protect perform
their functions as carefully, thoroughly, and honestly as possible.
Willful falsification, distortion, or misrepresentation with respect to
any facts related to the project is a violation of Federal law. To
prevent any misunderstanding regarding the seriousness of these
and -simUar-acts,Eomt-FHWA! 022 shall-be-posted-on-saoh
Federal -ad -highway -project -(23-CFR635)-in- one -or-more places --
Page 14 of 22
August 124D13_
Local Assistance Procedures Manual Exhibit 12-G
Required Federal -aid Contract Language
where It is readily available to all persons concemed with the
protect:
18 U.S.0 1020 reads as follows:
Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory. or whoever, whether a person,
association, firm, or corporation, knowingly maks any false
statement false representation, or false report es to the character,
quality. quantity, or cost of the material used or to be used, or the
quantity or quality of the work performed or to be performed, or the
cost thereof in connar'tiurr with the submission of plans, maps,
specifications, contracts, or costs of construction on any highway or
related protect submitted for approval to the Secretary of
Transportation; or
Whoever knowingly makes any false statement. false
representation. terse report or false claim with respect to the
character, quality. quantity, or cost of any work performed or to be
performed. or rneteriaie furnished or to be furnished, In connection
with the Conetru[ noir of any highway or related project approved by
the Secretary of Transportation; or
Whoever knowingly makes any false statement or false
representation as to material fact in any statement, certificate, or
report submitted pursuant to provisions of the Federal -aid Roads Act
approved July 1, 1916, (39 Stat. 355), as amended and
supplemented;
Shall be fined under this title or imprisoned not more than 5 years
or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
This provision is applicable to ell Federal -aid construction contracts
and to all related subcontracts.
By submission of this bidrproposal or the execution of this contrail,
or subcontract, as appropriate, the bidder, proposer. Federal -aid
construction contractor, or subcontractor, as appropriate, will be
deemed to have stipulated as follows:
1. That any person who is or will be utifired In the performence of
this contract is not prohibited from receiving an award due to a
violation of Section 508 of the Cleary Water Act or Section 306 of the
Clean Air Act
2. That the contractor agrees to include or cause to be included the
requirements of paragraph (1) of this Section X in every subcontract,
and further agrees to take such action as the contracting egency
may direct as a means of enforcing such requirements.
X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
This provision is applicable to all Federal -aid construction Contracts,
design build contracts. subcontracts. lower -tier subcontracts,
purchase orders, lease agreements, consultant contracts or any
other covered transaction requiring FHWA eporovat or that i8
estimated to cost $25,000 or more -- as defined In 2 CFR Parts 190
and 1200.
1. Instructions for Certification — First Tier Participants:
a: By signing and submitting this proposal, the prospective first
tier part c print rs providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result In dental of participation In this
covered transaction. The prospective first tier participant shell
submit an explanation of why R cannot provide the certification set
out below. The certification or explanation will be considered in
connection with the department or agency's determination whether
to enter into this transaction. However, failure of the prospective first
tier participant to furnish a certification or an explanation shall
disqualify such a person from participation in thls transaction.
c. The certification in this clause Is a material representation of
fact upon which reliance was placed when the contracting agency
determined to enter into this transaction. If it Is later determined that
the prospective participant knowingly rendered an erroneous
certfication. In addition to other remedies available to the Federal
Government, the contracting agency may terminate this transaction
for cause of default.
d, The prospective first tier participant shall provide Immediate
written notice to the contracting agency to whom this proposal is
submitted if any time the prospective first tier participant learns that
its certification was erroneous when submitted or has become
erroneous by reason of changed circumstances.
e. The terms "covered transaction," "debarred,' "suspended,"
"ineligible, "participant,' "person," "principal,' and "voluntarily
excluded," as used in this clause, are defined in 2 CFR Parts 180
and 1200. 'First Tier Covered Transactions" refers to any covered
transaction between a grantee or subgrantee of Federal Funds and a
parttclpent (such as the prime or general contract). "Lower Tier
Covered Transactions" refers to any covered transaction under a
First Tier Covered Transaction (such es subcontracts). "First Tier
Particrpanr refers to the partfcfpan! who hoe entered into a covered
transaction with a grantee or subgrantee of Federal funds (such as
the prirne or general contractor). "Lower Tier Participant" refers any
participant who has entered into a covered transaction With a First
Tier Participant Or other Lower Tier Participants (such aa
subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting this
proprsa! that, should the proposed Covered transaction be entered
into, it shall mol knowingly enter into any lower tier covered
Ironsaetion with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation In this covered
transaction, unless authorized by the department or agency entering
into this transection.
g. The prospect'vs first tier participant further agrees by
Submitting this proposal Ilial it will include the clause titled
"Certification Regarding Debarment, Suspension, Inellgibllily and
Voluntary Exclusion -Lower Tier Covered Transactions, provided by
Silo department or contracting agency, entering into his covered
transaction, without modWfrcatlon, in ail lower tlsr covered
transactions and in all solicitations for lower tier covered
transactions exceeding the $25,000 threshold.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant In a lower tier covered
transaction that Is not debarred, suspended, ineligible, or voluntarily
excluded from the covered transaction, unless it knows that the
certification is erroneous. A participant Is responsible for ensuring
that its principals ere not suspended, debarred, or otherwise
Ineligible to participate In covered transactions. To verify the
eligibility of its principals. as wall as the eligibility of any lower tier
prospective participants, 08011 particlpant may, but is not required to,
check the Excluded Parties Lisl System weeslle
(httns://www.eels.nov/), which is complied by the General Services
Administration.
I Nothing contained in the foregoing shall be construed to require
the establishment of a syatem of records in order to render in good
faith the certification required by this clause. The knowledge and
DLA -OB 13-06
Page 15 of 22
August 12, 2013
Local Assistance Procedures Manual Exhibit 12-G
Required Federal -aid Contract Language
Information of the prospective participant Is not required to exceed
that which Is normally possessed by a prudent person in the
ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of these
Instructions, If a participant in a covered transaction knowingly
enters Into a lower tier covered transaction with a person who Is
suspended, debarred, Ineligible, or voluntarily excluded from
participation in thls transaction, In addition to other remedies
available to the Federal Government, the department or agency may
terminate this transaction for cause or default,
2. Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion — First Tier Participants:
a. The prospective first tier participant certifies to the best of its
knowledge end belief, that It and its principals:
(1) Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
participating In covered transactions by any Federal department or
agency;
(2) Have not within a three-year period preceding this proposal
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;
(3) 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 enumerated in paragraph (a)(2)
of this certification; and
(4) Have not within a three-year period preceding this
application/proposal had one or more public transactions (Federal,
State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to any of
the statements in this certification, such prospective participant shall
attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier
transactions requiring prior FHWA approval or estimated to cost
$25,000 or more -2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower
tier is providing the certification set out below.
b. The certification In this clause is a material representation of
fact upon which reliance was placed when this transaction was
entered into. If It is later determined that the prospective lower tier
participant knowingly rendered an erroneous certification, in addition
to other remedies available to the Federal Government, the
department, or agency with which this transaction originated may
pursue available remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide immediate
written notice to the person to which this proposal Is submitted if at
any time the prospective lower tier participant learns that its
certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred,' "suspended,"
"ineligible;" "participant," "person," "principal," and "voluntarily
excluded," as used in this clause, ere defined in 2 CFR Parts 180
and 1200. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of those regulations,
"First Tier Covered Transactions" refers to any covered transaction
between a grantee or subgrantee of Federal funds and a participant
(such es the prime or general contract). "Lower Tier Covered
Transactions' refers to any covered transaction under a First Tier
Covered Transaction (such as subcontracts). "First Tier Participant'
refers to the participant who hes entered Into a covered transaction
with a grantee or subgrantee of Federal funds (such as the prime or
general contractor). "Lower Tier Participant' refers any participant
who has entered Into a covered transaction with a First Tier
Participant or other Lower Tier Participants (such as subcontractors
and suppliers),
e. The prospective lower tier participant agrees by submitting this
proposal that, should the proposed covered transaction be entered
into, It shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency with
which this transaction originated.
f. The prospective lower tier participant further agrees by
submitting this proposal that It will Include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transaction," without
modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant In a tower tier covered
transaction that is not debarred, suspended, ineligible, or voluntarily
excluded from the covered transaction, unless it knows that the
certification is erroneous. A participant is responsible for ensuring
that Its principals are not suspended, debarred, or otherwise
Ineligible to participate in covered transactions. To verify the
eligibility of its principals, as well as the eligibility of any lower tier
prospective participants, each participant may, but is not required to,
check the Excluded Parties List System website
(https'Owww,eols,goy/), which is compiled by the General Services
Administration.
h. Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render in good faith
the certification required by thls clause. The knowledge and
information of participant is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of
business dealings.
1. Except for transactions authorized under paragraph e of these
Instructions, if a participant in a covered transaction knowingly
enters Into a lower liar covered transaction with a person who Is
suspended, debarred, Ineligible, or voluntarily excluded from
parllcipallon in this transaction. in addition to other remedies
available to the Federal Government, the department or agency with
which this transaction originated may pursue available remedies,
including suspension endror debarment.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Excluslon--Lower Tier Participants:
1. The prospective lower her participant certifies, by submission of
this proposal, that neither it nor its principals Is presently debarred,
suspended. proposed for debarment, declared Ineligible, or
voluntarily excluded from participating in covered transactions by
any Federal department or agency.
DLA -OB 13-06
Page 16 of 22
August 12,1013
Local Assistance Procedures Manual Exhibit 12-G
Required Federal -aid Contract Language
2. Where the prospective lower tier participant Is unable to certify to
any of the statements in this certification, such prospective
participant ahall attach an explanation to this proposal.
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
Thle provision is applicable to all Federal -aid construction contracts
and to all related subcontracts which exceed $100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and submitting
this bid or proposal, to the best of his or her knowledge and belief,
that:
a. No Federal appropriated funds have been paid or will be paid,
try et on behalf of the undersigned, to any °arsion fol ionuenc' J of
sltcmplinq to influence an officer or employee of any Federal
agency, a Member of Congress. an officer or employee of Congress.
or an employee or a Member of Congress in connection with the
awarding or any �&cJer t contract tile making of any Federal greet.
the mating of oily Federal loan. the entering into or nny cooperative
agreement, and the extension. conllneetfon, renewal, amendment,
or modification of any Federal contract. gime lean. or Cooperative
agreement.
0 If any funds teller tflan Federal appropriated funds have been
paid Or will oe paid l3 ally person for influencing or intempling to
Influence an officer or employee of any Fatten -it agency. a Member
of Congress. an officer or employee of ColyreSS of an employee or
a Member of Congress in connection with trite Federal Contract.
grant, loan, or cooperative agreement. the undersigned shall
complete and eubmlt Standard Fonn•LLL, "Disclosure Farm to
Report Lobbying," In accordance with Its Instructions.
2. This Certification is a material representation of fact upon which
reliance was placed when this transaction was made or entered Into.
Submission of this certifleation Is a prerequisite for making or
entering Into this Vette activn imposed by 31 U.S.C, 1352. Any
person who falls to NO the repuile 1 certification shall ba subject to a
civil penalty of not lass than $10,000 and not more than $100,000
for each such failure.
3. The prospective participant also agrees by submitting Its bid or
proposal that the participant shaii require that the language of this
certification be Included in all lower tlor subcontracts, which exceed
$100,000 and that all such recipients shall certify and disclose
accordingly.
DLA -OB 13-06
Page 17 of 22
August 12, 2013
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: City of Lodi Public Works Dept. Payroll & Labor Compliance
Review Assistance
DEPARTMENT: Public Works
CONTRACTOR Pacific Municipal Consultants (PMC)
AWARD AMOUNT: $19,999.00
DATE OF RECOMMENDATION: 2/13/15
BIDS OR PROPOSALS RECEIVED:
Pacific Municipal Consultants (PMC)
Contractor Compliance & Monitoring, Inc. (CCMI)
"NO BID" or NO RESPONSE RECEIVED:
PrevailingWageExperts.com
Vistacore.com
Labor Compliance Services, LLC
Gonzales -White Consulting Service, LLC
$110.00 Per Hour
$85.00-$120.00 Per Hour
BACKGROUND INFORMATION & BASIS FOR AWARD:
Transportation Planner discussed the project scope with staff from each company. In addition, a
Scoring Committee (Transportation Manager, Deputy Public Works Director, and Transportation
Planner) reviewed each bidder based on experience/ size of staff/ references; project
understanding and scope of work; as well as proposed cost. To clarify, the cost for the main
staff member on the project from each firm would be $110/hr (PMC) and $85-120/hr (CCMI).
After full analysis, it was determined that Pacific Municipal Consultants (PMC) was the preferred
consultant.
FUNDING: Various Federal Project Accounts
Prepared by: Julia Tyack
Title: Transportation Planner
Reviewed by: P •r�
Michael Baker
INTERNATIONAL
February 4, 2016
Julia Tyack, Transportation Planner
CITY OF LODI
221 West Pine Street
Lodi, CA 95240
jtyack@lodi.gov
Exhibit 2
We Make a Difference
RE: HARNEY LANE GRADE SEPARATION — LABOR COMPLIANCE
Dear Ms. Tyack:
Michael Baker International is pleased to provide this proposal to assist with the Harney Lane grade
separation. The following is a list of tasks that we will complete.
SCOPE OF WORK
TASK 1. ATTEND PRECONSTRUCTION MEETINGS AND VERIFY CONTRACTOR'S LICENSE STATUS.
Michael Baker will attend the preconstruction meeting to provide contractors and their
subcontractors with materials and information on applicable federal and state labor standards
requirements and to answer questions regarding labor standards monitoring procedures and required
forms. Michael Baker will also take this opportunity to gather contact information from all of the
contractors to ensure regular communication throughout the course of the project. We will obtain
verification that all contractor licenses are current and confirm that contractors are excluded from the
federal debarment list.
TASK 2. CONDUCT EMPLOYEE INTERVIEWS.
Once the project is under way, Michael Baker will conduct Exhibit 16-N employee interviews to verify
worker classifications and wage payments. These interviews must be completed regularly throughout
the course of the project. We will coordinate these interviews with the contractors and subcontractors
at the work site to minimize the downtime associated with employee interviews.
TASK 3. MONITOR LABOR STANDARDS COMPLIANCE ON THE PROJECT.
Michael Baker will ensure that the City is in compliance with all requirements regarding labor
standards, including compliance with federal and state prevailing wage requirements. Michael Baker
will work closely with contractors and subcontractors (especially those unfamiliar with prevailing
wage requirements) throughout the project.
Michael Baker staff will review all certified payroll reports. Where deficiencies are found, Michael Baker
is available to work directly with the contractor to make corrections and confirm restitution. We will
inform the City whenever a contractor or subcontractor is found to be out of compliance.
MBAKERINTL.COM
2729 Prospect Park Drive, Suite 220 Rancho Cordova, CA 95670
P: (916) 361-8384 F: (916) 361-1574
CITY OF LODI
RE: HARNEY LANE GRADE SEPARATION - LABOR COMPLIANCE
Page 2
TASK 4. MAINTAIN LABOR STANDARDS COMPLIANCE DOCUMENTATION.
Michael Baker will maintain the files in accordance with the requirements of the program.
We will monitor any changes or developments regarding federal or state labor standards that may
occur during the term of the project, and will immediately inform the City and contractors of any
changes that occur.
TASK S. ASSIST WITH PROGRESS PAYMENTS.
When a progress or final payment is requested by the contractor, Michael Baker will coordinate with
the City to ensure that all weekly payrolls have been reviewed for labor standards and prevailing wage
compliance before a payment is made to the contractor. This ensures that there are no surprises when
the contractor makes a retention request.
TASK 6. RESPOND TO REQUESTS FOR INFORMATION.
Michael Baker staff will be available to the City and the contractors to answer any requests for
information that may arise pertaining to federal and state labor standards compliance. Michael Baker
staff is knowledgeable on labor standards law, and will try to provide contractors with all the
information they need throughout the project.
PROJECT TEAM
JENNIFER GASTELUM, PROJECT DIRECTOR
Ms. Gastelum has more than 15 years of experience in housing, planning, and project management.
She is experienced in administering various federal grant programs, including CDBG, Neighborhood
Stabilization Program, CalHome, and HOME. Ms. Gastelum will provide general oversight to the
project.
CYNTHIA WALSH, PROJECT MANAGER AND LABOR COMPLIANCE OFFICER
Ms. Walsh is experienced with state and federal grant programs and specializes in labor standards
compliance. She possesses extraordinary administrative and organizational skills, a necessity for labor
compliance. Ms. Walsh will serve as the project manager and, as primary contact for the City, will also
be responsible for monitoring labor compliance through the review of certified payroll reports. She
will also be the primary point of contact for the prime contractor, and will be responsible for reporting,
coordination, and record-keeping.
JESSICA HAYES, ASSISTANT PROJECT MANAGER AND SENIOR GRANTS MANAGEMENT SPECIALIST
Ms. Hayes is experienced with state and federal grant programs and will serve as the assistant project
manager for the City. She will assist Ms. Walsh with monitoring labor compliance through the review
of certified payroll reports.
PATRICE CLEMONS, ASSOCIATE LABOR COMPLIANCE SPECIALIST
Ms. Clemons currently manages CDBG programs for the cities of Lodi and Grass Valley. Her duties
include preparing reports, processing financial requests, maintaining records, tracking expenses and
revenue, and monitoring. Additionally, Ms. Clemons has conducted HUD -11 employee interviews and
reviewed certified payroll reports for compliance with federal standards.
CITY OF LODI
RE: HARNEY LANE GRADE SEPARATION - LABOR COMPLIANCE
Page 3
Exhibit 3
FEE
Michael Baker will provide the proposed scope of services for a fee of $24,000.
BILLING AND PAYMENT
Michael Baker will bill according to the percentage of work completed. Progress billing will be
monthly, with payment due on receipt.
HOURLY RATES
Staff
Hourly Rate
Jennifer Gastelum, Project Director/Service Area Lead
$135
Cynthia Walsh, Protect Manager/Labor Compliance Officer
$110
Jessica Hayes, Assistant Project Manager/Senior Grants Management Specialist
$105
Patrice Clemons, Associate Labor Compliance Specialist
$85
If you have any questions regarding this proposal, please contact Jennifer Gastelum at (916) 231-2268.
Sincerely,
Kevin Gusto ; PE
Vice President
JifeV Gastelum
Service Area Lead
RESOLUTION NO. 2016-27
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER
TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH TERRACON, OF
LODI, FOR CONSTRUCTION TESTING AND INSPECTION SERVICES AND
AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH
MICHAEL BAKER INTERNATIONAL, INC., OF RANCHO CORDOVA, FOR LABOR
COMPLIANCE MONITORING FOR GRADE SEPARATION HARNEY LANE AT
UNION PACIFIC RAILROAD OVERHEAD PROJECT
WHEREAS, at the November 18, 2015 City Council meeting, Council awarded
DeSilva Gates Construction, LP, of Dublin, a contract for construction of the Grade Separation
Harney Lane at Union Pacific Railroad Overhead Project; and
WHEREAS, City staff solicited Request for Qualification and Proposals for testing and
inspection services and Terracon received the highest marks and was selected to perform the
required testing and inspection services during construction; and
WHEREAS, Michael Baker International, Inc., currently provides labor compliance services
to the Public Works Transit and Neighborhood Services Divisions; and
WHEREAS, these services will be required during the course of the construction project,
which is anticipated to begin in April 2016, with completion in October 2017; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Terracon, of Lodi, for construction testing and inspection services, in the
amount of $574,610; and
WHEREAS, staff recommends authorizing the City Manager to execute Amendment No. 1
to the Professional Services Agreements with Michael Baker International, Inc., of
Rancho Cordova, for labor compliance monitoring, in the amount of $24,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize
the City Manager to execute a Professional Services Agreement with Terracon, of Lodi, California,
for construction testing and inspection services, in the amount of $574,610, for Grade Separation
Harney Lane at Union Pacific Railroad Overhead Project; and
NOW, THEREFORE, BE IT FURTHER RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement
with Michael Baker International, Inc., of Rancho Cordova, California, for labor compliance
monitoring, in the amount of $24,000, for Grade Separation Harney Lane at Union Pacific Railroad
Overhead Project.
Dated: March 2, 2016
I hereby certify that Resolution No. 2016-27 was passed and adopted by the City Council of
the City of Lodi in a regular meeting held March 2, 2016, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN COUNCIL MEMBERS — None
NIFER FERRAIOLO
City Clerk
2016-27
CITY COUNCIL
MARK CHANDLER, Mayor
DOUG KUEHNE,
Mayor Pro Tempore
BOB JOHNSON
JOANNE MOUNCE
ALAN NAKANISHI
CITY OF LODI
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706 / FAX (209) 333-6710
EMAIL: pwdept@lodi.gov
www _Iodi.goy
February 26, 2016
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D. MAGDICH
City Attorney
CHARLES E. SWIMLEY, JR.
Interim Public Works
Director
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Professional
Services Agreement with Terracon, of Lodi, for Construction Testing and
Inspection Services ($574,610), and Amendment No. 1 to Professional
Services Agreement with Michael Baker International, Inc., of Rancho
Cordova, for Labor Compliance Monitoring ($24,000), for Grade
Separation Harney Lane at Union Pacific Railroad Overhead Project
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, March 2, 2016. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Gary Wiman at (209) 333-
6706.
z: r
Chajes E. Swimley, Jr.
Interim Public Works Director
CES/tdb
Enclosure
cc: City Clerk