Loading...
HomeMy WebLinkAboutAgenda Report - February 1, 2017 C-10TM CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: MEETING DATE: PREPARED BY: AGENDA ITEM Cio Adopt Resolution Authorizing City Manager to Execute Amendment No. 2 to Professional Services Agreement with Michael Baker International, Inc., of Rancho Cordova, for Labor Compliance Services, Various City Projects ($90,000) February 1, 2017 Public Works Director RECOMMENDED ACTION Adopt resolution authorizing City Manager to execute Amendment No. 2 to Professional Services Agreement with Michael Baker International, Inc., of Rancho Cordova, for labor compliance services, various City projects, in the amount of $90,000. BACKGROUND INFORMATION: The City of Lodi Public Works Department entered into a Professional Services Agreement with Michael Baker International, Inc., on March 24, 2015, for assistance with labor compliance services. Federal- and State - funded projects require a substantial amount of labor compliance oversight by agencies receiving these funds. This oversight includes review of project payrolls for compliance with prevailing wages, timely confirmation that contractors submit required documentation from prime and subcontractors, conducting employee labor compliance interviews, and maintaining project files in preparation for Federal and State audits. The scope of the original agreement included all of these tasks in addition to providing guidance to City staff on questions relating to labor compliance. The original agreement amount of $19,999 was allocated over two years to cover labor compliance services for the Transit Bus Stop Improvements Projects and a portion of the Harney Lane Grade Separation Project. The Professional Services Agreement was amended on March 28, 2016 to add $24,000 for continued labor compliance services on the Harney Lane Grade Separation Project. Amendment No. 2 will provide the option to extend the current agreement two additional years, for a total of three years in addition to the original term of the agreement. The increase of $90,000 will provide approximately $30,000 per year over the remaining term of the agreement, if all extensions are utilized. The labor compliance oversight will be utilized on the next phase of the bus stop improvements, the remaining elements of the Harney Lane Grade Separation Project, the Proposition 84 -funded White Slough Water Pollution Control Facility Expansion Pond Project, and other federal- and State -funded projects requiring such services. This will greatly reduce the amount of staff time dedicated to labor compliance and ensure proper documentation and maintenance of files for federal and State audits. FISCAL IMPACT: Labor compliance services ensures proper completion of federal and State projects, preventing the City from losing federal and State funding and prevents fines being acquired due to Tabor non-compliance. APPROVED:' ep en Schr, City Manager K:\WP\PROJECTS\TRANSIT\RFP for Payroll Review Assistance January 2015\CMichaelBakerAmendment2_2017.doc 1/23/17 Adopt Resolution Authorizing City Manager to Execute Amendment No. 2 to Professional Services Agreement with Michael Baker International, Inc., of Rancho Cordova, for Labor Compliance Services, Various City Projects ($90,000) February 1, 2017 Page 2 FUNDING AVAILABLE: Funding appropriated with various capital projects. 1/1i-Arn usan Bjork Supervising Budget Analyst Char es E. S mley, Jr. Public Wo s Director Prepared by: Julia Tyack, Transportation Planner CES/JMT/tdb Attachment cc: Transportation Manager/Senior Traffic Engineer K:\WP\PROJECTS\TRANSIT\RFP for Payroll Review Assistance January 2015\CMichaelBakerAmendment2..2017.doc 1/23/17 AMENDMENT NO. 2 Michael Baker International, Inc. Professional Services Agreement THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of , 2017, 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 on May 26, 2015, Consent to Assign on January 27, 2016, and Amendment No. 2 on March 28, 2016 (collectively the "Agreement"),as set forth in Exhibit 1, attached hereto and made part hereof; and 2. WHEREAS, CITY requested to amend the Scope of Services and increase the fees by $90,000, for a total not to exceed amount of $133,999,as set forth in Exhibit 2, attached hereto and made parthereof; and 3. WHEREAS, CITY requested to amend said Agreement to add two one-year options to extend the Agreement; and 4. 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. 2 on 2017. 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 AMENDMENT NO. 1 Michael Baker International, Inc. Professional Services Agreement THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this 2.5(14` day of C-V\o.ccJn , 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 March a4 , 2016. CITY OF LODI, a municipal corporation Hereinabove called "CITY" 6. STEPHEN SCHWABAUER 6/ City Manager Attest: IFER ERRAIOLO, City Clerk Approved as to Form: 1 JANICE D.. MAGDICH City Attorney MICHAEL BAKER INTERNATIONAL, INC. Hereinabove called "CONSULTANT" Nalne: „dr fi Gus &rf Title: V ice Prestc e(*. 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 thls ate" day of , 2016, by and between the CITY OF LODI, a municipal corporation (hereinafter "cn-r), a 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.ainu t,, cs , 2016. CITY OF LODI, a municipal corporation MICHAEL BAKER INTERNATIONAL, INC. hereinabove called "CONSULTANT" City Manager Attest: me: Kaiv t - u4 -,s Title: V +te ecccut erik- PACIFIC MUNICIPAL CONSULTANTS .11\6...44zudyK vNIFER FERRAIOLO PHILIP O. CARTER y Clerk Vice -President Ap roved as to Form: NICE D. MAGDICH City Attorney Exhibit 1 I AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parl:les THIS AGREEMENT is entered into on 11-\nn r �'-i . 2015, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Pacific Municipal Consultants (PMC) (hereinafter "CONSULTANT"). Section 1.2 Puroose 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 CONSULTANTS 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 retum all comments. Section 2.3 Meetinus, 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 hfe 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 Consultants 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 less 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 Cost, The Fee Proposal shaN 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 Jndemnlficatlon and Resoonslbillty for Damao. 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 attomey'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 ads, 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 Reaulrements for CONSULTANT CONSULTANT shall take out and maintain during the Ilfe of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and Incorporated by this reference. Section 4.7 Successors and Assisi s 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 shaN 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 mall, 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: Julia Tyack, Transportation Planner To CONSULTANT: 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 shaft 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. Severablllty. and Attorney's Fees This Agreement shall be govemed 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 wlttraidlaws, butthe rerhainder of -this Agreement shall bin 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 shah be entitled to reasonable attomey's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.14 City Business License Reauirement 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 4.16 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 Inteuration 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 FundIna 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. CITY OF LODI, a municipal corporation ATTEST: �t: , fit. �• ] (Amu) x..) J _ NIFER FERRAIOLO TEPHEN SCHWABAUF. try Clerk City Manager APPROVED AS TO FORM: JANICE D. MAGDICH, City Attomey PACIFIC MUNICIPAL CONSULTANTS (PMC) By: ._ Name: P ILIP O. CARTER Title; -.President Attachments: I 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 Protect Accounts (Business Unit & Account No.) Doc ID:WP\ProJects\PSAs\PMC2015 CA:rev.012015 8 Exhibit NB PMC' January 20, 2015 Julia Tyad4 Tranaportadon Planner CITY OF LODI 221 West Pine Street Lodi, CA 95240 Iv/1 W1 -1w RE: • REQUEST FOR PROPOSALS — PAYROLL AND LABOR COMPLIANCE REVIEW Dear Ms. Tyadc 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 has d -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 an City capital improvement projects. Tasks may include but are not limited to employed Interviews (using HUD -11), payroll review far compliance with prevailing wages, and timely communication with the prime contractor to obtain correct documents from both the primo contractor and subcontractors. PMC will also attend preconstructlon meedngs 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 revlewing the required I0 -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 GAsTELUM, SERVICE AREA LEAD Ms. Gastelum has more than 14 years of experience In housing, pinning and project management As the service area lead for housing and community development. she will provide general oversight. 2729 Rrapwl Park Drive. Bulls 220 • Rancho Cordova, CA 05870 • P: (9.18)9814884 • F: (919) 981-1474 CITY OF LODI RE: REQUEST FOR PROPOSALS - PAYROLL AND LABOR COMPLIANCE REVIEW Paget ROB SRONCE, PROJECT MANAGER AND LABOR COMPLIANCE OFFICER Mr. Sronce has over 20 years of housing and community development experience, with I I 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 currendy 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: County of Monterey (third -party review) City of Walnut Creek City of Citrus Heights City of Rio Vista • City of Lodi • City of Rancho Cordova • The Wayfarer Center of Woodland • City of Elk Grove • City of Corona (third -party review) • • • • REFERENCES Please find below three references for labor compliance services. Additional references are available on request. Joseph Wood, Manager Neighborhood Services Division City of Lodl (209) 333-6711 Scott Thurmond, Executive Director Friends of the Mission, Woodland (916)416-0901 HOURLY RATES Below are hourly billing rates for the listed personnel. PMC bilis in quarter-hour Increments and Invoices on a monthly basis. • Jennifer Gastelum, Service Area Lead • Rob Sronce, Protect Manager and Labor Compliance Officer Jessica Hayes, Housing Services and Development Specialist City of Rancho Cordova (916) 851-8761 Sincerely, PPhilip O. Carter President POC:rs:sw:jm 0:California. State oltodl, CIq API 3-1047 Labor Compliance ,xr Robert 5? once Project Manager $135 $110 Not to Exceed $ 19,999 JENNIFER GASTELUM Service Area Lead MS Gasrelirm '.ding% over 13 years of experience:0 proleel.s throtighuu: dnrl Washington She Is exoerioriceo In managing U Di epaWlnn of housing Elements, ( loos ng Co oiio11 `5u'vi:v Repoits, ._J:l•',i)l!(lAten Pictliir Plans, Analysis of .mpeditinerits to Fair l lousing Choice, and o[her 1.10,15E g i'ICIICy' loci i "IEn3 13er most recent housing :lolr.=-v expel enc( Int hide, Hot, iinCl, F...lerrioni ides fo' over tvve do7.ori dities as well dS Consolidated Flank For FTIIny juiisr.ilctions thro icjriout : all`:;riti,l. C iastelunl recently seiiiieo as the iahcr COrnplialce o'flf er on The Crossings Ci New Rancho pioie'e'.., ao 18 -unit m,a!rifamily affordable rerit.zi construction project, arid is currently overseeing Energy Lificiency and Conservation Block (EECB(J) program monitoring arid reporting assistance for the City of tlk Gro e. RELEVANT PROJECT EXPERIENCE Imperial County, HOME Grant Administration. Currently manages Imperial County's HOME -funded First -Time I-l.omebuyers Program. City of Rancho Cordova, CDBG. Provides as -needed technical assistance and guidance to Mc City in the adminisi ration of Its housing and communlry development programs, including programs funded by CDBG and housing impact fees. City of Citrus !Lights, CDBG. Provides on-call technical assistance to the City for Its CDBG and housing prograrns, inciitding guidance on eligibility, environmental review, and reporting. Monterey County, CDBG, NSP, HOME CallIOMC. Provides technical assistance and guidance ro the County on its state housing and cunmrunity development granrs. Efforts include record-keeping and reporting systems, compliance, and program development. EDUCATION BS,C'ity and Regional Manning College of Architecture and Errvao unenwl Design, Callicaiva Polytechnic State University, San Luis Obispo AA. American Rivet Junior College, Sacramento PROFESSIONAL AFFILIATIONS AND AWARDS American Planning Association (APA) California Chapter of the American Planning Association (CCAPA) Parsons Infos tructure and Technology, Inc, Excellence at Action Award, September 2003 American Planning Association, 2000 Student Pioneer Award, City of Atascadero Draft General Plan, 2000 %1/2 PszfrettfitielellIKINISMINIONMIll ROBERT S_ SRONCE Project Manager and Labor Compliance Officer o•,er _Q rats of housirig and community dedcopni ol( with 1(1 years_ of experience working v,1th lilt) & id `gill is adrn n stei ired,71:11 and state housing and community munity devclopmeni grant;. In ("gat time, he 'tai designed, developed, and implemenved nous:no urograms -o` >everaI dq nciees as a!1 ernpfriyee 30d es a consultant RELEVANT PROJECT EXPERIENCE City of Lodi, Ou-ske stalling to support the City's CI3i3G program including labor compliance services. Th includes day-to-day management of subrecipiencs, reporting, planning and compliance. Currently provides labor compliance monitoring services to rhe City. City of Rancho Cordova. Provides as -needed technical assistance olid guidance to the City in the administration of its housing and community development programs, including programs funded by cr i3G and housing impact Cees. Currendy provides labor compliance services. Wayfarer Center of Woodlaud. Provided labor compliance monitoring services for the rehabilitation of the commercial kitchen at Walter's House, a mission of the Wayfarer Center. Walters House provides residential treatment for alcoholism and drug addiction. f City of Corona. Provided technical assistance and program support in support of the Chy a NSP, C178G, and HOME programs, including oversight and management ofst lrl;rantees as well as compliants, research, planning. and implementation. Reviewed Tabor compliance done by a third party. City of Elle Grove. Provided as -Heeded technical aasistancc and guidance to the City in the administration of its housing and cnmrnunity development programs, Part of the ream assisting the. City w implement its federal NSP -funded programa. Monterey County. Provided technical assistance and guidance to the County on its scare housing and cotnrnunity development gran+. Efforts included record-keeping and reporting systems, compliance, and program development. Reviewed labor compliance done by a third party. 11 EDUCATION BS, Community Studies, University of California, Davis I IUD -Certified HOME E Program Specialist EXHIBIT C Insurance Roaulrementa ter Consultant The Consultant shall take out and maintain during the lite of this Agreement insurance coverage as listed betow. These insurance policies shalt protect Consultant and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as welt as from claims for property damages, which may arise from Consultant's 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. COjvIPREHENSIVE AUTOMORll F I.IARIISTY $1,000,000 Combined Single Limit Such insurance shall cover liability arising out of any vehicle (including, owned (if any), hired and non -hired vehicles) operated in performing any and ail services pursuant to this Agreement. Coverage shall be written on 180 fort CA 00 01 12 90, or a Tater version of this form, or an equivalent form providing equivalent Iiabifity coverage. 3. PROFESSIONAL LIABILITY / ERRORS AND OMISSIONS $1,000,000 Per Claim Ali limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, employees, and designated volunteers. Alt 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 fortn hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible er 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 andror 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 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 trio California Tort Claims Ari (California Government Code Section 810 et seq.). A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City: (a) AdditionaI Nefe d Insure ddrseIltn Pursuant to a separate endorsornont ((SO form CO 2010 (11/85) 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) Prime� : i • . r- .1 • . o i II : l ndorsamen Additional Insurance coverage under the Consultant's policy shall be 'primary and non-contributory and wIN not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO font 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 Lace or as an endorsement, a description of the project that it is Insuring, Page 1 1 of 2 pages T _ Risk rev.03.2014 InsurancuReaulremt►nte 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 io protect the City as a named insured. (d) Comoleted 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 Change in Coverndarsement 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 Ati policies shall be in effect on or before the first day of the Tenn of this Agreement. At least thirty (30) days prior to the expiration of each kisurance policy, Consultant shall furnish 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, Conshltant shall Immediately notify the City and immediately obtain replacement insurance. (h) failure to Comely 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 stai3ng the amount paid, the name's) of the Insurer(s), and rate of interest. Consultant shall pay such reimbursement and Interest on the first (1') day of the month following the City's notice. Notwithstanding and ouror pruvls€an 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 terminatlon, 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 insurers) 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 ilst of California eligible surplus lines insurers (LESLi Ilst) and otherwise meet City requirements. yyorkers Comosnsation 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 alimllarty 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 loss 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 135240. 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. 15age 2 of -6-1, ges - Risk: rev.03.2014 L Exhibit D - Services — Federal Clauses (under 625,000) The following clauses are included with the City of Lod; Professional Service Agreement. 1. Access to Records The following access to records requirements apply to this Contract: Where the Purchaser Is nota State but B local government and is the FTA Recipient or a subgrantee of the FTA Recipient In accordance with 49 C.F.R. 1&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 Ora directly pertinent to thls contract for the purposes of making audits. examinations. excerpts and transcriptions. Contractor else agrees, pursuant to 49 G.F.R- 033.17 to provide the ETA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital protect. 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, 6309 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 w 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 F 1 A Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.46, 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 d'irnctly pertinent to this contract for the purposes of making audits. examinations, excerpts and transcriptions. IV. 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 arty 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 partles 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 far a period of not less than three years after the date of termination or expiration of this contract, except in the evAnt 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 ail such litigation, appeals, claims or exceptions related thereto- Reference 49 CFR 16.30(I)(11). VII, FTA does not require the Inclusion of these requirements in subcontracts 2. Federal Changes CONTRACTOR shag at ell 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 FIA, as they may be amended or promulgated from time to time during the term of this contract. CONTRACTOR's failure to so comply shall constitute a material breach of this contract, 3. No Government Obligation to Third Parties 1 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 contract) 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 1986, as amended, 31 U.S.G. § 3801 et seq . and U.S. DOT regulations, "Program Fraud CMI Remedies," 49 C.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 Government reserves the right to impose the penalties of the Program Fraud CMI Remedies Act of 19136 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. III, 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. Ng0dIscrinrin0on - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S C. § 2000d. section 303 of the Age Discrimination Act of 1.975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Dlsabllit,es Act of 1990, 42 U.S.C. § 12132, and Federal transit law al 49 U,S.C. § 5332. the CONTRACTOR 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 Faual Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract Race, Calor. Creed, National Orcin, 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. Pelts 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, § 823 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 parsons 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 28 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 an which Dt3Es 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 cavy 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 terms shall be treated as a violation of this contract. Upon -notification of failure to -carry 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 prirne contractor based on these acceptances. II. Prompt Payment of Payment of Withheld Funds to Subcontractors The contractor shall retum 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 7106.5 of the California Business and Professions Code. This requirement shall not be construed to Amit 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 4220.1 F, 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 Government 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 Govemment 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 tailing to make adequate progress, failing to make reasonable and appropriate use of the Project real property, facilities, or equipment, or has felted 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 LOOT 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. II. Termination for Default: If the CONTRACTOR does not deliver supplies in accordance with the contract delivery schedule, or, if the contracl 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 LO❑ I 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. 111. 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 shah 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 lo 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 pollees 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. §!3 6321 et seq. 11. Access Requirements for Persons with Disabilities CONTRACTOR agrees to comply with all eppticabie 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, es amended, as may be applicable to CONTRACTOR. 5 Local Assistance Procedures Manual EXIIBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES / �'Jf! COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a. contract - 0 e_ 'hid/offer/application 0 a. initial b. material change b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance b. initial award c. post -award 4. Nance and Address of Reporting Entity 0 Prime 0 Subawardee Tier Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: , if known 10. Name and Address of Lobby Entity (If individual, last name, first nacre, MI) For Material Change Only: year quarter date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congressional District, ifknown '7. Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known: 11. lndividuab Performing Services (including address if different from No. l0a) (last name, Brat name, MI) (attach Continuation Sheet(s) if necessary) 12. Amount of Payment (cheep all that apply) S 0 actual ❑ planned 13. Form of Payment (check all that apply): 8 a- cash __ b. in-kind; specify: nature Value U f. other, xpccify 15. Brief Descriptio■ of Services Performed or to be performed and Date(a) of Service, including niticer(s), employee(a),or member(s) contacted, for Payment indicated is Item 11: (attach Continuation Sheet(s) ifnecessary) 16. Continuation Sheet(s) attached: Yes ❑ No El ,N 1 f i 14. Type of Payment (cheek all that apply) a. retainer b. one-time fee c. commission d. contingent fee e deferred 17. Information requested through this fours is authorized by Title 31 U.S.0 Section 1352. This disclosure of lobbying reliance was placed by the tier shove when kis transnr-tinn was made or entered into. This disclosure 19 required pursuant to 31 US.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 1100,000 for each such failure, Federal Use Only: Signature: Print Mune: Cilie:`�(4v t Telephone No.: •( Pate. Authorized for Local Reproduction Standard Form - LLL aranderd Pima t.t t II I% OI.2a4I6 Distribution: Orig- Local Agency Project Pales LPP 13-01 Page 1 May 8, 2013 Local Assistance Procedures Manual EX HBIT 10-Q Disclosure of Lobbying Activities INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OFLOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Ofticc 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 ofa covered federal action. 2. Identif, the status ofthc 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, a 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 "Subawerdee" 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 coveted federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, invitation for Bid (LTB) number, grant announcement nwnber, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, c.g.. "RFP -DE -90-001." 9. For a covered federal action where there has bean 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. Fater 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 coveted federal action. 11. Enter the full names of the individuals) performing services and include fidl address if different from 10 (a). Enter Last Name, FirstNameand Middle Initial (MI). 12. Enter the amount e f compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment bas been made (actual) or will be mode (planned). Check all boxes that apply. If this is a material change report, eater 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 dule(s) piny services rendered. include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal olTeer(s) or employee(s) contacted or the officer(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 end 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 cmrmplcting and reviewing the collection of information. Send continents regarding the burden estimate or any other aspect of this collection of infonnatioa, including suggcstiorrs for reducing-this-burdenrto-the Oiftee of Management -and -Budget, Paperwork- eduction Project (0348-0046) Waahingtnnc.D.C.-20503.Sl LLL -Instructions Rev. 06-04 LPP 13-01 Page 2 May 8, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language Fl -WA -1273 — Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS General Nondiscrimination Nonsegregated FecdNiies Davis -Bacon and Related Act Provisions Contract Work Hours and Safety Standards Act Provisions Subletting or Awdgning the Contract Safety: Accident Prevention False Statements Concerning Highway Projects Implementation of Clean Air Act and Federal Water Pollution Control Act Compliance with Govemmentwsde Suspension and Debarment Rsqulrernents Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A, Ernubymuni unn .". merieis Preference for Appalachian Development Ht)hway Syslji, or R;,r,,riachlan Local Access Road Cuntracle (Included in Appelochlan coati ode ❑nty) L GENERAL 1. Fomi FI IWA-1273 roust be physloally Incorporated In each construction contract Funded under Me 23 (excluding emergency centrat:it salary Intended for debris removal), Tho contractor (or subcontractor) moot insert his form in oscII +tuber:moacl and further require lie tncloslon to all lower tier subcontracts (excluding purchase orders, rental agreements and attisr agreements fill- supplies or services) The sppllceble requirements of Form FHWA-1273 aro Incorporated by reference for work done under any purchase order, rental agreement or egreomenl for other services. The prime contractor shall be rosponsible for compliance by any StrbcanlracWt, lower -110r aubccnt-actor or serrlr.e provider. Foran FHWA-1273 must be Included In all Federal -aid design -build contracts, in allsubcontrncts end in lower Der subcontracts (excluding aubcontraots for design servicers, purchase ordain. rental aprecrments and othersgreemente for Suppiles or services). The design -budder shall be responsible for compliance by any subcontractor. lower -tier subcontractor or service provider, _ Contracting agencies may reference Form FHWA-1273 h bid proposal or request Tor proposal documante. however, the roam F!- WA -1273 must be physically Incorporated (trot referenced) In al! Ci F lrects. subcontracts and m ver -tier subcontret:ts (asci:ttsti3 purchase orders, rental agreements and other agreements for supplies or a rvlcaa rotated m a construction contract). 2. Subject to Ma applieabfllly criteria noted In the following auctions, Weary contract previsions sires apply to all work performed on the contract by the contractors nwn drganizal of and Wth the assistance of workers under the Cantracrnr's Immediate superintendence and to all work performed on the contract by piecework, station work, or by eubcordreCL 3. A breach of any of the stputallons centafned In these Required Contract Prcvlalons may be sufficient grounda for withhold/fof progress noymonts, wilhhckfing of final payment. Io+minellen otthecontra& yuspentainn ! °abetment or any other eaten detemrhed to be appropriate by the cantraotino agency end FHWA. 4. Selection of Labor. During the parfonnence of This contract, the contractor shall not use convict labor for any purpose within the Omits of a construction project on a Fudsral•ald highway untose N is labor performers by convkm' who are on parole, supervised re'ease. or probation. The term Fedoref-old highway dews not inelede roadways funcdonasy Claililed rte LlCel roads or rural Minor collectors. OLA -OB 13-06 11. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts end to all related constriction auboonlracta of 510,000 or more, The provisions of 23 CFR Part 230 ere 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 11248, 41 CFR 80, 20 CFR 1825- 1827. Tile 23 USG Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Tale VI of the Civil Rights Acl of 1064, as amended, and rotated regulations Including 46 CFR Parts 21, 28 and 27; and 23 CFR Parts 200, 230. and 693. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 80-1.4(b) and. for all construction contracts exceeding 610,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 80-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compltanco with Executive Order 11248 and the poples of Iho Secretary of Labor Including Al CFR rap. end 29 CFR 1825-1627. The Cantreulirtu agency and the F1IWA have the authority and the responatbllity to ensure compliance with 71113 23 USC Section 140, the RehebllRelion Act of 1873, ss amended (26 USC 7134), and Titte VI of the Civil Rights Act 01 1984, as amended, and related regulations Including 49 CFR Parts 21. 28 and 27; and 23 CFR Parte 200, 230, and 833. The following prevision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) end FHWA,equlrementa. 1. !equal Employment Opportunity: Eoualemployment oppurtur4y (EEO) requirements not to dinGtrntrtrrte and to take effirmauvo action to FORUM equal opportunity n7 sot forth underinwf, executive ordara, rules, regulations (26 CFR 35, 29 CFR 1830, 29 CFR 1825-1827.41 CFR 80 and AR CFR 27) end orders of the Secretary of Labor as modified by the pros/alone prescribed tiereln, end Imposed pursuant to 23 U.S.C. 140 Shall Currsiltuls Me EEO and specific atfirmativc notion standards for !ha conlractcea projoct aclivldea under thla contract. The provisions of the Americans with OlaebHEdos Act of 1990 (42 4).9.0. i 2101 et seq.) sal forth under 28 CFR 35 and 29 CFR 1030 are Incorporated by reference In this contrail. In the execution or 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 fah effort to provide equal opportunity with respect to all of Its terms and conditions of employment and In Ibalr reutew of ac0vltles under the contrail b. The contractor will accept as Iia operating policy the Ibllowing statement: 'k Is the policy of this Company to assure that applicants ere employed, and that employees are treated during employment without regard to neer race, religion, eels, co/or, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or Irenalor; recruitment or recruitment advertising; layoff or termination; rates of pay or other farms of compensation; and setsctlon for 'reining, Including apprentiocshlp, pro•apprenliceship, andlor on- the-job Veining." 2. EEO °Meer: The contreclor MI 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 end responeiblllty to do so Page 8of22 A-legust 12, 2013 Local Assiatanee Procedures Manual B=kibit 12-G Required Federal -aid Contact Language 3. Dissemination of Policy: AIf members of the ranlractor's staff MKS aro authorized to hire, supervise, promote, and discharge employees, or who recommend such action. or who are substantially Involved In such action, will ba made Tufty cognizant of, and will Implement, the conlmctor's EEO poky and contractual responsIblllltas to provide EEO In ascii grade and classification of employment To ensure That the above agfoomant will bo met. the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office ornployees will bo conduetod before the start of work and (hen not loss often !hen once ovary six months, at which lime the contractor's EEO policy end Its implementation will be reviewed and explained. 1 he meetings will uo conducted ay the EEO Officer. h. All new supervisory or pursounul office amployeus will be given p thorough Indoctrination by tho EEO Officer coverliej al' major aspects of the contractors EEO obileetiuns within Thirty days following lhclr reporting for duty with the convector. c. AB personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractors procedures for locating and hiring minorities and women d. Notices and posters setting forth the contractor's EEO policy will bo placed in aroaa raadliy accessible to employees, septicemia for employment and potential employees. e. 'rna conlraclnr'a EEO policy and tho procedures to implement such policy wet be brought to the attention of employees by meads of meetings. employee handbooks, or other appropriate memos. 4. Recruitment: Mon advertising for employees. Ilse contractor wit Include In all advertisements for empioyeee this notation' 'Pm Equal Opportunity Employer." All such advbrtieamints will be placed In publications having a Ira a circulation aiiamp minorities and women In the area from wtlIch the period work fume would normaly bo derived. a. The contractor will, unless precluded by a valid bargaining agraurneirt, conduct syslemalic and direct recruitment through puIllc and private arnplvyee rotarrai sources likely Io yield qualified mementos anti women To bleat 11,11 rerluirernenI. the contractor will identify sources of potential ininority group urnployees. and establish with such Idonliflod sources prot:adores whereby minority and women appllcenta may be referred to Sha contractor for employment consideration. b. In the event the contractor has e valid bargaining agreement providing for exclusive eirrilg hall raforrars, the contractor is expected 10 obseive leo provisions of lint agreement to the extent that the system mauls the crmlraLlor's compIlnncn with EEO contract provisions, Whore Ilnpienlenul ion or such an agreement has the effect of discriminating against minorities or women. or obligates She contrertur to do the same, such implementation violates Federal nondiscrimination pr0viatons. c. The contractor wit encourage its present employees to refer minorities end women es applicants for employment. Information and procedures with regard to referring such applicants wilt be discussed with employees. S. Personnel Actions: Wages, working conditIdne, and employee benoraa elsal be established and administered. and personnel actions of every type. Including hiring, upgrading, promotion, Weirder, demotion. layoff. and termination. shell be Taken wilhoul regard to race, color, religion, sex. national origin, age or disability. The following procedures shall be followed: a. The contractor MI conduct periodic inspections of projed sites to Insure that working conditions and employee facilites do not indicate discriminatory treatment of project site personnel. DLA -OB 1346 b. The contractor will periodically seabirds the spread of wages paid within each classifcsteon to dotermina any evidence of discriminatory wee praclicos. c. The contractorwlll periodically review stover; percunrel actions in depth le determine whether there Is evldonce of discrimination. Whore evidence is found, the contractor wig promptly take correcltvo action, If the review Indicates that tt+a dlscriminoUon may extend beyond the actions reviewed. such corrective action shat' include ell affected parsons. d. Tea contractor veil promptly Investigate all uorllpIalnts of adoged dlor.rimInellon,iiade la tho cenlraclor rn cannucllori well ilo uhiigalsane undo( this contract, will ostn+irpli to rnssitve such conipbiinls, alai will take appropriate coiwu'trwo nclran within a tonsenablt time if etre inveolrgutIlrs indicates Ihnl the discrimination may affect persons °Sher than the complainant, such corrective action shall include ouch other persons. Upon completion of each Inveslfgalion, the contractor will Inform every complainant of at of their avenues of appeal. 6. Training and Promotion: n. The contractor will assist in locating, quelllyfng, and Increaainy the skills of minorities and women who are applicants for employment or current cmploycos. Such efforts ehnuld be aimed at developing full journey level sloths employees In the type of irade or Job classification Involved, b. Consistent with the contractor's work force requirements end us pomTissble under Fedora! and Mato reyu'etions, the controctar shall make full eco of training programs. I.e., apprenticeship. end on - t in -Job training programs for the geographical arca of contract performance. In the event a spec aI provision for training is proveled under this contract, this subparagraph will be superseded as indicated In tho special provision. ilia contracting agency may reserve uaining peetHon,s for peracni who recoivc wineries assistance In axardence with 23 U.S.C. 14004. 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 slid promotion potential of employees who are minorities ural women and will encourage eligible employeoo to apply for awe training and promotion, 7. Unions: If the contractor relies In whole or in pad upon talions as a source of employees, the conlraclor will ua° good lade nfinria to obtain the cooperation of such unlons to Increase opportunities for rrrlrrorll1es and women. Actions by the Contractor. either directly er through a Wntrectoea oasocialion acting as agent, will Include The procademe set forth below: a The corstractar wilt uae good faith efforts to devotee, in Cooperation with the unions, joint training programs aimed toward quallfying more minorities end woman for membership In the unions and increasing the skille of m111011 002 and women co the' they may qualify for higher paying employment, b. The contractor will use good faith efforts to inCorpornte an EEO Clause Into each union agreomelltto the and that such union %Ali ba contractually bound to refer appllcanla without fegard to their race. color, religion, sax, national origin. ago or disability, 0. The contractor et to obtain Information es to the referral practices end policies of the labor union except that to the extent such Information is within the exclusive possession of !ha Tabor union and such labor union refuees to furnish such intonation to the contractor. the contractor aheli so certify to the contracting agency Page 9 of 22 August 12, 2013 Local Assistance Procedures Naomi and shall set forth what efforts have been made to obtain such Information. d. In the event the unlon le unable to provide the contractor with a reasonable flow of referrals within the time Amit eat forth in the collective bargaining agreemenI, the contractor will, through Independent recruitment efforts, fill tha employment vacancies without regard In taco, color, religion, sox, national origin, age or di5abilky; making full efforts to obtain qualified endlor qualifiable minorities and woman The failure of a union to provide aufrrcient referrals (even though N N obligated to provide excluslvs referrals under the terns 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 1 t246, as emended, and these spatial provislona, such contractor shall Immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants I Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americana with Disabilities Act and all rules and regulations established (hare under. Employers moat provide reaeoneble accommodation In all emptoymenl activities untasa to ao 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 leasee of equipment. The contractor shall take all neoeeeary and reasonable steps to ensure nondiscrimination In the administration of this contract. a. The contractor shell notify ell 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 State 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 centred. The contractor shall carry out applicable requirements of 49 CFR Pad 26 In the award and administration of DOT -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 thls contract or such other remedy as the contracting agency deems appropriate. 11. Recons and Repots: The contractor shall keep such records se 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 project; (2) The progress and efforts being made In cooperation with unlone, whop eppllceble, to Increase employment opportunities for minorlUee and women; and DLA -OB 13-06 Exhibit 12-G Required Federal -aid Contract Language (3) The progress and efforts being made In locating, hiring, training, qualifying. and upgrading minorities and woman; b. The contractors and subcontractors will submit en annual report to the contracting agency each July for the duration of the project, indicating the number of minority. women, and non -minority group amployeee currently engaged in each work classification requited by tha contract work. This Information is to be reported on l.wni ll.W/ -1:191 The staffing data should represent the pro}oci work force on board In all or any part of the Iasi payroll period preceding the end of July. If on -throb eretning le being required by special provision, the contractor will be required to collect end report (raining data. The employment data should reflect the work force on board during ell or any part of the last payroll period preceding the end ofJuly, 111. NONSEGREGATED FACILITIES This provision Is applicable to alt Federal -old 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 baste of race, color, rerrgion, 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 thelr services at any location, under the Contractor's control, where the redlines ere segregated. The term "facilities" includes welting rooms, work areas, restaurants and other eating areas, time clocks, restrooma, washrooms. IoGker tocols, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, lranaportallon, and housing provided for employees. The coMraotor shall provide separate or single -user restroome and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACONAND RELATED ACT PROVISIONS Thla section le applicable to all Federal -aid construction projects exceeding $2,000 and to all related eubaontreds and lower -tier subcontracts (regardless of subcontract else). The requirements apply to ail projects Wonted within the rlght•of way of a roadway that la functionally classified as Federal -aid highway. Tnls excludes roadways functionally classified ere 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 FHINA program requirements. 1. Minimum wages a. AU laborers and mechanics employed or worklng upon the she oldie work will be paid unconditionally end not less often than once e 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 Pad 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at tens of payment computed at rates not less than those contained in the wags determination of the Secretary of Labor which is attached hereto and made a part hereof, regardleas of any contreotual relationship which may be alleged to exiet between the contractor and such laborers and mechanics. Page 10 of 22 August 12, 20.13 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language Contdbutions made or costs reasonably anticipated for bone fide (rine° benefits under section 1(b)(2) df the D3vl6.l3acpn Act on behalf or laborers w mechanics are tonelderee wages paid to such labnfera or mechanics, subiRCl to the provisions of pBraerapll 1.d- of this section. also, regular coniebu!Uoos made or costs incuned for more Than n weekly period (but no( fele pilon ellen quarterly) under plans, funds, or programs which cover lea particular weekly puriwl. are deemed to ba cens(ruetively made or incurred "luring Ruch weekly period. Such laborers and mechanics shall be paid the eppropriale wage rata and fringe benefits on the wage deterrnieation for the elessificatlon of work actually performed, wllhaut regard lo skl11, except as provided In 29 CFR 5.5(a)(4). Laborers or mechanics performing work In note than one classification may be cornpdnealud at the rate specified for each claysilicaUdn for Ilio lime actually worked Morale. Provided, 1 hal the ornployer's payroll records accurately eel fedi; lite lima spore in each crasailicallan in +ehiohwOrk 11 performed. The wage determination (including any 3(1114 10n/11 claesiik allon and wage rates rxanforrnod under paragraph 1,b. of this section) and the Devis•8ucon easier (WH -1321) shall ee pealed el all Ines by the oonlraexor end IIs subcontractors al the she of she work In a prominunl and accessible place where It can bie easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including hclpere, which Its not hsted in the wage deterrrllnptien and which is io be employed under the contract shall be classified In conformance with the wsgo determination. The contracting officer shall approve nn additional classification and wage rate and fringe benefits therefore only when the following criteria have bean met (1) The work to be performed by the classification requested Is not performed by a classification In the wage determination; and (II) The classification Is utilized in the area by the conalnretlon industry; and (Ili) The proposed wages rate, Including any bona lido fringe benefits, bean' a reasonable relationship to the wage rates oonlalned in the wage determination. (211f the contractor and the laborers and mechanics to be employed In the craasilfcation (If known). or their representatives. and the contracting officer agree on the ciasseiicelIoe end wage rate (moluding the amount designated for fringe benefits where appiapriale), a report of the action tarsen shell be semi by the conlractfng officer lo the Administrator of the Wage end Hour Division, Employment Slandarda Administration, U.S Department of Labor, Washington, DG 202t0- The Administrator, or an authorized representative, will approve, modify, or disapprove ovary additional ciasslrioatlon action within 30 days of receipt and 8o advise rho contracting officer or will noltfy the a oniraclIng ofhcar within the 30 -day peered that eddlllonat tittle is neceeaary. (3) In the event the contractor. the laborers or mechanics to ba ornployed In the classification or their reprasenlalWee, and the cureracling officer do not agree on the proposed classification and wage ralo (includinp elle amount designated for fringe benefits. where applaprrllle). Ills cvnlrarcling akar shall refer lee quesllone. including the views of all rrr101esled Imam and 1110 recornmondnllon el the Contracting officer, to the Wage and Hour Admintarralor for determination. The Wage and Hour Adrainielrator, or an authorized representative, wfI Issue a determination within 30 Boys of rooalps and so advise the Confracitng officer or wilt notify the connecting officer within the 30 - day period That additional time le neeeseary. (4) The wage rale (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(7) es 1.11(3) of lhls secllon, shall bo peed to all w0rkere performing work in the ciassi1icatien under this contract from the fast day an which work Is performed In the classification. c. Whenever the minimum wage roto prescribed in the contract for a class of laborers or mechanics Includes a fringe benefit which is not expressed ns an hourly talc. Cho contractor shall oilier pay ate benefit 00 slated In !ha wage determination or thull pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does riot make payments la a trustee or olher third person, pre conium -Ice Pi lay consider ns part of Ihu wesjca of any laborer Or nwcrieriIC the amount or any costs rueeerrxbly ;rnhc paled In prryvldint( bona flea ineee Wineries under a p1111 01 program, Provided, i hal Ihn Secretory of l.aboi ties round, upon the written rrrrlua8I or trio contractor. Ih,iI Ilia nr1pitoahln alandards of the Davis.Hacon Act have been met. The Secretary of Labor may require the Contractor to 801 ankle in a separate or:count assets for the mooting or obltgalfons under the plan Or program 2, Withholding The conlrne:ling agency shall upon its own action or upon written rrquurt of an uulliulirud representative of the Department of Labor, withhold or eauao to by withhold from the Contractor under this cdnlract, or any urine Federal contract with the sante prime conirrrrlar, ar arty other inderOIIy-aseistod comma sutlieCt to Daws. Batson prevailing wags requlrenlOnts, which is hold by the lame orrmo coetractor, so much Or Ilea accrued Doymani%or advances es may bo considered necessary to pay laborers and mechanic:, includtrry apprentices. trainees, and helpers, employed by the o011iioCIOi or any eubcontractar tea lug arnounl of wagos required by the contract, In Uio event of failure lo pay arty laborer or mechanic. including any apprentice, trainee, or heeler, employed or working on the site of Shu work. ail or part of the wages required by Um contract. Iha contracting agency may, after written notice to the contractor, lake such action as may be necessary to cause the suspension of any further payment, advance, er guarantee of funds until such violations have ceased. 3. Payrolls and basic records n Payee% and baste records relath1g lrreruio shall tie rnirinter"ed by tee Contractor during the ceulso of the woa % one pioseived for a peried of three years thereafter for tel laborers and mcchunics working el the site 01 the wank, Such records shall conies; the carne, address, and suciai security number of Slid' 3Ucl1 warktil, his or her cannel centiliiearion. hnurty rotes of wages prod (including rales of cOntitbulions or casts anticipated for bona fide fringe benefits or case+ equivalents thereof or the types described in vection 1(b)(2X13) of the Davis -Bacon Aol), daily and weekly nimble of heirs warked, deductions made arid actual wages pnid 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 entioipatod In providing bens1ils under a On or program described In section 1(b)(2)(9) 01 the Davis -flacon Atl. Ilia contractor shin inelniein records which show that the commitment to provide such benefits is enforceable. that ilia plan w program is finenaaliy responsihte. and that ilia plan er program (1118 boon cornmunrcated in willing 10 the laborers or nsae)lenics affected, and reOdrmS which snow lee costs anticipated or the actual cosi Incurred in providing such benelilo Contractors employing epprenllein or trainees under approved programs shall maintain written evidence of the registration of appreriliceclifp programa and certification of trainee programs, rho reglatrelion of the apprentices and trainees, and the relicts and wage rates proser1bed In the eppllenblo programs. DLA -OB 13-06 Page 11 o1'22 August 12, 2013 Local Assistance Procedures Manual b. (1) The contractor shall submit weekly for each week In which any coritraci work is performed a copy or all payrolls to the contracting agency. The payrolls submLt1ed shall set out accurately end completely all of the information required to ba maintained under 29 CFR 5.6(a)(3)(i), except the! hull social security numbers and horse addressee shell not be Included on weekly transmittals Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the rest four digits or tho employee's social security number). The required weekly payroll Information may be submitted in any form desired. Optional Form Wl-1-347 Is svaileble for this purpose from the Wage end Hour Division Web site at http:Hwww dol govlesn/whdrforme/wh347lnstr htm or its auccessnr elle. 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 FHWA or the Wage end Hour Division of the Department of Labor for purposes of en investigation or audit of compliance with prevailing wage raquirementa. it is not a viotaUon of this section for a prime contractor lo require a subcontraotor to provide addresses and aociel security numbers to the primo contractor for 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 hie or her agent who pays or supervises the payment of the pereons employed under the contract and shall certify the following: (1) That the payrou for the payroll period contains the information required to be provided under §5.5 (a)(3)(Ii) of Regulations, 29 CFR pad 5, the appropriate Information Is being maintained under §5.5 (a)(3)(i) of Regulations. 29 CFR part 5, and that such Information le correct and complete; (i) That oath laborer or mechanic (Including each helper, apprentice, and trainee) employed on the contract during the payroll period hee been paid the MI 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 pert 3; (IH) That each laborer or mechanic hos baon paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification ofwork performed, as specified If the applicable wage determination incorporated Into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse aide of Optional Form WH -347 shell satisfy the requirement for submission of the 'Statement of Compllanoe" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certification, may subject the contractor or subcontractor to ctvtl or admired prosecution under section 1001 of Sets 15 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 1'tiWA, or the Department of Labor, and shall permit such representatives to Interview employees during working hours on the job. If the contractor or subcontractor falls to submit the required records or to make them available, the FHWA may. after written notice to the contractor, the Exhibit 12-G Required Federal -aid Contract Language 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 recorde 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 n giatered in a bona fide apprenticeship program rapistcree with the U. Department of Labor, Employment end Training Administration, Office of Apprenticeship Training, Employer and Labor Servioea, or with a State Apprenticeship Agency recognised by the Office, or if a person la employed In his or her first 90 days of probationary employment as an apprentice kr 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 apprentloe. 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 an 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 claeeltcation of work actually performed. In addition, any apprentice performing work an the job site In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rote an the wage determination for the work actually performed. Wnere a contractor is performing construction on a pruject in a locality other than that in which ice program is regiatored, the ratios and wage rates (expressed in percentagos of the Journeyman's hourly rate) specified In the contracidr's or subcontractor's registered program shall be observed. Every apprentice meet be paid et not lest then the rale speckled in the registered program for the apprentice's level or progress, expressed es a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shell be paid fringe beneete In accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must bo paid the full amount of fr{ago benefits) listed on the wage determination for the applicable classification. If the Administrator determiners that a different practice prevails forthe 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 lees than the applicable predetermined rate for the work performed until an acceptable program Is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.18, trainees will not be permitted to work at leas than the predetermined rete for the work performed uniesa they ere employed pursuant to and Individually regislered In a program which hes reoolvod Ener soprani, evidenced by formal certification by she U.S. Deportment of Labor, Employment end Training Administration. Page l2 of 22 August 12, 2013 Local Assistance Procedures Manuel The ratio of trainees to Journeymen on the Job site shall not be greater than permuted under the plan approved by the Employment and Training Administration. Exhibit 12-G Required Federal -aid Contract Language Every lrahtee meat be paid at nal less than the rata apcciflsd In the rpnravcd program for the ireineres level of progress, expressed u a percentage of the Journeyman hourly rale specified in the applicable wage dotcrreinellon Trainees shall be paid fringe benefla In accurdenco weft the provisions of the trainee program If the trainee program dons not mention lenge benefits. trainees shall be paid the rue amount or fringe benefits l!sted un the wage determination unless the Adnenlalralor of Mu Wage arid Flour [7lvIslon determines Ore( there Is an apprenticeship program aseoclated with the corresponding journeyman wage rate en the wage deternrinalion whleh provides for less Than lull fringe benefits kir eppronficea Any employee listed on Ileo payroll at n trainee rate who is not registered and participating In a training plan approved by the Employment and Training Adminlxlrelion %heti bo pall not lass than the applicable wage Tato en the wage determination for the clussificetlon of work actually performed. In addition, any trainer performing work en the lob site In excess elite ratio permitted tinder the regislnrnd program shall be paid not less than the applicable wage rate en the wage determination for the work actually performed. le the event the Employment and Training Administration withdraw' approval of a Irdieing program, the contractor will no longer be permitted le u1td ci treetops et less Ihan the applicable predetermined rate ler lite work oder/nod until en acceptable program 1' approved. c. Equal cempioymaril opportunity The utilirat on of apprentices, trainees end journeymen under this part shell be In conformity with the equal employment opportunity requirements of Executive Order 11248, as emended, end 2a CFR pan 30. d. Apprentices and Trainees (programs of the U.S. DOT), Apprentices and trainees walking under appronilceshie and skl:l training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federa!•ntd highway come uction programs ore not subject to the requirements of paragraph 4 of this Section IV. Thu straight time hourly wage rales im apprentices and Iralnace under such programs will be selabllshed by the particular programs. The ratio of apprentices and trainees 10 Journeyman shell net be greater Ihan pemiihnd by he 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 subconlraciar shall insert Fenn FHWA-12.73 in any subcontracts arse also require lho subcontractors to include Form FHWA-1273 in any lower tier subcanuacts Teo prime cerilraclor strap be rasponsihle for the compliance by any subcontractor or !owe, tier subcontractor with ell the contract clauses In 29 CFR 5.5. 7. Contract tennlnatlon: debarment. A breach of the contract clauses In 29 CFR 5.5 may be grounds fur tennlnetion of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 612, B. Compliance with Davie -Bacon and Related Act requirements. Ag rulings and Interpretations of the Davls•Baeon and Related Acts contained In 29 CFR penis 1, 3, and 5 are herein Incorporated by reference In this centred. DLA -OB 13.06 9. Disputes concerning labor standards. l:raputes arising out of the IHbor standards provisions of ells conked shall not be subjed tc the general disputes Clause of this centred Such disputes shall be resolved In accordance with the procedures or the Deportment of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes wilhln the moaning of [ilio clause include dlaputes between the contractor (or arty of ils subcontractors) and rhe cwuredirtg agency, the U.S. Department of Label. or tho employees w their represenlalives. 10. Certification of eligibility. a Dy entering into This contract. the Contractor certifies That neither a (nor he or she) nor any person or firm who hen en Inlorest In the centra.loes firm is a person or Ilan Ineligible to be awarded Govomunnnl c t,ntrocla By virtue of suction 3(a) of the Davls•Baoon Act or 29 CFR 5,12(i)(1). b. No part of This centred shell be subconhecled to any person or firm Ineligible for award of a Government centred by virtue of section 3(a) of the t).7via-Bacon Act or 29 CFR 5.12(')(1). c. The penalty for maKing false statements Is prescribed In tis' U S Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal-ald conaWctbn contract in en amount in excess of 6100,000 and subJsot to the overtime previsions of the Contract Work Hours and Safety Standards Ad. These clauses shall be Inserted In addition to the clauses requked by 29 CFR 6.6(e) or 29 CFR 4.6. As used In this paragraph, the terms laborers and mechanics Include watchmen end guards. 1. Overtime requirements. No Contractor or aubconuactor contracting for any part of the Contract work which may require er fnvaive Iho employment or laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she Is employed on suth work to work In excess of Sooty houre In such wnr1 wetetr unless such laborer or mechanic receives compensation at a rata not less than ane end ann.herf times the basic rate of pay for all hours worked In excess of tarty hours In such workweek. 2. violation; liability for unpaid wages; Ilquldatod damages. In the event of any vlutirliorr of the clause eat forth in perogroptl (1.) 01 this seetfon. the contractor and any suboontracter respcnelt/le therefor shell be Noble For the unpaid waeea. In tuldhlon. eudt contractor end subcontractor shall be liable to Me United Staloa (In the nese of work done under contract for the District of Columbia or a territory, to soon (tclriel or to such territory). fur liquidated damages. Srleh liquidated darnagee shall be Computed with respect to each individual laborer or mechanic, including watchmen and guards, employed In violetlen of the dem sot forth in paragraph (1.) of this asrdlon, In the sum of Mier each colander day on which such Individual was roqulrnd oe permatad to work In excess of the standard workweek offerty hours without payment of the avertkne 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 Hs own sctbn 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 Page 13 of 22 August 12, 2013 Local Assistance Procedures Manual 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 labklties 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 • 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 ower tier subcontractor with the clauses set forth In paragraphs (1.) through (4.) of this section. Vl. SUBLETTING OR ASSIGNING THE CONTRACT Thea provision is applicable to el Federal -aid construction contracts on the Nabonal Highway System. 1, The contractor shall perform with Its own organization contract work amounting to not less then 30 percent (or a greater percentage if specified elsewhere In the contract) of the total original contract price, excluding any spocloity Remo designated by the Contracting agency. Specialty hems may be performed by subcontract and the amount of any such specialty items performed may be deducted from lee total original contract price before computing the amount of work required to be perforated by the contractors own organization (23 CFR 635 116). a. The term 'perform work with Its own organization" refers to workers empiayed er ieeeed by the prime canlroctor, and equipment owned or rented by the prime contractor, whh or without operators. Such term does not include cmployees or equipment of o- 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 en employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included In thie term If the prime contractor meets ail of the following conditions; (1) the prime contractor maintains control over the supervision of the day-to-day actMties 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 reeponslble 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 quellned and expected to bid or propose on the aontrect 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. The.contrector-ahaH-furnish-(a)-ecompatenl-superintendent-or supervisor who la employed by the firm, has full authority to direct performance of the work In accordance with the contract Exhibit 12-C Required Federal -aid Contract Language requirements, and is In charge of at construction operations (regardless of who performs Inc 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 pardon 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 respona:bilty for the fulfilment of the contract Written consent well be given only after Inc contracting agency hes assured that each subcontract is evidenced In writing and that It contains al pertinent provtslone and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) le not applicable to deslgn-buld contraote; however, contracting agencies may establish their own self-perfomience requlremente. VI. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts end 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 at eafeguards, safety devices and protective equipment and take any other needed actions as It determines, or as the contracting officer may detennlne, to be reasonably necessary to protect the Ilfe 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 Chia contract, and shall be made a condition of each subcontract, which the contractor enters Into pursuant to this contract, Ihalthe contractor and any subcontractor shall not permit any employee, In performance of Inc contract, to work In surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety end health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours end Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1920.3, it is a condition of this contract that the Secretary of Labor or aulhorized representative thereof, shall hnvo right of entry to any site of contract performance to inspect or investltalo 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 10 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 spedf catlone and a high degree of reliability on statements end representations made by engineers, contractors, suppliers, and workers on Federal-ald highway projects. It la essential that all persons concerned with Inc project perform their functions as carefully, thoroughly, and honestly as poesble. Wlllful falsification, distortion, or mierepresenbation with respect to any facts related to Inc project la a violation of Federal law, To prevent any misunderstanding regarding the seriousness of these and almlie acts,- rm-FHWA-1022 shall -be -posted on each Federal-ald highway project (23 CFR 635) In one or more places Page 14 of 22 August 12,2013 Local Assisteoce Procedures Manual Exhibit 12-G Required Federal -aid Contract Language where It is readily rateable to all persons concerned with the proles*, 18 U.S.0 1020 reads as follows: 'Whoover, being on officer. agnnl. or employee of tho United States. or of any Stele or Terrilory. or vfioaver, whether a parson, association. firm. or corporation. knowingly molten any false Statrdrliwli. Misr mpresenlrrllon. 01 false report as 10 !he chnrai:lat, quality. quunlrly. or cost or ilio manurll uetle or to ho uned. Or the quantity Ur gu.11ly of Pur urork performed of to be performed, or Ma COSI'herooi !n r.Onrn:vliun Wein the rutins on or pians, maps, Specifications, contracts, or ousts of ClJtl lr'rCthln on any l,rg}+wey or i Blued project sOnnillod fur approval to the $ecrntnry at Trenaportetfon; or whoever knowingly makes any (also Statement, false repranonlallen, forgo report or !also claim with respect to IN; dna/actor. yuaady. quantity. Or COM of 0ny wort, performed of to be performed, u rnalarinta furnished or lo it ino:hod, rn r bnnwine with the car,.-itr,+4llon of any highway or related prefect approved by the Secretary of Transportation; or Wn0rrvur knowingly makes any false sinlamont or false rcpreaosllnfion in; to mnlurrat fact in any statement. certificate, or report cc,bnuttad pursuant to provisions of the Fedoral-aid Roads Act approved July I, 1916. {39 Stat. 355), as omendCcl and supplemented; Shell 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 le applicable to ell Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the rxnurl(0n of this contract, or subcontract, as appropriate, the bidder. proposer. Federal-nid construction contactor, or subcontractor, as appropriate, will ba deemed to have stipulated as follows: 1. That any person who le or will be utilized in the performance of this contract Is not prohibited from receiving en award due to a vloiation of Section 508 of the Clean Water Act or Section 308 of the Clean Air Aci 2. That the canlractor dpr0o9 10 Include or cause to ha Included the requlremanta of parogrepn (1) of this Section X In every subcontract. and further agrees to take such action as the contracting ugonoy may dlroct es a moans of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION. tNELtt318ILITTY AND VOLUNTARY EXCLUSION This provision is appl{calsta to all Fedoral-011 construction comma/0, design build contracts, subconirar:ts. iowar-lien subconlrncts, purchase orders, Kafue agroomonls. consultant contrncta or any other covered trnrl0aclion requiring FHWA npprovol or that in estimated to cost $7.5.000 of more — as dehned In 2 CFR Parts 180 and 1200. 1, Instructions for Certification — First Tier Participants: a, By signing and submitting this proposal, the prospective first tier participant Is providing the certification set out below. DLA -OB 13-06 b. The Inability of a pereon to provide the tannic -Arm sel out below will not necessarily result In denipl of particlpnllon Int this covered transaction. The prospective first liar participant shall submit an explanation of why It cannot provide the certification set out billow. The certification of explanation will be considered in connection with the department or agency'a determination whether So enter into this transaction. However. failure of the proepectivo fns liar participant to furnish a certification or Se oxptanation ahnli disqualify such a pnraan from particfpa1 on In this lrananctIan. c. The certification In this clause is a materiel representation of fact upon which rehanro was placed when the contracting agency determined to enter into ilia transaction. If it Is later determined that the prospective partietpanl knowingly rendered an erroneous cart fruition. In addition to other remedies available to the Federal Oovnrnmrrni, Iha contracting agency may terminate this transaction for cause of default d. The prospective first dor parlfclpanl shall provldo immediate written notice to the contracting agency le whom this proposal is submitted if any time the prospeClive Aral tier porticinanl [earns That ile codification was ereonootla when oubmltted or has become erroneous by reason of changed circumstances. o. The terms "covered transaction; "dobarrnd, 'suspended," "rneltalbto,' "parllclpant,"peraon." 'prinClpar,' rand "voluntarily excluded," ea used In this clause. arc defined in 2 CFR farts 180 and 1200. 'Fire! Tier Covorod Transactions" refers to any coward(' transaction between 0 grantee or subgrantee of Federal funds and o participant Isu0h as the prune or general contract}. 'Lower Tier Coveted Transactions- rofoio to pny covered lransaCI{Ort under a First Tier Covered Trannactlan (such as subcontracts). -First Pat Psrlicloonr refers to the pnrt[clpnnl who has onlorod into a covered Iranaailion with a granteo or subgr8nters of Federal (undo (each as the prime or general conlraCier) "Lower (ler Psrlic[print' rites soy participant who hos Cnlored Into a covered transaction with s First ilei Participant or other Lower Tier F artcipanIs (such as subcontractors and suppliers). (. The prospectivo Met tier p0rticipant agrees by submitting Ihlo proposal that, should the proposed covered transaction bo encored Irmo, it shall nus knowingly artier inlo any lower tier covorod Irnnaaction wish a person who res daberrdd, suspended, Codsred ineligible, or voluntarily excluded from participation In this covered transaction, unless authorized by the depar(rment or egency entering Into thle transaction, g. The prospoc1M0 neat tier parlMipaul Iuaor aglses t1y submitting MI5 proposal Mai it wit! InCIodo 1110 clause Idled `Certification Regarding 0obiirrnont. Suspension, Inelrgrblkly and Voluntary Exciusi0rnLowor Tior Covarod Transactions: provided by 11ro daparinlanl or contracting agency. relating into this Covered transaction. without modification, In nil lowor tier savored tranaactlons and In all u Ilcitati0na for Io enter covorod transactions exceeding the 825,000 threshold. h. A participant in a covorcd tmnanclton may rely upon a canification of a prospective participant In a lower tier Covatod transacllon that is not debarred, Suspended, inatiglhle, orvoluntarlly excluded from (ha covered transaction, unless 11 knows Maths cenificatlan ie Orroneoua. A participant Is responsible for ensuring Shat It0 prrnclpols aro mol sysponded. debarred, or olh1Avise Ineligible to participate In covered lrannacUune. To verity the eligibility of its principals. as well as lho eligibility c1 any lower tier proapealve participants, each pen[cipont may, but Is not requlrad to, Check the Excluded Parties List System website Ilw,r rpb.gtzfl, which la complied by lho Qeners[ 5enrfooa Administration. I. Nothing contained In the forogoIng ghat be construed to require the establishment of a systef+l of records to order to render In good falh the eertiteetion required by ilia clause. The knowledge end Page 15 of 22 August 12, 2013 Local Assistance Procedures Manual Information of the prospective participant le 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 (1) of these Instruction, If a oenlolpant in a covered transaction knowingly enters into a lower tier covered transaction with a person who Is suspended. debarred. Inelglble, or voluntarily excluded from parttolpatlon in this transaction, In addition to other remedies available to the Federal Government, the department Of 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 tler participant certifies to the best of its knowledge and ballef, that It and its principals; (1) Are not presently debarred, suspended, proposted for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or fin; (2) Have not within a three-year period preceding this proposal bean convicted of or had a civil Judgment rendered against them for commission of fraud or a criminal offense in connection wlIh obtaining, attempting to obtain, or performing a public (Federal, State or local) Transaction or contract under a public transaction; violation of Federal or Stele 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 cerllficallon; 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 partiolpent is unable to certify to any of the atetements In this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tler Partloipants: (Applkebie to all subcontracts, purchase orders and other lower tier transections requiring prior FHWA approval or estimated to coat 125,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier ie providing the certUlcetlon set out below. b. The certification In thea clause Is a material representation of fact upon which reliance was placed when this transaction was entered into. If 11 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 suapenaion and/or debarment. c. The prospective lower der participant shad provide Immediate written notice to the person to which thio proposal Is submitted If at any time the prospective lower tler participant learns that Its certification was erroneous by reason of changed cirwmatances. d. The terms "covered transaction," "debarred,' "suspended,' 'Ineligible," "participant," "person." 'principal." and "voluntarily excluded," es used In this clause, are defined In 2 CFR Perls 180 DLA -08 13-06 Exhibit 12-G Required Federal -aid Contract Language 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 as 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 e covered transaetlon with a grantee or subgrantee of Federal funds (such u the prime or general contractor). "Lower Tier Participsnr refers any participant who has entered Into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors Find suppliers), e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, It shell not knowtngy 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. 1. The prospective lower tier participant further agrees by submitting this proposal that It will Include this cisme titled "Certification Regarding Debannent, Suspension, ineligibility and Voluntery Exclusion -Lower Tier Covered Transaction," without modification, in at 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 certification of a prospective participant In a lower tier coveted transaction that Is not debarred, suspended, ineligible, or voluntarily excluded from the covered beneection, unless It knows that the cartlllcation 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 ea the eligibility of any lower tier prospective partidpants, each participant may, but is not required to, check the Excluded Parties List System website neaps 1/www,epls.aovl), which Is compiled by the General Services Administration. h. Nothing contained In the foregoing shall be construed to require establlehment of a system of records in order to render in good faith the certification required by this clause. The knowledge end information of participant is not required to exceed that which Is normally possessed by a prudent peraon 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 tier covered transaction with a pereon who le suspended, debarred, Ineligible, or voluntarily excluded from participation in this transadkn, in addition to other remedies available to the Federal Government, the department or agency with which thio transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -rower Tier Perticipente: 1. The prospective lower tier 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. Page 16 of 22 August 12,2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract lauguage 2, Mere Ilse praspeclisn lower tier panidpent Is unable to Certify to any of the statements in This certification, such proepedhe participant shell attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid oonstructbn contracts and to ell rotated subcontracts which exceed V100,000(49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bld or proposal, to the beet of his or her knowledge and belief, that: e. No Fedora! appropriated funds hove boon paid Or will be paid. by ur on behalf of lha unduraryned, 10 any unm0n (m irlfkuoriciny 01 attempting lo InlluuiCo an officer or ornployoa of any Potterer aguncr• 0 Mambo' of Congress. an officer or employee ei Cony►osy. Or un coupI,y0O of a Member of Congress in aonnoortan with lhu awarding ar any resiutal ContraCl the making of any Federal gl iliac. tiro realsung of any Federal roan, Ino enuring into r'1 nny Cmlisuat,va ngfeamer+l, ;Yid 1110 exTr7r:lOtt CenIlrtiiVti00. renewal, orneruhriern, or ntoelirie;;ttiorl of any 1 -Herat COntruCl. Wald tom', or cooperative agreement. h If any fundi other than Federal Appr0Ju1310d funds iteve tJCen Pahl 01 will De pard to any person for infivanclnp of alte.mpt+nU 10 InlluenCe an officer or employee ni any Federal nponcy, a Member of Congress, an oifrcor or employee of Congress or an employee of if Mambo, of Canprass Ill Conn0Clion villi this Fe/doter Contract, grant, loan, or cooperative agreement. the undersigned shall complete and euhmll Standard Foarl4.1.L,'Disclosure' Form to Report Lobbying,' In accordance with its Instructions. 2. This col -Mc -Fitton Is a material representation of fan upon which relloncc was placed when this transaction was made or entered Into. Submission of this codification Is a prerequrrs11e tar making or entering Into snia trarranciloa imposed by 31 U.S.C. 1352. Any porsaft who fails 10 filo the required Cortifrcatlon shall be subject to civil penalty or not lass ittdn $10,000 and not mora than 9100,000 for each such failure. 3. The prospective participant also agrees by submitting Its bid or proposal that the participant shall require that the language pf this codification be Included in all lower tier subcontracts, which exceed $100,000 and that all Such raclpienls shall certify end 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: 2/13115 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 .� C,�+• - v� Michael Baker INTERNATIONAL February4, 2016 Julia Tyack, Transportation Planner CITY OF LODI 221 West Pine Street Lodi, CA 95240 jtyack@lodi.gov RE: HARNEY LANE GRADE SEPARATION — LABOR COMPUANCE Exhibit 2 We Make o Difference 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 exduded 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 COMPUANCE 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)361-13384 F: (916)361-1574 OTY 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 protect, 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 Gty 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, Induding 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 HAVES, 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. CRY OF LODI RE: HARNEY LANE GRADE SEPARATION — LABOR COMPLIANCE Paye 3 FEE Exhibit 3 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 Stiff Hund, Rate Jennifer Gastelum, Protect Director/Service Area Lead $135 Cynthia Walsh, Protect Manager/Labor Compliance Officer $110 Jessica Hayes, Assistant Protect Manager/Senior Grants Management Specialist $105 Patrice Clemons, Associate Labor Compliance Spedallst $85 If you have any questions regarding this proposal, please contact Jennifer Gastelum at (916) 231-2268. Sincerely, 11 Kevin Gusto ' PE Vice President J *' if T Gastelum Service Area Lead Michael Baker INTERNATIONAL November 16, 2016 Julia Tyack, Transportation Planner CITY OF LODI 221 West Pine Street Lodi, CA 95240 jtyack@lodi.gov RE: LABOR COMPLIANCE SERVICES Dear Ms. Tyack: Exhibit 2 We Make a Difference Michael Baker International is pleased to provide this proposal to assist the City with its labor compliance requirements. SCOPE OF WORK TASK 1: COMPLETE LABOR COMPLIANCE MONITORING Michael Baker will complete labor compliance monitoring for the remaining portion of the Harney Lane Grade Separation project and will assist the City with the Lockeford Street Widening project and the 2017 GrapeLine Bus Stop project. Both new projects are expected to occur in fiscal year 2017/2018. Michael Baker will document and ensure contractor compliance with state and federal regulations, including Davis -Bacon prevailing wage requirements. Tasks include: • Attend preconstruction meetings and verify contractor's license status. • Conduct employee interviews (Exhibit 16-N). • Monitor labor standards compliance on each project. • Maintain labor standards compliance documentation. • Assist with progress payments. • Respond to requests for information. MBAKERINTL.COM 2729 Prospect Park Drive, Suite 220, Rancho Cordova, CA 95670 P: (916) 361-8384 F: (916) 361-1574 CITY OF LODI RE: Labor Compliance Services Page 2 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 of 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. 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, she has conducted HUD -11 employee interviews and reviewed certified payroll reports for compliance with federal standards. JAMES BEGGS, ASSISTANT LABOR COMPLIANCE SPECIALIST Mr. Beggs brings relevant experience in current planning and community development ranging from use permit and design review to housing rehabilitation and program implementation using CDBG funds. His experience extends to cost estimation, drafting bids for construction, zoning ordinance amendments, and labor compliance monitoring. Through his experience working in many municipalities and a variety of positions, Mr. Beggs has shown resourcefulness in accomplishing CITY OF LODI RE: Labor Compliance Services Page 3 FEE Michael Baker will provide the proposed scope of services on a time and materials basis. 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, Project Manager/Labor Compliance Officer $110 Jessica Hayes, Assistant Project Manager/Senior Grants Management Specialist $105 Patrice Clemons, Associate Labor Compliance Specialist $85 James Beggs, Assistant Labor Compliance Specialist $75 Administrative Support $65 If you have any questions regarding this proposal, please contact Jennifer Gastelum at (916) 231-2268. Sincerely, hilip 0. Carter Vice President nr> er Gastelum ervice Area Lead RESOLUTION NO. 2017-09 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO THE PROFESSIONAL SERVICES AGREEMENT WITH MICHAEL BAKER INTERNATIONAL, INC., OF RANCHO CORDOVA, FOR LABOR COMPLIANCE SERVICES, VARIOUS CITY PROJECTS WHEREAS, City of Lodi Public Works Agreement with Michael Baker International, January 27, 2016, and Amendment No. 1 compliance services; and Department entered into a Professional Services Inc., on March 24, 2015, Consent to Assign on on March 28, 2016, for assistance with labor WHEREAS, the scope of work included review of project payrolls for compliance with prevailing wages, timely confirmation that contractors submit required documentation from prime and subcontractors, conducting employee labor compliance interviews, and maintaining project files in preparation for federal and State audits; and WHEREAS labor compliance oversight will be utilized on the next phase of the bus stop improvements, the remaining elements of the Harney Lane Grade Separation Project, the Proposition 84 funded White Slough Water Pollution Control Facility Expansion Pond Project, and other federal and State funded projects requiring such services; and WHEREAS. staff recommends that the City Council authorize the City Manager to execute Amendment No. 2 to the Professional Services Agreement with Michael Baker International, Inc., of Rancho Cordova, for labor compliance services, various City projects, in the amount of $90,000. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 2 to the Professional Services Agreement with Michael Baker International, Inc., of Rancho Cordova, California, for labor compliance services, various City projects, in the amount of $90,000. Dated: February 1, 2017 I hereby certify that Resolution No. 2017-09 was passed and adopted by the City Council of the City of Lodi in a regular meeting held February 1, 2017 by the following vote: AYES: NOES: ABSENT: ABSTAIN: COUNCIL MEMBERS — Chandler, Johnson, Mounce, and Mayor Kuehne COUNCIL MEMBERS — None COUNCIL MEMBERS — Nakanishi COUNCIL MEMBERS — None NIFER '. FERRAIOLO City Clerk 2017-09